HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-043Temp. Reso. 12775
May 25, 2016
Page 1 of 5
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R2016- ��
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AWARDING IFB NO. 16-
17B TO AIP US, LLC FOR THE PURCHASE OF CISCO
SYSTEMS NETWORK EQUIPMENT IN THE TOTAL
AMOUNT OF $94,122.98; AUTHORIZING AN IMMEDIATE
EXPENDITURE OF AN AMOUNT NOT TO EXCEED
$71,914.71, AND AUTHORIZING THE CITY MANAGER TO
APPROVE AN EXPENDITURE OF $22,208.27 UPON
RECEIPT OF NOTIFICATION FROM AWARD OF BODY
CAMERA CONTRACT BY THE BROWARD SHERIFF'S
OFFICE (BSO); APPROVING FUNDING FROM THE
APPROPRIATE ACCOUNTS; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, technology is one of the key components in the efficient delivery of
City services, and the City's network infrastructure is critical to ensuring continued
operations; and
WHEREAS, the City's existing Cisco Systems network infrastructure that was
purchased in 2005, is at the end of its lifecycle, and replacement is necessary to
support continued operations and to alleviate issues related to increasing data/network
traffic; and
WHEREAS, the City published Invitation for Bid (IFB) 16-17B for
Cisco Network Infrastructure Replacement, to obtain quotes for Cisco Systems network
switches, in accordance with the terms, conditions, and specifications contained in IFB
16-17B, available on file in the Office of City Clerk; and
Temp. Reso. 12775
May 25, 2016
Page 2 of 5
WHEREAS, four (4) proposals were received — with one (1) proposal deemed
non -responsive — with costs as indicated below:
Vendor Proposal Amount
AIP US, LLC $94,122.98
Office Depot $102, 333.23
Softchoice Corporation $104,732.52
En Pointe Technologies Sales, LLC Non -responsive
; and
WHEREAS, the proposal from AIP US, LLC was deemed as the least expensive
proposal; and
WHEREAS, the Broward Sheriff's Office (BSO) is currently in the process of
awarding an agreement to provide body cameras to BSO personnel, including
personnel at the Tamarac District; and
WHEREAS, $22,208.27 of the equipment is to be specifically used to directly
support BSO body cameras; and
WHEREAS, $71,914.71 of the equipment, to be purchased from AIP US, LLC,
for the City's Network Infrastructure may be purchased immediately; and
WHEREAS, it is necessary to defer the purchase of $22,208.27 of equipment to
be used to support the BSO body cameras until such a time that BSO notifies the City
that they have awarded a contract for body cameras; and
WHEREAS, available funds exist in the General Fund budget; and
WHEREAS, it is the recommendation of the Director of Information Technology
and the Purchasing and Contracts Manager that the City Commission of the City of
Tamarac award IFB 16-17B to AIP US, LLC; and
C
Temp. Reso. 12775
May 25, 2016
Page 3 of 5
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be
in the best interest of the citizens and residents of the City of Tamarac to award IFB 16-
17B to AIP US, LLC, for the purchase of Cisco Systems network equipment at a total
contract cost of $94,122.98.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA THAT:
Section 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this
Resolution upon adoption hereof and all exhibits attached hereto are incorporated
herein and made a specific part of this resolution.
Section 2: The City Commission hereby awards IFB No. 16-17B to
AIP US, LLC in the amount of $94,122.98, and authorizes the appropriate City Officials
to execute a Purchase Order for the purchase of Cisco Systems network equipment.
Section 3: The appropriate City Officials are hereby authorized to immediately
expend an amount not to exceed $71,914.71 for said purpose.
Section 4: Furthermore, the City Manager or designee is hereby authorized to
expend an amount not to exceed $22,208.27 for equipment required to specifically
support BSO body cameras upon notification of an award of a body camera contract by
Section 5: The City Manager or Designee is hereby authorized to issue
Change Order in amount not to exceed established threshold per Section 6-147 of the
City Code.
Temp. Reso. 12775
May 25, 2016
Page 4 of 5
Section 6: Funding is available for the purchase of Cisco Systems network
equipment from the appropriate accounts at a total cost not to exceed $94,122.98.
Section 7: All resolutions or parts of resolutions in conflict herewith are hereby
repealed to the extent of such conflict.
Section 8: If any clause, section, other part or application of this Resolution is
held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
Section 9: This Resolution shall become effective immediately upon its
passage and adoption.
C
Temp. Reso. 12775
May 25, 2016
Page 5 of 5
PASSED, ADOPTED AND APPROVED this �)-"day of 2016.
ATTEST:
PAT - . 1.
IDV
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
I
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM. BUSHNELL
DIST 2: COMM. GOMEZ
DIST 3: VICE MAYOR GLASSER
DIST 4: COMM. PLACKO
INVITATION TO BID
BID NO. 16-17B
CISCO NETWORK
INFRASTRUCTURE REPLACEMENT
ISSUED: April 5, 2016
City of Tamarac
Purchasing & Contracts Division
7525 NW 88th Avenue
Room 108
(954) 597-3570
Information Technology
10101 State Street
Tamarac, FL 33321
SUBMIT BID TO:
CITY OF TAMARAC
PURCHASING AND CONTRACTS DIVISION
7525 NW 88T" AVENUE
TAMARAC, FL 33321
954-597-3570
INVITATION FOR BID
bidder ACKnowledgement
BID NO.: 16-17B
BID TITLE: CISCO NETWORK INFRASTRUCTURE IMPROVEMENT
BID OPENING DATE/TIME: APRIL 21, 2016 AT 2:00 PM LOCAL TIME
DEADLINE FOR WRITTEN QUESTIONS: APRIL 14, 2016 BY 12:00 NOON LOCAL TIME
BUYER NAME: ANN MARIE CORBETT, BUYER
BUYER PHONE: 954-597-3566
BUYER EMAIL: ANNMARIE.CORBETT(a_tamaraC.orq
BONDING: Not required for this bid.
GENERAL CONDITIONS
These instructions are standard for all bids for commodities/services issued by the City of Tamarac. The City of
Tamarac may delete, supersede or modify any of these standard instructions for a particular bid such change in
the Instructions to Bidders or in the special conditions of the bid. Any and all special conditions that may vary
from these general conditions shall prevail over any conflicting provision within any vendor's standard terms and
conditions regardless of any language in vendor's documentation to the contrary.
SEALED BIDS
This form should be submitted with all Bid Forms in a sealed envelope. The face of the envelope shall contain
the above address, the Bid number and the Bid title. Bids not submitted on the attached Bid Form may be
deemed non -responsive. All Bids are subject to the terms and conditions specified herein. Those bids that do
not comply with these conditions may be deemed non -responsive.
BIDDER COMPANY NAME:
COMPANY ADDRESS:
COMPANY PHONE:
NAME OF AUTHORIZED AGENT:
TITLE OF AUTHORIZED AGENT:
AUTHORIZED AGENT EMAIL ADDRESS:
BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER:
certify that this Bid Acknowledgement is made without prior understanding, agreement or connection with any corporation,
firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or
fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder.
Bid No.—16-17B
Page 2
City of Tamarac Purchasing and Contracts Division
Our Vision and Mission
Our Vision: The City of Tamarac, our community of choice --
leading the nation in quality of life through safe neighborhoods,
a vibrant economy, exceptional customer service and
recognized excellence.
Our Mission: We Are "Committed to Excellence... Always" It is
ourjob to foster and create an environment that
Responds to the Customer
Creates and Innovates
Works as a Team
Achieves Results, and
Makes a Difference
In the fulfillment of our vision and mission, as stewards of the
public trust, we value vision, integrity, efficiency and quality
service.
Our vendors are truly partners in meeting these commitments to
the community, and in support of that vision and mission, we
are committed to ensuring that qualified, competitive vendors
who share our commitment to quality, efficiency, teamwork and
customer service are employed to provide goods and services
to the City. Our vendors are expected to deliver high quality
products and efficient service that is provided on time and as
ordered; in a manner that improves the overall value of the
services that the City provides to its residents. In addition, we
expect our vendors to work with the City as a team, and exhibit
the highest level of integrity when dealing with any office or
department of the City.
Diligence in the execution of the requirements of this proposal
will ultimately contribute to the overall quality of services
provided to the entire community. The City is searching for a
firm who will exemplify these ideals in the execution of their
work, and the successful firm will be measured against the
performance standards outlined in this bid invitation.
INTRODUCTION
It is the intent of the City to award this bid to the lowest
responsible and responsive Bidder. The City reserves the right
to accept or reject any or all bids and to waive any informality
concerning the bids when such rejection or waiver is deemed to
be in the best interest of the City. The City reserves the right to
award the bid on a split order basis, lump sum or individual item
basis unless otherwise stated, whichever is in the best interest
of the City.
This solicitation is issued pursuant to the City of Tamarac Code,
Chapter 6, "Finance & Taxation", Article V, "Purchasing
Procedures", Section 6-141 et seq.
GENERAL TERMS AND CONDITIONS
These general terms and conditions apply to all offers made to
the City of Tamarac by all prospective Bidders including but not
limited to Request for Quotes, Request for Bids and Request for
Proposals. As such the words "bid" and "proposal" are used
interchangeably in reference to all offers submitted by
prospective Bidders. Any and all special conditions in this IFB
or any sample agreement document that may be in variance or
conflict with these General Terms and Conditions shall have
precedence over these General Terms and Conditions. If no
changes or deletions to General Conditions are made in the
Special Conditions, then the General Terms and Conditions
shall prevail in their entirety.
1. SUBMISSION OF THE BID
The Bidder is directed to deliver sealed bids to the City of
Tamarac, Purchasing Division, 7525 N. W. 88th Avenue,
Room 108, Tamarac, Florida 33321, no later than the date
and time specified on the cover page of this solicitation
document. At this time the bids will be opened, the names
of all Bidders will be announced and all bids shall become
a matter of public record. All Bidders and their
representatives are invited to attend. The Bidder must
show the bid number, bid name, time and date of the bid
opening on the outside of the sealed bid package. Delivery
of the sealed bids to the Purchasing Office on or before the
above date is solely and strictly the responsibility of the
Bidder. Late bids will be returned unopened to the Bidder.
It is the Bidder's responsibility to read and understand the
requirements of this bid. Unless otherwise specified, the
Bidder must use the bid form furnished in the bid
document. The Bidder is requested to submit one (1)
original and two (2) copies of the bid. The original bid
must be manually and duly signed in ink by a
Corporate Officer, Principal, or Partner with the
authority to bind the bidding company or firm by
his/her signature. All bid forms must be typewritten or
completed in ink. The Bidder must initial any erasures or
corrections in ink. All bids shall be submitted in the English
language. All prices, terms and conditions quoted in the
submitted bid shall be expressed in U.S. Dollars, and will
be firm for acceptance for sixty (60) calendar days from the
date of the bid opening unless otherwise stated by the City.
The Bidder preparing a bid in response to this solicitation
shall bear all expenses associated with its preparation.
The Bidder shall prepare a bid with the understanding that
no claim for reimbursement shall be submitted to the City
for expenses related to its preparation.
The City reserves the right to charge a non-refundable fee
for the purchase of a solicitation document, and / or for
project plans related to the solicitation. Such requirement
will be specified on the cover page of this document.
Payment of such fee to the City shall be required in order
for a bidder to be considered for the award of an
agreement as a result of this solicitation.
2. BID DEPOSIT
When required on the cover page, a bid deposit or bid
surety bond in the amount specified shall accompany the
bid. Bid deposits shall be in the form of cash, certified
check or cashier's check, drawn on a responsible bank
doing business in the United States, and shall be made
payable to the City of Tamarac. In lieu of a bid deposit, a
bid surety provided by a firm licensed to business in the
State of Florida shall be provided to the City. Any bid
deposits will be returned to the Bidders at the time of
contract award. The bid deposit of the successful vendor
shall be returned upon receipt of acceptable Performance
and/or Payment bonds.
Bid No 16-1TB Page 3
City of Tamarac
3. BONDING
When required by the specification herein, the successful
Bidder shall furnish a Performance and Payment bond, and/or
Warranty bond, as stated on the cover page of this solicitation,
on the City's forms, within fifteen (15) calendar days after
notification of contract award. Failure to furnish the required
bonds within the time specified may be cause for rejection of
the bid and any bid deposit may be retained by the City as
liquidated damages and not as a penalty. Said sum shall be a
fair estimate of the amount of damages the City would sustain
due to Bidder's failure to furnish said bonds.
Pursuant to the requirements of Chapter 255.05 (1) (b), Florida
Statutes, the Contractor shall ensure that the Bond or Bonds
referenced above shall be recorded in the Public records of
Broward County. Proof of recording must be submitted to the
City prior to issuance of a purchase order. One (1) set of
originals is required.
4. WITHDRAWAL OF BID
Any Bidder may withdraw its bid prior to the indicated opening
time. The request for withdrawal must be submitted in writing to
the Purchasing Office.
5. PUBLIC ENTITY CRIMES STATEMENT
A person or affiliate who has been placed on the convicted
vendor list following a conviction for public entity crime may not
submit a bid on a contract to provide any goods or services to a
public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public
work, may not submit bids on leases of real property to a public
entity, may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any
public entity, and may not transact business with any public
entity in excess of the threshold amount provided in Section
287.017, for Category Two for a period of 36 months from the
date of being placed on the convicted vendor list.
6. NON -COLLUSIVE AFFIDAVIT
Each Contractor shall complete the Non -Collusive Affidavit
Form and shall submit this form with the bid/proposal. The City
considers the failure of the Contractor to submit this document
to be a major irregularity, and may be cause for rejection of the
Proposal.
7. CONFLICT OF INTEREST
The award hereunder is subject to the provisions of Chapter
112 of the State of Florida Statutes. Bidders shall disclose the
name of any officer, director, partner, proprietor, associate or
agent who is also a public officer or employee of the City or any
of its agencies.. Further, all Offerors must disclose the name of
any officer or employee of City who owns, directly or indirectly,
an interest of five percent (5%) or more in the Offeror's firm or
any of its branches or affiliate companies. Furthermore, bidder
shall not enter into any employment relationship with any
individual or firm that creates a potential conflict of interest, or
may present an opportunity for the inappropriate sharing of
inside information or proprietary information related to this bid.
Purchasing and Contracts Division
delete any item from the contract if it is determined that it
best serves the interests of the City.
9. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC
PAYMENTS
Firm Pricing: Bid prices shall be fixed and firm to the
extent required under Special Conditions. In the absence of
a reference in the Special Conditions, bid prices shall be
fixed and firm for a period of sixty (60) calendar days, or
ninety (90) calendar days when the contract must be
approved by another agency. Payment will be made only
after receipt and acceptance of materials/services. Cash
discounts may be offered for prompt payment; however,
such discounts shall not be considered in determining the
lowest net cost for bid evaluation.
Prompt Payment Discounts: Bidders are encouraged to
provide prompt payment terms in the space provided on
the Bid Form. If no payment discount is offered, the Bidder
shall enter zero (0) for the percentage discount to indicate
net 30 days. If the Bidder does not enter a percentage
discount, it is understood and agreed that the payment
terms shall be 2% 10 days, net 30 days effective on the
date that the City receives an accurate invoice or accepts
the product, whichever is the later date. Payment is
deemed made on the date of the mailing of the check. All
payments shall be governed by the Local Government
Prompt Payment Act, F.S. Chapter 218.
IMPORTANT NOTE*****************
Payments by Electronic Funds Transfer: Effective
October 1, 2013, ALL payments by the City will be
made by Direct Deposit (ACH) via electronic funds
transfer. No paper checks will be issued after that date.
Vendors must register for direct deposit with the City
prior to receiving any payments by providing a "City of
Tamarac Consent for Direct Deposit" form (ACH Form)
to the City's Financial Services Accounting Division.
The form may be accessed on the City of Tamarac web -
site at http://www.tamarac.org/index.aspx?NID=622.
Please contact the Purchasing & Contracts Division at
the number shown on this solicitation document herein
as the first point of contact for more information.
10. DELIVERY
All items shall be delivered F.O.B. destination to a specific
City address. All delivery costs and charges must be
included in the bid price. The City reserves the right to
cancel orders or any part thereof, without obligation if
delivery is not made at the time specified in the bid.
11. MANUFACTURER'S NAME & APPROVED
EQUIVALENTS
Manufacturer's name, trade name, brand name information
and/or model/catalog numbers are used in these
specifications for information and establishment of a quality
level desired, and are not intended to restrict competition
8. QUANTITIES unless otherwise specified in the bid. The Bidder may offer
Quantities shown are estimates only. No guarantee or warranty any brand which meets or exceeds the specifications for
is given or implied by the City as to the total amount that may or any item(s). If bids are based on equivalent products,
may not be purchased from any resulting contract. The City indicate on the bid form the manufacturer's name and
reserves the right to decrease or increase quantities or add or model/catalog number. Bidder shall submit complete
descriptive literature and/or specifications with the bid. The
Bid No 16-17B Page 4
City of Tamarac
burden of proof for specification compliance is solely on the
Bidder. The City reserves the right to be the sole judge of what
is equal and acceptable. Failure to provide this information
within three (3) business days of the City's request may be
grounds for bid disqualification. If Bidder fails to name a
substitute, it will be assumed that the Bidder has submitted a
bid which conforms in all aspects to the requirements of the bid
document, and that the Bidder intends to furnish goods identical
to the bid standard.
12. SAMPLES AND DEMONSTRATIONS
When requested, samples are to be furnished free of charge to
the City. If a sample is requested it must be delivered within
seven days of the request unless otherwise stated in the bid.
Each sample must be marked with the Bidder's name and
manufacture's brand name. The City will not be responsible for
returning samples. The City may request a full demonstration of
any product or service before the award of a contract. All
demonstrations will be done at the expense of the Bidder.
13. BACKGROUND INVESTIGATION
As a part of the Bid evaluation process, the City may conduct a
background investigation including a criminal record check of
Bidder's officers and/or employees, by the Broward County
Sheriffs Office. Bidder's submission of a bid constitutes
acknowledgement of and consent to such investigation. City
shall be the sole judge in determining Bidder's qualifications.
14. CONDITIONS OF MATERIALS
All materials and products supplied by the Bidder in conjunction
with this bid shall be new, warranted for their merchantability, fit
for a particular purpose, free from defects and consistent with
industry standards. The products shall be delivered to the City
in excellent condition. In the event that any of the products
supplied to the City are found to be defective or do not conform
to the specifications, the City reserves the right to return the
product to the Bidder at no cost to the City.
Successful Bidder shall furnish all guarantees and warranties to
the Purchasing Division prior to final acceptance and payment.
The warranty period shall commence upon final acceptance of
the product.
15. COPYRIGHTS OR PATENT RIGHTS
The Bidder warrants that there has been no violation of
copyrights or patent rights in manufacturing, producing or
selling the goods shipped or ordered as a result of this bid. The
seller agrees to hold the City harmless from all liability, loss or
expense occasioned by any such violation.
16. SAFETY STANDARDS
The Bidder warrants that the product(s) supplied to the City
conform with all respects to the standards set forth in the
Occupational Safety and Health Act of 1970 as amended, and
shall be in compliance with Chapter 442, Florida Statutes as
well as any industry standards, if applicable. Any toxic
substance listed in Section 38F-41.03 of the Florida
Administrative Code delivered as a result of this order must be
accompanied by a completed Material Safety Data Sheet
(MSDS).
17. PERFORMANCE & WARRANTY
Failure on the part of the Bidder to comply with the conditions,
terms, specifications and requirements of the bid shall be just
Purchasing and Contracts Division
cause for cancellation of the bid award; notwithstanding
any additional requirements enumerated in the Special
conditions herein relating to performance based
contracting. The City may, by written notice to the Bidder,
terminate the contract for failure to perform. The date of
termination shall be stated in the notice. The City shall be
the sole judge of nonperformance.
Upon award of any contract resultant from this solicitation,
Contractor warrants the work against defects. In the event
that defect occurs during this time, within a reasonable time
after work has been performed, Contractor shall perform
such steps as required to remedy the defects.
18. INSPECTION
The City shall have the right to inspect any materials,
components, equipment, supplies, services or completed
work specified herein. Any of said items not complying
with these specifications are subject to rejection at the
option of the City. Any items rejected shall be removed
from the premises of the City and/or replaced at the
entire expense of the successful vendor.
19. TERMINATION
a. DEFAULT: In addition to all other remedies
available to the City, this Agreement shall be
subject to cancellation by the City for cause,
should the Contractor neglect or fail to perform
or observe any of the terms, provisions,
conditions, or requirements herein contained, if
such neglect or failure shall continue for a
period of thirty (30) days after receipt by
Contractor of written notice of such neglect or
failure.
b. TERMINATION FOR CONVENIENCE OF
CITY: Notwithstanding any additional
requirements for performance based
contracting contained in the special conditions
herein, the final Agreement may be terminated
by the City for convenience, upon seven (7)
days of written notice by the City to the
Contractor for such termination in which event
the Contractor shall be paid its compensation
for services performed to termination date,
including services reasonably related to
termination. In the event that the Contractor
abandons this Agreement or causes it to be
terminated, Contractor shall indemnify the city
against loss pertaining to this termination.
c. AGREEMENT SUBJECT TO FUNDING: Any
Agreement resulting from this solicitation shall
remain in full force and effect only as long as
the expenditures provided for in the Agreement
have been appropriated by the City
Bid No. 1 6-17B Page 5
City of Tamarac
Commission of the City of Tamarac in the annual
budget for each.
20. ASSIGNMENT
The Bidder shall not transfer or assign the performance
required by this bid without the prior written consent of the City.
Any award issued pursuant to this bid and monies that may
become due hereunder are not assignable except with prior
written approval of the City.
21. EMPLOYEES
Employees of the Bidder shall at all times be under its sole
direction and not an employee or agent of the City. The Bidder
shall supply competent and physically capable employees. The
City may require the Bidder to remove an employee it deems
careless, incompetent, insubordinate or otherwise
objectionable. Bidder shall be responsible to the City for the
acts and omissions of all employees working under its
directions.
22. NON-DISCRIMINATION & EQUAL OPPORTUNITY
EMPLOYMENT
During the performance of the Contract, the Contractor and its
subcontractors shall not discriminate against any employee or
applicant for employment because of race, color, sex including
pregnancy, religion, age, national origin, marital status, political
affiliation, familial status, sexual orientation, gender identity and
expression, or disability if qualified. The Contractor will take
affirmative action to ensure that employees and those of its
subcontractors are treated during employment, without regard
to their race, color, sex including pregnancy, religion, age,
national origin, marital status, political affiliation, familial status,
sexual orientation, gender identity or expression, or disability if
qualified. Such actions must include, but not be limited to, the
following: employment, promotion; demotion or transfer;
recruitment or recruitment advertising, layoff or termination; rates
of pay or other forms of compensation; and selection for training,
including apprenticeship. The Contractor and its subcontractors
shall agree to post in conspicuous places, available to its
employees and applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of
this nondiscrimination clause. The Contractor further agrees
that he/she will ensure that all subcontractors, if any, will be
made aware of and will comply with this nondiscrimination
clause.
23. TAXES
The City of Tamarac is exempt from all Federal, State, and
Local taxes. An exemption certificate will be provided where
applicable upon request.
24. OMISSION OF DETAILS
Omission of any essential details from these specifications will
not relieve the Bidder of supplying such product(s) as specified.
25. INSURANCE REQUIREMENTS
Bidder agrees to, in the performance of work and services
under this Agreement, comply with all federal, state, and local
laws and regulations now in effect, or hereinafter enacted
during the term of this agreement that are applicable to
Contractor, its employees, agents, or subcontractors, if any,
with respect to the work and services described herein.
Bid No, 16-17B Page 6
Purchasing and Contracts Division
Bidder shall obtain at Bidder's expense all necessary
insurance in such form and amount as required by the
City's Risk & Safety Officer before beginning work under
this Agreement. Bidder shall maintain such insurance in full
force and effect during the life of this Agreement. Bidder
shall provide to the City's Risk & Safety Officer certificates
of all insurance required under this section prior to
beginning any work under this Agreement. Bidder shall
indemnify and save the City harmless from any damage
resulting to it for failure of either Bidder or any
subcontractor to obtain or maintain such insurance.
The following are required types and minimum limits of
insurance coverage, which the Bidder agrees to maintain
during the term of this contract. -
Limits
Line of Business/ Occurrence Aggregate
Coverage
Commercial General $1,000,000 $1,000,000
Liability
Including:
Premises/Operations
Contractual Liability
Personal Injury
Explosion, Collapse, Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Cross Liability and Severability of Interest Clause
Automobile Liability $1,000,000 $1,000,000
Workers' Compensation
& Employer's Liability Statutory
The City reserves the right to require higher limits
depending upon the scope of work under this Agreement.
Neither Bidder nor any subcontractor shall commence work
under this contract until they have obtained all insurance
required under this section and have supplied the City with
evidence of such coverage in the form of an insurance
certificate and endorsement. The Bidder will ensure that all
subcontractors will comply with the above guidelines and
will maintain the necessary coverage throughout the term
of this Agreement.
All insurance carriers shall be rated at least A-VII per A.M.
Best's Key Rating Guide and be licensed to do business in
Florida. Policies shall be" Occurrence" form. Each carrier
will give the City sixty (60) days notice prior to cancellation.
The Bidder's liability insurance policies shall be endorsed
to add the City of Tamarac as an "additional insured". The
Bidder's Worker's Compensation carrier will provide a
Waiver of Subrogation to the City. The Bidder shall be
responsible for the payment of all deductibles and self -
insured retentions.
The City may require that the Bidder purchase a bond to
cover the full amount of the deductible or self -insured
retention. If the Bidder is to provide professional services
under this Agreement, the Bidder must provide the City
with evidence of Professional Liability insurance with, at a
minimum, a limit of $1,000,000 per occurrence and in the
aggregate. "Claims -Made" forms are acceptable for
Professional Liability insurance.
City of Tamarac
26. INDEMNIFICATION
The Bidder shall indemnify and hold harmless the City of
Tamarac, its elected and appointed officials and employees
from any and all claims, suits, actions, damages, liability, and
expenses (including attorneys' fees) in connection with loss of
life, bodily or personal injury, or property damage, including loss
of use thereof, directly or indirectly caused by, resulting from,
arising out of or occurring in connection with the operations of
the Bidder or his Subcontractors, agents, officers, employees or
independent contractors, excepting only such loss of life, bodily
or personal injury, or property damage solely attributable to the
gross negligence or willful misconduct of the City of Tamarac or
its elected or appointed officials and employees. City reserves
the right to select its own legal counsel to conduct any defense
in any such proceeding and all costs and fees associated
therewith shall be the responsibility of Contractor under the
indemnification agreement.
27. INDEPENDENT CONTRACTOR
An Agreement resulting from this solicitation does not create an
employee/employer relationship between the Parties. It is the
intent of the Parties that the Contractor is an independent
contractor under this Agreement and not the City's employee for
any purposes, including but not limited to, the application of the
Fair Labor Standards Act minimum wage and overtime
payments, Federal Insurance Contribution Act, the Social
Security Act, the Federal Unemployment Tax Act, the provisions
of the Internal Revenue Code, the State Worker's
Compensation Act, and the State Unemployment Insurance
law. The Contractor shall retain sole and absolute discretion in
the judgment of the manner and means of carrying out
Contractor's activities and responsibilities hereunder provided,
further that administrative procedures applicable to services
rendered under any potential Agreement shall be those of
Contractor, which policies of Contractor shall not conflict with
City, State, or United States policies, rules or regulations
relating to the use of Contractor's funds provided for herein.
The Contractor agrees that it is a separate and independent
enterprise from the City, that it had full opportunity to find other
business, that it has made its own investment in its business,
and that it will utilize a high level of skill necessary to perform
the work. Any potential Agreement shall not be construed as
creating any joint employment relationship between the
Contractor and the City and the City will not be liable for any
obligation incurred by Contractor, including but not limited to
unpaid minimum wages and/or overtime premiums.
28. CLARIFICATION & ADDENDA
Where there appears to be variances or conflicts between the
General Terms and Conditions and the Special Conditions
and/or Detailed Specifications outlined in this bid, the Special
Conditions and/or the Detailed Specifications shall prevail.
The Bidder shall examine all bid documents and shall judge all
matters relating to the adequacy and accuracy of such
documents. If, upon review, any material errors in specifications
are found, the Bidder shall contact the Purchasing Office
immediately. Any inquires, suggestions, requests concerning
clarification, or requests for additional information shall be
submitted in writing to the Purchasing and Contracts Manager.
The City of Tamarac reserves the right to amend this bid prior to
the Bid opening date indicated by written addenda. Written
addenda shall serve as the sole means of clarification. The City
shall not be responsible for oral interpretations given by any
City employee or its representative.
Purchasing and Contracts Division
**** SPECIAL NOTE -- Addendums will only be
issued electronically through the City's web -site.
Vendors will be notified of the availability of new
solicitations and addendums via e-mail or text
message (per the vendor's choice). It is essential that
all vendors receiving a bid or proposal either download
the document from the City's web -site, or register as a
plan holder. All bidders / proposers must visit
http://www.tamarac.oralbids.aspx, and select the
"NOTIFY ME" icon. This action will take the
bidder/proposer to the "Notify Me" page. Once on the
"Notify Me" page, enter the appropriate e-mail address
to which notifications of solicitations and addendums
should be sent. Bidders and proposers may also
request notification by text message at this time. Upon
completion of this process, a confirming e-mail will be
sent to the individual who registered. You must click
on the link provided to confirm registration for
solicitation documents and addendums. Regardless of
the means of transmission of an Addendum it is the
responsibility of the bidder or proposer to insure that
they have received all addendums issued for a
solicitation prior to submitting a response. ****
29. BID TABULATION
Bidders may download the bid tabulation directly from the
Internet at http://www.tamarac.org/bids.aspx . The City
does not notify unsuccessful Bidders of contract awards.
Pursuant to Florida Statute Chapter 119, Section 071(1),
sealed bids or proposals received by an agency pursuant
to invitations to bid or requests for proposals are exempt
from the provisions of subsection (1) and s. 24(a), Art. I of
the State Constitution until such time as the agency
provides notice of a decision or intended decision pursuant
to F.S. §119.071(1) (b) (2), or within 30 days after
bid/proposal opening, whichever is earlier.
30. RECORDS/AUDITS
The City of Tamarac is a public agency subject to
Chapter 119, Florida Statutes. The Contractor shall
comply with Florida's Public Records Law. Specifically,
the Contractor shall:
a. Keep and maintain public records required by
the City in order to perform the service;
Bid No. 16-17B Page 7
b. Upon request from the City's custodian of
public records, provide the public agency with a
copy of the requested records or allow the
records to be inspected or copied within a
reasonable time at a cost that does not exceed
the cost provided in this chapter or as otherwise
provided by law.
c. Ensure that public records that are exempt or
confidential and exempt from public records
disclosure requirements are not disclosed
except as authorized by law for the duration of
the contract term and following completion of
City of Tamarac Purchasing and Contracts Division
the contract if the contractor does not transfer the
records to the City.
d. Upon completion of the contract, transfer, at no cost
to the City, all public records in possession of the
Contractor, or keep and maintain public records
required by the City to perform the service. If the
Contractor transfers all public records to the City
upon completion of the contract, the Contractor shall
destroy any duplicate public records that are exempt
or confidential and exempt from public records
disclosure requirements. If the Contractor keeps
and maintains public records upon completion of the
contract, the Contractor shall meet all applicable
requirements for retaining public records. All
records stored electronically must be provided to the
City, upon request from the City's custodian of
public records in a format that is compatible with the
information technology systems of the City.
e. During the term of the contract, the Contractor shall
maintain all books, reports and records in
accordance with generally accepted accounting
practices and standards for records directly related
to this contract. The form of all records and reports
shall be subject to the approval of the City's Auditor.
The Contractor agrees to make available to the
City's Auditor, during normal business hours and in
Broward, Dade or Palm Beach Counties, all books
of account, reports and records relating to this
contract.
31. UNBALANCED BIDS
When a unit price bid has variable or estimated quantities, and
the bid shows evidence of unbalanced bid pricing, such bid may
be rejected.
32. UNIT PRICES
Where a discrepancy between unit price and total price is
indicated on a Bidder's submitted Schedule of Bid Prices or
Price Proposal Form, the unit prices shall prevail.
33. VENUE
Any Agreement resulting from this solicitation shall be governed
by the laws of the State of Florida as now and hereafter in force.
The venue for actions arising out of this agreement is fixed in
Broward County, Florida.
34. FORM AGREEMENT DOCUMENT
The City may attach as a part of this solicitation, a Form
Agreement document. Bidders shall be responsible for
complying with all of the terms and conditions of the Form
Agreement document if included herein, except where variant or
conflicting language may be included in any Special Conditions
contained herein. Bidders shall note any deviation or variance
with the Form Agreement document at the time of bid
submission.
Bid No 16-17B Page 8
35. OTHER GOVERNMENTAL ENTITIES
If a Bidder is awarded a contract as a result of this
Invitation for Bid, Bidder will, if Bidder has sufficient
capacity, capability or quantities available to provide to
other governmental agencies, so requesting the products
or services awarded in accordance with the terms and
conditions of the Invitation for Bid and resulting contract.
Prices shall be F.O.B. Destination to the requesting
agency.
36. PUBLIC RECORDS CUSTODIAN
PUBLIC RECORDS CUSTODIAN:
IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
CITY CLERK
7525 NW 88TH AVENUE
ROOM 101
TAMARAC, FL 33321
(954) 597-3505
CITYCLERK@TAMARAC.ORG
of Tamarac
Purchasing and Contracts Division
INVITATION TO BID
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT
Sealed bids, addressed to the Buyer of the City of Tamarac, Broward County, Florida, will be
received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-
2401 until 2:00 p.m. local time on Thursday, April 21, 2016 at which time bids will be publicly
opened and announced for the Bid No. 16-17B Cisco Network Infrastructure Replacement.
All bids received after the date and time stated above will be returned unopened to the Bidder. All
Bidders are invited to attend the opening.
Submit one (1) original document, marked "Original" on its exterior and two (2) photocopies, prior
to the bid opening deadline. Late bids will not be accepted. Bids shall be submitted on the official
Bid Forms furnished with this bid package; and those submitted otherwise will not be considered
responsive. The submittal should be plainly marked "City of Tamarac, Invitation for Bid #16-17B,
Cisco Network Infrastructure Replacement" on the outside of the envelope.
The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any
informalities, and to award in the best interest of the City of Tamarac. For non -technical inquiries,
contact the Purchasing Office at (954) 597-3570. For technical issues, direct questions in writing,
through the Purchasing and Contracts Division to James Twigger, Assistant Director of Information
Technology, (954) 597-3904, via email to James.Twigger(cD_tamarac.org and to
Annmarie.corbett(a-)tamarac.org. Be sure to include the Project Name and Bid Number on all
correspondence.
Ann Marie Corbett
Buyer
Publish Sun Sentinel: Thursday, April 7, 2016
Bid No. 16-17B Page 9
City of Tamarac
TECHNICAL SPECIFICATIONS
and Contracts Division
The purpose of this Invitation for Bid (IFB) is to obtain quotes for Cisco network switches, on behalf
of the City of Tamarac Information Technology Department, in conformity with the requirements
contained herein.
Vendor is to provide a quote for the following Cisco switches, licensing, SMARTnet, components
and cabling, as specified below. Cost break down is to be included in proposal.
1 WS-C3850-24XS-E
Cisco Catalyst 3850 24 Port 1OG Fiber Switch IP Services
N/A 1
2 53850UK9-37E
CAT3850 Universal k9 image
N/A 1
3 C3850-NM-4-10G
Cisco Catalyst 3850 4 x 10GE Network Module
N/A 1
4 CAB -TA -NA
North America AC Type A Power Cable
N/A 2
5 STACK-T1-50CM
50CM Type 1 Stacking Cable
N/A 1
6 CAB-SPWR-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A 1
7 PWR-CI-715WAC
715W AC Config 1 Power Supply
N/A 1
8 CON-SNTP-WS850XSE
SNTC-24X7X4 Cisco Catalyst 3850 24 Port 1OG Fiber Sw
60.0 month(s) 1
9 PWR-Cl-715WAC/2
715W AC Config 1 Secondary Power Supply
N/A 1
10 WS-C3850-12X48U-E
Cisco Catalyst 385048 Port (12 mGig+36 Gig) UPoE IPServices
N/A 1
11
STACK-T1-50CM
50CM Type 1 Stacking Cable
N/A 1
12
CAB-SPWR-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A 1
13
PWR-C1-1100WAC
110OW AC Config 1 Power Supply
N/A 1
14
53850UK9-37E
CAT3850 Universal k9 image
N/A 1
15
PWR-C1-1100WAC/2
110OW AC Config 1 Secondary Power Supply
N/A 1
16
C3850-NM-8-10G
Cisco Catalyst 3850 8 x 10GE Network Module
N/A 1
17
CAB -TA -NA
North America AC Type A Power Cable
N/A 2
18
CON-SNTP-WSC385UE
SNTC-24X7X4 Cisco Catalyst 3850 48 Port (12 mGig+36
60.0 month(s) 1
Bid No. 16-179 Page
City of Tamarac Purchasing and Contracts Division
19 WS-C3850-48U-E
Cisco Catalyst 385048 Port UPOE IP Services
N/A 1
20 CON-SNTP-WS3848UE
SNTC-24X7X4 Cisco Catalyst 3850
60.0 month(s) 1
21 S3850UK9-37E
CAT3850 Universal k9 image
N/A 1
22 PWR-C1-1100WAC/2
1100W AC Config 1 Secondary Power Supply
N/A 1
23 C3850-NM-4-10G
Cisco Catalyst 38504 x 10GE Network Module
N/A 1
24 CAB -TA -NA
North America AC Type A Power Cable
N/A 2
25 STACK-T1-50CM
50CM Type 1 Stacking Cable
N/A 1
26 CAB-SPWR-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A 1
27 PWR-C1-1100WAC
1100W AC Config 1 Power Supply
N/A 1
•
•
28 WS-C3850-48U-E
Cisco Catalyst 3850 48 Port UPOE IP Services
N/A
1
29
CON-SNTP-WS3848UE
SNTC-24X7X4 Cisco Catalyst 3850
60.0 month(s)
1
30
53850UK9-37E
CAT3850 Universal k9 image
N/A
1
31
PWR-C1-1100WAC/2
1100W AC Config 1 Secondary Power Supply
N/A
1
32
C3850-NM-4-10G
Cisco Catalyst 3850 4 x 10GE Network Module
N/A
1
33
CAB -TA -NA
North America AC Type A Power Cable
N/A
2
34
STACK-T1-50CM
50CM Type 1 Stacking Cable
N/A
1
35
CAB-SPWR-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A
1
36
PWR-C1-1100WAC
1100W AC Config 1 Power Supply
N/A
1
City Hall and Fire Station 15 - Switching Infrastructure - Additional Cabling
37 •
Bid No. 16-17B Page 11
City of Tamarac Purchasing and Contracts Division
INSTRUCTIONS TO BIDDERS
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The
City reserves the right to accept or reject any or all bids and to waive any informality concerning the
bids when such rejection or waiver is deemed to be in the best interest of the City.
DESCRIPTION OF WORK
Bids are hereby requested from qualified Contractors for Cisco switches, licensing, SMARTnet,
components and cabling, as previously listed in the Technical Specifications Section.
The Purchasing Office will receive written request for clarification concerning the meaning or
interpretations of the bid, until Thursday, April 14, 2016 by 12:00 Noon Eastern Time; requests
may be sent via facsimile to (954) 597-3565 or email to annmarie.corbett(a)-tamarac.org . City
personnel are authorized only to direct the attention of prospective proposers to various portions of
the bid so that they may read and interpret such for themselves. No employee of the City is
authorized to interpret any portion of this bid or give information as to the requirements of the bid in
addition to what is contained in the written bid documents.
ADDENDUMS
The City may record its response to inquiries and any supplemental instructions in the form of
written addenda. The City may provide written addenda up to six (6) calendar days before the
date fixed for receiving the bid proposals. Any oral explanation(s) given before the bid opening will
not be binding.
CONTACT INFORMATION
For technical inquiries, contact James Twigger, Assistant Director of Information Technology,
through the Purchasing and Contracts Division at (954) 597-3904, or via email at
James.Twigger(&tamarac.org. For non -technical inquiries and to reach the Information Technology
Department for technical inquiries, contact Ann Marie Corbett at the Purchasing and Contracts
Division Office at (954) 597-3566 or by e-mail at Annmarie.corbett(D_tamarac.org .
Remainder of page intentionally blank
Bid No. 16-17B Page 12
City of Tamarac
Purchasing and Contracts Division
SPECIAL CONDITIONS
BID 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
1. ASSIGNMENT OF CONTRACT
Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the
City Commission. No such approval will be construed as making the City a part of or to such
assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or
assignment shall, under any circumstances, relieve the Contractor of his liability and obligation
under this contract, and despite any such assignment, the City shall deal through the Contractor
only. However, if the company is sold during the life of the contract, the buying agent must provide
the City with a letter signed by an officer of the new owner that can legally bind the company,
stating that they will continue to perform the requirements of the contract under all the terms,
conditions, and specifications so stated in the contract.
2. CONTRACTOR'S RESPONSIBILITY
All equipment provided pursuant to this agreement shall be in good and proper working order.
3. DELIVERY
All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery
costs and charges must be included in the bid price. Please provide the City with anticipated
delivery time on the bid form herein.
4. PAYMENT
The Contractor shall invoice the City and provide a written request to the City to commence the
one-year warranty period.
5. CONTRACT DOCUMENTS
The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed
and submitted by the Contractor, plans and specifications (where applicable), any addenda or
change orders, insurance certificate(s), and the City's Resolution awarding the bid.
6. CHANGE ORDERS
Without invalidating the contract, without any monetary compensation, and without notice to any
surety, the City reserves and shall have the right to make increases, decreases or other changes
to the work as may be considered necessary or desirable to complete the proposed construction in
a satisfactory manner. The Contractor shall not start work pursuant to the change order until a
change order setting forth the adjustments is approved by the City, and executed by the City and
Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the
work.
7. CHANGES IN THE CONTRACT PRICE
7.1 CONTRACT PRICE
The Contract Price constitutes the total compensation (subject to authorized adjustments, if
applicable) payable to the Contractor for providing the equipment. All duties, responsibilities
and obligations assigned to or undertaken by the Contractor shall be at his expense without
change in the Contract Price or Time except as approved in writing by the City.
Bid No 16-17B Page 13
City of Tamarac
Purchasing and Contracts Division
7.2 CHANGE ORDER
The Contract Price and/or Time may only be changed by a Change Order.
A fully executed change order for any extra work must exist before such extra work
is begun. Any claim for an increase or decrease in the Contract Price shall be based on
written notice delivered by the party making the claim to the other party promptly (but in no
event later than 15 days) after the occurrence of the event giving rise to the claim and
stating the general nature of the claim. The amount of the claim with supporting data shall
be delivered (unless the Owner/Engineer allows an additional period of time to ascertain
more accurate data in support of the claim) and shall be accompanied by claimant's written
statement that the amount claimed covers all known amounts to which the claimant is
entitled as a result of the occurrence of said event. No claim for an adjustment in the
Contract Price will be valid if not submitted in accordance with this Paragraph.
8. CHANGES IN CONTRACT TIME
CHANGE ORDER: The Contract Time may only be changed by a Change Order. A fully
executed change order must exist prior to extension of the contract time.
9. CITY'S OPTION
In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item
requiring a change in the contract, and a change order has not been issued, the City reserves the
right at its sole option to terminate the contract as it applies to these items in question and make
such arrangements as the City deems necessary to complete the work. The cost of any work
covered by a change order for an increase or decrease in the contract price shall be determined by
mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the
contract or contract time is required to be given to a surety by the provisions of the bond, the giving
of such notice shall be the Contractor's responsibility, and the amount of each applicable bond
shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY.
Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of
this Contract by the CITY.
Remainder of Page Intentionally Blank
Bid No 16-17B Page 14
City of Tamarac Purchasing and Contracts Division
SPECIAL PROVISIONS
BID 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
1. PURPOSE OF BID
The City of Tamarac is hereby requesting Bids, from qualified Contractors for Cisco switches,
licensing, SMARTnet, components and cabling, as previously listed in the Technical Specifications
Section.
2. ENUMERATION OF CONTRACT DOCUMENTS
If any portion of the Contract Documents appears to be in conflict with any other portion, the
various documents comprising the Contract Documents shall govern in the following order of
precedence:
The Technical Specifications
2. The Special Provisions
3. Special Conditions
4. The Instructions to Bidders and General Terms and Conditions
5. The Sample Agreement
3. INTENT
It is the intent of the Contract Documents to describe a functionally complete Project in accordance
with the Plans and Specifications. Any Work, materials or equipment that may reasonably be
inferred from the Contract Documents as being required to produce the intended result will be
supplied whether or not specifically called for. When words that have a well-known technical or
trade meaning are used to describe Work, materials or equipment such words shall be interpreted
in accordance with that meaning. Reference to standard specifications, manuals or codes of any
technical society, organization or association, or to the laws or regulations of any governmental
authority, whether such reference be specific or by implications, shall mean the latest standard
specification, manual, code or laws or regulations in effect at the time of contract award, except as
may be otherwise specifically stated. However, no provision of any referenced standard
specification, manual or code (whether or not specifically incorporated by reference in the Contract
Documents) shall be effective to change the duties and responsibilities of the City, the Contractor,
or any of their consultants, agents or employees from those set forth in the Contract Documents.
4. FAMILIARITY WITH THE TOTAL SCOPE OF THE PROJECT
The Contractor shall be familiar with the total scope of the project prior to commencement of any
work.
5. CITY'S RESPONSIBILITIES
5.1 The City shall designate a representative authorized to act on the City's behalf with
respect to the Project.
5.2 If the City observes or otherwise becomes aware of a fault or defect in the equipment
delivered or nonconformity with the Contract Documents, the City shall give prompt written
notice thereof to the Contractor.
Sic! No. 16-17B Page 15
City of Tamarac
Purchasing and Contracts Division
6. CREDIT CARD PURCHASES
The City of Tamarac desires to have the ability to use a city credit card for payment. Contractors
are encouraged to allow for the use of city credit cards as payment by the City.
7. CHANGE QUANTITIES/CHANGE ORDERS
7.1 The City, without invalidating this Agreement, may order additions, deletions or
revisions to the Work. A written Amendment, Change Order or Work Change Directive
shall authorize such additions, deletions or revisions.
7.2 All Change Orders which, individually or when cumulatively added to amounts
authorized pursuant to prior Change Orders for this Project, increase the cost of the Work
to the City or which extend the time for completion, must be formally authorized and
approved by the appropriate City authority prior to their issuance and before Work may
begin.
7.3 The Contract Price and Contract Time shall be changed only by Change Order or
written Amendment.
7.4 The Contractor shall not be entitled to an increase in the Contract Price or an extension
of the Contract times with respect to any Work performed that is not required by the
Contract Documents as amended, modified and supplemented.
7.5 Any claim for adjustment in the Contract Price or time shall be based upon written
notice delivered by the party making the claim to the other parties and to the City not later
than fifteen (15) calendar days after the occurrence or event giving rise to the claims and
stating the general nature of the claim. No claim for an adjustment in the Contract Price or
an extension of the contract time will be valid if not submitted in accordance with this
Paragraph.
7.6 The cost or credit to the City from a change in the Work shall be determined by one or
more of the following ways:
7.6.1 By mutual acceptance of a lump sum properly itemized and supported by
sufficient substantiating data to permit evaluation where unit prices do not exist in
the contract documents;
7.6.2 By unit prices stated in the Contract Documents or subsequently agreed
upon.
8. WARRANTIES
8.1 The Contractor warrants that all equipment, materials and Workmanship furnished,
whether furnished by the Contractor or its subcontractors and Suppliers, will comply with
the Technical Specifications, drawings and other descriptions supplied or adopted and that
all services will be performed in a Workmanlike manner.
8.2 The Contractor warrants to the City that it will comply with all applicable federal, state
and local laws, regulations and orders in carrying out its obligations under the Contract.
8.3 The Contractor warrants to the City that it is not insolvent, it is not in bankruptcy
proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration
or other legal or administrative proceedings or investigations of any kind which would have
an adverse effect on its ability to perform its obligations under the Contract.
Bid No. 16-17B Page 16
City of Tamarac
Purchasinq and Contracts Division
COMPANY NAME: (Please Print):
Phone: Fax:
BEFORE SUBMITTING YOUR BID, MAKE SURE YOU...
1. ❑ Carefully read the General Terms & Conditions, Special Conditions and Special
Provisions.
2. ❑ Properly fill out the Bid Forms and the Schedule of Bid Prices.
3. ❑ Fill out and sign the Non -Collusive Affidavit and have it properly notarized.
4. ❑ Sign the Certification page. Failure to do so may result in your Bid being
deemed non -responsive.
5. ❑ Fill out the Bidder's Qualification Statement.
6. ❑ Fill out the References page.
7. ❑ Sign the Vendor Drug Free Workplace Form.
8. ❑ Include proof of insurance.
Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with
the BID NUMBER AND BID NAME on the outside of the package.
Make sure your Bid is submitted PRIOR to the deadline.
Late Bids will not be accepted.
Failure to provide the requested attachments may result in your bid
being deemed non -responsive.
THIS SHOULD BE THE FIRST PAGE OF YOUR BID.
Bid No 96-17B Page 17
City of Tamarac Purchasing and Contracts Division
13197;161N ,I
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
The City of Tamarac is hereby requesting Bids from qualified contractors for Cisco switches,
licensing, SMARTnet, components and cabling, as previously listed in the Technical Specifications
Section.
We propose to furnish the following items in conformity with the specifications and at the indicated
bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are
fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified
in the contract documents.
In the event of obvious mathematical errors, the Bidder recognizes that these are clerical in nature
and may be corrected by City.
For each bid item, Bidder agrees to furnish all equipment necessary to properly perform the work
described herein. A more detailed description of Pay Items are located throughout the Technical
Specifications. It is the intent of the City to award this bid based on the Total Base Bid for all bid
items. In the event or latent multiplication or addition errors, the Bidder recognizes that these are
clerical errors and may be corrected by the Owner.
Remainder of Page Intentionally Blank
Bid No. 16-17B Page 18
of Tamarac
and Contracts Division
BID SCHEDULE
Bidder agrees that any unit price listed is to be multiplied by the estimated quantity requirements listed below in order
to arrive at the total price.
For each item, Bidder agrees to furnish all equipment necessary to properly perform the work described. It is the intent
of the City to award this contract based on the Grand Total Base bid for all bid items. In the event of latent
multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the
Owner.
Bid hJo. 16-178 Page 19
City of Tamarac Purchasing and Contracts Division
City
Hall - 24-Port Fiber Network
Switch - IT Data Center
1 WS-C3850-24X5-E
Cisco Catalyst 3850 24 Port 10G Fiber Switch IP Services
N/A
1
$0.00
2
53850U K9-37E
CAT38SO Universal k9 image
N/A
1
$0.00
3
C3850-NM-4-10G
Cisco Catalyst 3850 4 x lOGE Network Module
N/A
1
$0.00
4
CAB -TA -NA
North America AC Type A Power Cable
N/A
2
$0.00
5
STACK-T1-50CM
50CM Type 1 Stacking Cable
N/A
1
$0.00
6
CAB-SPWR-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A
1
$0.00
7
PWR-Cl-715WAC
715W AC Config 1 Power Supply
N/A
1
$0.00
8
CON-SNTP-WS850XSE
SNTC-24X7X4 Cisco Catalyst 3850 24 Port 10G Fiber Sw
60.0 month(s)
1
$0.00
9
PWR-Cl-715WAC/2
715W AC Config 1 Secondary Power Supply
N/A
1
$0.00
$0.00
Fire
Station 15 - 48-Port Network
Switch - IT Data Center
10 WS-C3850-12X48U-E
Cisco Catalyst 385048 Port (12 mGig+36 Gig) UPoE IPServices
N/A
1
$0.00
11
STACK-Tl-50CM
50CM Type 1 Stacking Cable
N/A
1
$0.00
12
CAB-SPWR-30CM
Catalyst 37SOX and 3850 Stack Power Cable 30 CM
N/A
1
$0.00
13
PWR-C1-1100WAC
1100W AC Config 1 Power Supply
N/A
1
$0.00
14
53850UK9-37E
CAT3850 Universal k9 image
N/A
1
$0.00
15
PWR-C1-1100WAC/2
1100W AC Config 1 Secondary Power Supply
N/A
1
$0.00
16
C3850-NM-8-IOG
Cisco Catalyst 3850 8 x lOGE Network Module
N/A
1
$0.00
17
CAB -TA -NA
North America AC Type A Power Cable
N/A
2
$0.00
18
CON-SNTP-WSC385UE
SNTC-24X7X4 Cisco Catalyst 385048 Port (12 mGig+36
60.0 month(s)
1
$0.00
_.
$0.00
19 WS-C3850-48U-E
Cisco Catalyst 3850 48 Port UPOE IP Services
N/A
1
$O.00
20 CON-SNTP-W53848UE
SNTC-24X7X4 Cisco Catalyst 3850
60.0 month(s)
1
$O.00
21 S3850UK9-37E
CAT3850 Universal k9 image
N/A
1
$O.00
22 PWR-Cl-1100WAC/2
1100W AC Config 1 Secondary Power Supply
N/A
1
$O.00
23 C3850-NM-4-10G
Cisco Catalyst 38504 x 10GE Network Module
N/A
1
$O.00
24 CAB -TA -NA
North America AC Type A Power Cable
N/A
2
$O.00
25 STACK-Tl-50CM
50CM Type 1 Stacking Cable
N/A
1
$0.00
26 CAB-SPW R-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A
1
$0.00
27 PWR-Cl-1100WAC
1100W AC Config 1 Power Supply
N/A
1
$0.00
$0.00
28 WS-C3850-48U-E
Cisco Catalyst 385048 Port UPOE IP Services
N/A
1
$0.00
29 CON-SNTP-W53848UE
SNTC-24X7X4 Cisco Catalyst 3850
60.0 month(s)
1
$0.00
30 53850U K9-37E
CAT3850 Universal k9 image
N/A
1
$0.00
31 PWR-Cl-1100WAC/2
1100W AC Config 1 Secondary Power Supply
N/A
1
$0.00
32 C3850-NM-4-10G
Cisco Catalyst 38504 x 10GE Network Module
N/A
1
$0.00
33 CAB -TA -NA
North America AC Type A Power Cable
N/A
2
$0.00
34 STACK-Ti-50CM
50CM Type 1 Stacking Cable
N/A
1
$0.00
35 CAB-SPW R-30CM
Catalyst 3750X and 3850 Stack Power Cable 30 CM
N/A
1
$0.00
36 PWR-Cl-1100WAC
1100W AC Config 1 Power Supply
N/A
1
$0.00
$0.00
Grand Total
)0;
Bid No. 16-17B Page 20
of Tamarac Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
Submitted by:
THIS BID IS SUBMITTED TO:
City of Tamarac
Purchasing and Contracts Manager
7525 Northwest 88th Avenue
Tamarac, Florida 33321
Date
1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a
contract with the City to perform and furnish all Work as specified herein for the
Contract Price and within the Contract Period indicated in this bid.
2. This bid will remain subject to acceptance for ninety (90) days after the day of bid
opening. Bidder will sign and submit the necessary documents required by the City
within fifteen (15) days prior to the date of the City's Award.
a. Bidder has familiarized itself with the nature and extent of the contract
documents, locality, and all local conditions and laws and regulations that
in any manner may affect cost, progress, performance or furnishing of the
Work.
b. Bidder has given the City written notice of all conflicts, errors or
discrepancies that it has discovered in the contract documents and the
written resolution thereof by the City is acceptable to Bidder.
C. This Bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity
with any agreement or rules of any group, association, organization or
corporation; Bidder has not directly or indirectly induced or solicited any
other Bidder to submit a false or sham Bid; Bidder has not solicited or
induced any person, firm or corporation to refrain from bidding; and
Bidder has not sought by collusion to obtain for itself any advantage over
any other Bidder or over the City.
3. Bidder will complete the Work for the prices shown in the "Bid Form".
4. Bidder agrees that the Work will be substantially performed and complete in
accordance with the schedules established herein.
Bid No 16-178 Page 21 _
City of Tamarac Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
The City reserves the right to reject any bid, if it deems that a vendor has deliberately
provided erroneous information. The undersigned declare to have specific and legal
authorization to obligate their firm to the terms of this bid, and further, that they have
examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other
documents included in this bid request, and hereby promises and agrees that, if this bid is
accepted, they will faithfully fulfill the terms of this bid together with all guarantees and
warranties thereto. The undersigned bidding firm further certifies the product and/or
equipment meets or exceeds the specification as stated in the bid package; and also
agrees that products and/or equipment to be delivered which fail to meet bid specifications
will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at
the expense of the bidder.
Authorized Signature
Typed/Printed Name
Telephone
Fax
Company Name
Address
City, State, ZIP
Federal Tax ID Number
Email address for above signer (if any) Contractor's License Number
Bid No. 16-17B Page 22
City of Tamarac Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT PROJECT
Bidder's Name:
TERMS: % (percent discount, if any, if payment made within DAYS;
otherwise, terms are NET 30 days.
The City of Tamarac desires to have the ability to use a city credit card for payment. Will
your firm accept a Visa credit card as payment from the City of Tamarac?
❑ Yes ❑ No
Delivery/completion: calendar days after receipt of Notice to Proceed or Purchase
Order, whichever is applicable for this project.
To be considered eligible for award, one (1) original and two (2) copies of this bid form
should be submitted with the Bid. One original bid must be submitted at time of bid
opening. Copies must be provided within 3 business days of City's request.
NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder,
as evidenced by completion of the Certified Resolution form contained herein (or
acceptable Corporate Resolution) may be deemed non -responsive and ineligible for
award.
NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder
shall be deemed non -responsive and ineligible for award.
IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION:
Please indicate reason(s) why a Bid Proposal is not being submitted at this time.
Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor
listing.
Bid No 16-17B Page 23
City of Tamarac
NON -COLLUSIVE AFFIDAVIT
State of
)ss.
County of )
Purchasing & Contracts Division
being first duly sworn, deposes
and says that:
He/she is the (Owner, Partner, Officer, Representative
or Agent) of the Offeror that has submitted the
attached Proposal;
5. He/she is fully informed respecting the preparation and contents of the attached
Proposal and of all pertinent circumstances respecting such Proposal;
6. Such Proposal is genuine and is not a collusive or sham Proposal;
7. Neither the said Offeror nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in any
way colluded, conspired, connived or agreed, directly or indirectly, with any other
Offeror, firm, or person to submit a collusive or sham Proposal in connection with
the Work for which the attached Proposal has been submitted; or to refrain from
bidding in connection with such Work; or have in any manner, directly or indirectly,
sought by agreement or collusion, or communication, or conference with any
Offeror, firm, or person to fix the price or prices in the attached Proposal or of any
other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or
the Proposal price of any other Offeror, or to secure through any collusion,
conspiracy, connivance, or unlawful agreement any advantage against (Recipient),
or any person interested in the proposed Work;
8. The price or prices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part
of the Offeror or any other of its agents, representatives, owners, employees or
parties in interest, including this affiant.
Signed, sealed and delivered in the presence of:
By
Witness
Witness Printed Name
Title
Bid No 16-17B Page 24
City of Tamarac
ACKNOWLEDGMENT
NON -COLLUSIVE AFFIDAVIT
State of Florida
County of
Purchasing and Contracts Division
On this the day of , 20 , before me, the undersigned Notary Public of
the State of Florida, personally appeared
and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge
that Fie/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
❑ DID take an oath, or ❑ DID NOT take an oath
Bid No 1647E Page 25
City of Tamarac
Purchasing and Contracts Division
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
We (1), the undersigned, hereby agree to furnish the item (s)/se rvice(s) described in the
Invitation to Bid. We (1) certify that we (1) have read the entire document, including the
Specifications, Additional Requirements, Supplemental Attachments, Instructions to
Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of
the requirements of the entire Invitation To Bid.
Indicate which type of organization below:
INDIVIDUAL ❑
If "Other", Explain:
Authorized Signature
Typed/Printed Name
Telephone
Fax
PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑
Email address for above signer (if any)
Company Name
Address
City, State, ZIP
Federal Tax ID Number
Contractor's License Number
Bid No. 9 6-17B Page 23
City of Tamarac Purchasing and Contracts Division
BIDDER'S QUALIFICATION STATEMENT
The undersigned certifies under oath the truth and correctness of all statements and all answers to
questions made hereinafter:
Name of Company
Address
City State Zip
Telephone
Fax Number
1. How many years has your organization been in business under its present name?
Years
2. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida
Fictitious Name Statute:
3. Under what former name(s) has your business operated?
List former address(es) of that business (if any).
4. Are you Certified?Yes ❑ No ❑ If Yes, attach copy of Certification
5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License
6. Has your company ever declared bankruptcy? Yes ❑ No ❑
If Yes, explain:
7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑
of the commodities/services bid upon?
8. Have you ever received a contract or a purchase order from the City of Tamarac or other
governmental entity? Yes ❑ No ❑ If yes, explain (date, service/project, bid title etc.)
9. Have you ever received a complaint on a contract or bid awarded to you by any
governmental entity? Yes ❑ No ❑ If yes, explain:
10. Have you ever been debarred or suspended from doing business with any governmental
entity? Yes ❑ No ❑ If yes, explain:
Bid No 16-"173 � Page 24
of Tamarac
REFERENCES
and Contracts Division
Please list government agencies and/or private firms with whom you have done business
during the last five years:
Your Company Name
Address
City State Zip
Phone/Fax
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Bid No. 16-17B Page 25
of Tamarac Purchasing and Contracts Division
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal
certifying they have a drug -free workplace in accordance with Section 287.087, Florida
Statutes. This requirement affects all public entities of the State and becomes effective
January 1, 1991. The special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace
programs. Whenever two or more bids that are equal with respect to price, quality, and
service are received by the State or by any political subdivision for the procurement of
commodities or contractual services, a bid received from a business that certifies that it
has implemented a drug -free workplace program shall be given preference in the award
process. Established procedures for processing tie bids will be followed if none of the tied
vendors have a drug -free workplace program. In order to have a drug -free workplace
program, a business shall:
Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
9. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug -free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
10. Give each employee engaged in providing the commodities or contractual services
that are under bid a copy of the statement specified in subsection (1).
11. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under bid,
the employee will abide by the terms of the statement and will notify the employer of
any conviction of, or plea of guilty or nolo contendere to, any violation of chapter
893 or of any controlled substance law of the United States or any state, for a
violation occurring in the workplace no later that five (5) days after each conviction.
12. Impose a section on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
13. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section. As the person authorized to sign the statement, I
certify that this form complies fully with the above requirements.
Authorized Signature Company Name
Bid ;No 16-17B Page 26
City of Tamarac
CERTIFIED RESOLUTION
Purchasing and Contracts Division
I, (Name), the duly elected Secretary of
(Corporate Title), a corporation organized and existing under the laws of
the State of , do hereby certify that the following Resolution was
unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a
meeting held in accordance with law and the by-laws of the said corporation.
"IT IS HEREBY RESOLVED THAT (Name)", the duly
elected (Title of Officer) of
(Corporate Title) be and is hereby authorized to execute and
submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other
instruments in writing as may be necessary on behalf of the said corporation; and that the Bid,
Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as
its own acts and deeds. The secretary shall certify the names and signatures of those authorized to
act by the foregoing resolution.
The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall
be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage
resulting from or growing out of honoring, the signature of any person so certified or for refusing to
honor any signature not so certified.
I further certify that the above resolution is in force and effect and has not been revised, revoked or
rescinded.
I further certify that the following are the name, titles and official signatures of those persons
authorized to act by the foregoing resolution.
NAME
TITLE
Given under my hand and the Seal of the said corporation this
(SEAL)
0
SIGNATURE
day of 20_.
Secretary
Corporate Title
NOTE:
The above is a suggested form of the type of Corporate Resolution desired. Such form need not
be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of
the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been
properly empowered by the corporation to do so in its behalf.
Bid No, 16-17B Page 27
City of Tamarac Purchasing and Contracts Division
DATE OF ISSUANCE:
CHANGE ORDER
CHANGE ORDER NO.
OWNER: PROJECT NAME:
CITY OF TAMARAC
7525 NW 88t" Avenue
Tamarac, FL 33321-2401
:9►•
CONTRACTOR
PROJECT NO.
P.O. NUMBER
IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE
CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE
FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND
SPECIFICATIONS:
DESCRIPTION:
PURPOSE OF CHANGE ORDER:
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIME
Original Contract Price
Original Contract Time
Previous Change Order No. to No.
Net change from previous change orders
Contract Price prior to this Change Order
Contract Time prior to this Change Order
Net (Increase) of this Change Order
Net (Increase) of this Change Order
Contract Price with all approved Change Orders
Contract Time with all approved Change Orders
RECOMMENDED APPROVED APPROVED
BY BY BY
Director City Manager Contractor
Date Date Date
Bid No. 16 1I Page 28
CITY OF TAMARAC
PURCHASING AND CONTRACTS DIVISION
7525 NW 88T" AVENUE
TAMARAC, FL 33321
"Committed to Excellence... Always
ADDENDUM NO. 1
DATE: 04/06/2016
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT
This addendum shall modify and become a part of the original Bid Document. The following
clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for
Bid No. 16-17B — Cisco Network Infrastructure Replacement
TO ALL PROSPECTIVE BIDDERS:
Please note responses to the following questions. Responses are shown in italic type.
1. Will this bid be awarded to one vendor or will it be awarded by line item?
- Award shall be made to one (1) firm with the lowest responsive and responsible aggregate
Bid.
2. Can other brands of switches such as HP or Brocade be quoted instead of Cisco switches?
- No, per the IFB, please quote only the specific Cisco equipment listed due to compatibility
with existing equipment already on site.
Please return and/or acknowledge this Addendum No.1 with your bid submittal due April 21, 2016 by
2:00 PM local time to Tamarac City Hall, RM 108, 7525 NW 88th Ave., Tamarac, FL 33321.
Sincerely,
Ann Marie Corbett
Buyer
Please Acknowledge Receipt and Review of this Addendum:
Comoanv Name:
Authorized Signature: Date:
Printed Name:
Addendum No. 1 — Bid No. 16-17B — CISCO NETWORK INFRASTRUCTURE REPLACEMENT
Page 1 of 1
CITY OF TAMARAC
PURCHASING AND CONTRACTS DIVISION
7525 NW 88T" AvENUE
TAMARAC, FL 33321
"Committed to Excellence... Always
ADDENDUM NO. 2
DATE: 04/08/2016
BID NO. 16-17B
CISCO NETWORK INFRASTRUCTURE REPLACEMENT
This addendum shall modify and become a part of the original Bid Document. The following
clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for
Bid No. 16-17B — Cisco Network Infrastructure Replacement
TO ALL PROSPECTIVE BIDDERS:
Please note responses to the following questions. Responses are shown in italic type.
1. Could you confirm if there is a cost estimate?
- The City is estimating the cost to be in the range of $85, 000 — 100,000
2. Is the Bid only to purchase Cisco equipment without installation?
- Equipment only, no installation.
Please return and/or acknowledge this Addendum No.2 with your bid submittal due April 21, 2016 by
2:00 PM local time to Tamarac City Hall, RM 108, 7525 NW 88th Ave., Tamarac, FL 33321.
Sincerely,
& Azu-, a
Ann Marie Corbett
Buyer
Please Acknowledge Receipt and Review of this Addendum:
Company Name:
Authorized Signature: Date:
Printed Name:
Addendum No. 1 — Bid No. 16-17B — CISCO NETWORK INFRASTRUCTURE REPLACEMENT
Page 1 of 1