Loading...
HomeMy WebLinkAboutR-02-1169J-02-815 10/17/02 RESOLUTION NO. 02-1169 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING PREVIOUS PURCHASES OF CELLULAR TELEPHONE EQUIPMENT AND SERVICES FROM VARIOUS VENDORS FOR THE DEPARTMENT OF POLICE, ON AN AS -NEEDED BASIS, UNDER EXISTING STATE OF FLORIDA CONTRACT NO. 725-330-98-1, EFFECTIVE UNTIL DECEMBER 21, 2002, AND ANY EXTENSIONS, IN AN AMOUNT NOT TO EXCEED $99,027.27; ALLOCATING FUNDS FROM LAW ENFORCEMENT TRUST FUND PROJECT NUMBER 690003, AS APPROVED BY THE CHIEF OF POLICE IN COMPLIANCE WITH THE UNITED STATES DEPARTMENT OF THE TREASURY'S "GUIDE TO EQUITABLE SHARING". BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The previous purchase of cellular telephone equipment and services from various vendors is authorized, for the Department of Police, on an as -needed basis, under existing State of Florida Contract No. 725-330-98-1, effective until December 21, 2002, and any extensions, in an amount not to exceed $99,027.27, with funds allocated from Law Enforcement Trust Fund Project Number 690003, as approved by the Chief of Police in compliance with the United States Department of the Treasury, "Guide to Equitable Sharing" CITY Co11rS3I0N MEETING Q C T 2 9 2002 Recolutioa NO, 2-169 5 Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 29th day of October 2002. MANUEL A. DIAZ, ATTEST: (?4.,:, - A 02-A. PRISCILLA A. THOMPSON CITY CLERK CORRECTNESS 'DRO VILARELLO ATTORNEY W6561:tr:AS:BSS 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 62-1169 CITY OF MIAMI, FLORIDA is INTER -OFFICE MEMORANDUM The Honorable Mayor and Members To : of the City Commission �:. �?ws FROM A. Gimenez City Manager RECOMMENDATION DATE: `,:'?- Z. r, FILE L SUBJECT: Proposed Resolution REFERENCES: Cellular Telephone Equipment and Services ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing previous purchases of Cellular Telephone Equipment and Services, for the Department of Police, on an as -needed basis, from various vendors, under existing State of Florida Contract No. 725-330- 98-1, effective until December 21, 2002, subject to further extensions by the State of Florida; allocating initial funding in an amount not to exceed $99,027.27. Funding was provided from the Law Enforcement Trust Fund, U. S. Department of the Treasury, Project Number 690003. BACKGROUND The Miami Police Department utilizes cellular telephone equipment and services as a tool to enhance their efficient use of communications in performing law enforcement functions, and for use by Investigative Units to support their investigative operations. The cellular telephones are also utilized to contact the United States and State Attorney's Offices, other local, state and federal law enforcement agencies, witnesses, other City of Miami agencies in support of NET Operations, and in the coordination of investigations. Currently, there are a total of 185 cellular telephones employed by the Police Department. Ninety- three (93) cellular telephones are funded by the Law Enforcement Trust Fund due to their primary use being for investigative purposes, thus falling within the Law Enforcement Trust Fund guidelines. Authorized personnel using cellular telephone funded by the Law Enforcement Trust Fund include investigators assigned to the Criminal Investigations Section, Special Investigations Section, Internal Affairs, and Crime Suppression Teams. 02-1169 The Honorable Mayor and Members of the City Commission Page 2 Proposed Resolution; Cellular Telephone Equipment and Services Ninety-two (92) cellular telephones are paid by the General Fund to enhance the on-going essential operation of the Miami Police Department in other law enforcement functions that do not fall within the Law Enforcement Trust Fund guidelines. Authorized personnel using cellular telephones paid by the General Fund include the Chief of Police and staff (Chief, Deputy Chief, Assistant Chiefs, Executive Assistants, Majors and NET Commanders), Neighborhood Resource Officers, selected Field Support Staff, and Investigators assigned to the General Investigations Units. In an effort to ensure fiscal responsibility, the Miami Police Department conducted a department wide needs assessment and reduced the cellular telephones users by fifty (50) from 235 to 185. We also streamlined our services by reducing the cellular phone providers/programs and selecting the most responsive and cost efficient plans. This streamlining was achieved by soliciting and analyzing proposals from vendors under the existing State of Florida contract. Both Cingular and AT&T, submitted proposals for the provision of cellular telephone services and equipment. Cingular offered the lowest responsible and responsive calling plan, meeting the needs of the Police Department. Nextel Communications was selected because they are the only vendor providing cellular telephone services and equipment with the direct connect feature. This feature is not available with other calling plans and permits free contact with external agencies. Other mobile -to -mobile telephone plans do not provide free contact with entities external to the department's plan. The Police Department requested and the City Commission authorized Resolution No. 01-556 (attached), adopted on June 14, 2001, for an initial allocation of $85,000, for the acquisition of cellular telephone services. This resolution did not, however, identify the method or the vendor to be utilized for procuring said services. To rectify this situation, it is now necessary for the department to present the attached resolution to cover all previous procurement of cellular telephone equipment and services under the Law Enforcement Trust Fund. All previous procurement include the $85,000 initial allocation authorized by Resolution No. 01-556, plus the $14,027.27 increase in the initial allocation as authorized by an amendment to Resolution No. 01 -556. In the past, the use of cellular telephones was treated as a utility, therefore, requiring no City Commission approval. With the cellular telephones classified as an operational expense, instead of a utility, City Commission approval is now required to comply with applicable provisions as set forth in City of Miami Charter and Code, Section 18. FISCAL IMPACT: . CAGJ1AXr NONE — LETF FUNDED v2-1.169 1 2 Budgetary Impact Analysis Department POLICE Agenda Item # (if available) Division 3. Title and brief description of legislation or attach ordinance/resolution: A Resolution authorizing all previous and current procurement of cellular telephone equipment and services, for the Police Department from various vendors, on an as -needed basis, under existin_, State of Florida Contract No. 725-330-98-1, effective until December 21, 2001, and anv extensions. 4. Is this item related to revenue? NO: XXX YES (If yes, skip to item 47.) 5. Are there sufficient funds in Line Item? YES: XXX Index Code Minor Obj. Code Amount $99,027.27 NO: Complete the following questions: OTHER: Law Enforcement Trust Fund, Project No. 690003 6. Source of funds: Amount budgeted in the Line Item $ 7. Balance in Line Item $ Amount needed in the Line Item $ Rnffinient fiends will he transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. Transfer done by: From $ From $ From $ To $ Any additional comments? 8. Approv Department Director/Designee 0%4/°1- Date FOR DEP NT OF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: �s Transfer done by: Department of Management and Budget Budget. Analyst Budget Analyst Director/Designee Date Date Date 92-1169 RESOLUTION NO. J 3 C+ A RESOLUTION OF THE MIAMI CI'"V AUTHORIZING THE A7LOCATION OF _FUNDS LAW ENFORCEMEN TRUST FUND ACQUISITION OF CEI.L'v- AR TE7EPh0N= FOR THE DEPARTMENT OF POLICE, IN AN AN 17N: NOT TO EXCEED $8.5,000; ALLOCATING: FUNDS FRC'. - THE LAW ENFORCEMENT TRUST FUND, PF..;�EC= NO. 690003, SUCH EXPENDITURE HAVING BEEN APPROVED BY THE CHIEF OF POLICE AS COMP_ Y7LNG: WITH THE U. S. DEPARTMENT OF THE TREASURY'S "GUIDE TO EQUITABLE SHARING." WHEREAS, the U. S. Department of the Treasury's "Guide to Equitable Sharing," authorize the expenditure of forfeiture cash or proceeds for certain law enforcement purposes not considered normal operating expenses; and WHEREAS, -the Department of Police wishes to acquire cellular telephone services for the Investigative Unit to support its operations; and WHEREAS, funds to cover this expenditure have not been included in the Police Department's normal operating budget and are available in the City of Miami Law Enforcement Trust Fund; and by •:dasau i:c. his Resolution and has deter...-ne^ -:'n 'h==xcen comn'_iesi thi: the U.S. Departmen_ o; � t , w =,auizable Sharina"; and W':ER^.�21AS, funds are a'va-iah e _roP ,_h? Fund, Project No. 690003, such expend -cure n -.enc c2r=___,... by the Chief of Police as complying with. _. Treasury's "Guide to Equitable Sharing"; NOW, THEREFORE, BE IT RESOLVED BY THE 1C_OMMT_SS10N :_ THE OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The allocation of funds from the Law Enforcement Trust Fund for the acquisition of cellular telephone services for the Department of Police, in an amount not to exceed $85,000, is authorized, with funds allocated from the Law Enforcement Trust Fund, Project No. 690003, such expenditures having been approved by the Chief of Police as complying with the U.S. of the Department of Treasury, "Guide to Equitable Sharing." Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' - T the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. _X the Mayor vetoes this Resolution, it shall become effective immediately upon.override of the veto by the .City Commission. Page 2 of 3 02 -IM 14th d= v c -. June , = _ . A'. TEST + �: f •- WALTER J. FOEMAN CITY CLERK APPROVED AS TO FORM AND CORRECTNESS:?/ f ALEJANDRO'VILARELL0 Y� CITY ATTORNEY r''W5341:db:LB Page 3 of 3�`�9 Message Page 1 of 1 Rodriguez, Lourdes From: WILLIAMS, MARVIN [WILLIAM@dms.state.fl.us] Sent: Wednesday, September 04, 2002 5:50 PM To: 'Rodriguez, Lourdes' Subject: RE: State Contract 725-330-98-1 Cellular Phones Equipment and Ser vice s Hi Lourdes, We are planning on extending it through December 21, 2002 as we are waiting for the release of the ITB for "Wireless Services". We anticipate a new contract effective on December 22, 2002. If you have any questions, please let me know. Thanks, Marvin Williams State Purchasing -----Original Message ----- From: Rodriguez, Lourdes [mailto:Lourdes. Rodriguez@miami-police.org] Sent: Wednesday, September 04, 2002 3:31 PM To: 'william@dms.state.fl.us' Subject: State Contract 725-330-98-1 Cellular Phones Equipment and Service s The City of Miami is currently piggybacking on this contract which was extended till 9/21/02, will it be extended again? 9/5/2002 62-1169 FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH GOVERNOR CYNTHIAA. HENDERSON SECRETARY MyFlorida.com rM STATE PURCHASING 4050 ESPLANADE WAY SUITE 350 TALLAHASSEE, FLORIDA 32399-0950 TELEPHONE. 850-4884;440 FAX. 850-488-5498 INTERNET: www.MYFLaRiDA.com Suite 315 CERTIFICATION OF CONTRACT TITLE: Cellular Telephone Equipment and Service CONTRACT NO.: 725-330-98-1 BID NO.: 56-725-330-W EFFECTIVE: December 22, 1997 through December 21, 2001 1sT EXTENSION: December 22, 2001 through June 21, 2002 2ND EXTENSION: June 22, 2002 through September 21, 2002 3PD EXTENSION: September 22, 2002 through December 21, 2002 (Rev 05 Sept 02) SUPERSEDES: 725-330-91-1 CONTRACTOR(S): Alltell Communication, Inc. (Gainesville (A) 360 Communications dba/ Alltell Communications, Inc. (A) AT&T Wireless Services (A) Cingular Wireless (A) GTE Mobilnet (A) MCI Telecommunications Corp. (A) Nextel Communications (A) Sprint PCS (A) US Cellular (A) Vanguard Cellular Systems, Inc. (A) Verizon Wireless (A) (Rev 22 Mar 02) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF MARVIN WILLIAMS AT (850) 488-8366, SUNCOM 278-8366, E-MAIL: wiWam(a,dms.state.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on December 10, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Cellular Mobile Telephone Equipment and Service by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. 62-W1169 Suite 315 CERTIFICATION OF CONTRACT TITLE: Cellular Telephone Equipment and Service CONTRACT NO.: 725-330-98-1 BID NO.: 56-725-330-W EFFECTIVE: December 22, 1997 through December 21, 2001 1 ST EXTENSION: December 22, 2001 through June 21, 2002 2ND EXTENSION: June 22, 2002 through September 21, 2002 (Rev 14 June 02) SUPERSEDES: 725-330-91-1 CONTRACTOR(S): Alltell Communication, Inc. (Gainesville (A) 360 Communications dba/ Alltell Communications, Inc. (A) AT&T Wireless Services (A) Cingular Wireless (A) GTE Mobilnet (A) MCI Telecommunications Corp. (A) Nextel Communications (A) Sprint PCS (A) US Cellular (A) Vanguard Cellular Systems, Inc. (A) Verizon Wireless (A) (Rev 22 Mar 02) Page 1 of 2 Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF MARVIN WILLIAMS A (850) 488-8366, SUNCOM 278-8366, E-MAIL: will am. a*�dms&state.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on December 10, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Cellular Mobile Telephone Equipment and Service by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) 62-1169 http://www.myflorida.com/st_contracts/725330981/Certification.htm 6/26/2002 Suite 315 Page 2 of 2 D. PRIOR APPROVAL TO PURCHASE - In accordance with Section 282.102(16), Florida Statutes, all State agencies and institutions are required to submit all requests to purchase communications equipment, including the equipment covered by this contract, to the Division of Communications for review and approval prior to the issuance of a purchase order for Communications Services if the expenditures meet or exceed the Purchasing Category II level. Requests to purchase said equipment by State agencies and institutions shall be submitted per instructions on reverse side of Form COM -9008, which is supplied by the Division of Communications, 4040 Esplanade Way, Tallahassee, Florida 32399-0950, (850) 487-2000, Suncom 277-2000. Law enforcement organizations or political subdivisions and municipalities (sheriff s offices, police departments, etc.) are also required to submit all requests to purchase communications equipment, including the equipment covered by this contract, to the Division of Communications for review prior to issuance of a purchase order. This requirement is in accordance with Section 282.111, Florida Statutes. Emergency medical service organizations (hospitals, ambulance/rescue services, etc.) of political subdivisions, and of State agencies and institutions are required to obtain written approval from the Division of Communications prior to purchases of commodities. This requirement is in accordance with Section 401.024, Florida Statutes. E. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance is to be filed with this office. F. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. G. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature MW/kep Attachment 62-1169 http://www.myflorida.com/st contracts/725330981/certification.htm 6/26/2002 PRICE SHEET CINGULAR WIRELESS PRICE SHEET MSA (No. & City(ies): 12 - Miami/Ft. Lauderdale/Hollywood, 72 - West Palm Beach. RSA's (Counties or Areas): Page 1 of 6 HOME RATE AREA (HRA): Describe the geographic area for which you provide cellular service at a local rate:_ SOUTH FLORIDA: Monroe Co., Dade Co., Broward Co., Palm Beach Co., Indian River Co Okeechobee Co., Hendry Co.. CATEGORY/ITEM MOBILES: Commodity Number: Basic Radio Hands Free Option Permanent Antenna On -Glass Antenna Installation TRANSPORTABLE& Commodity Number: Basic Radio Mag -mount Antenna Spare Battery PORTABLES: Commodity Number: Basic Radio Spare Battery (Rev 1 May 98) OTHER CHARGES: Connection Fee Access Fee MAKE/MODEL BID 725-330-540-0100 Motorola 2900 Included AC225 ACP7305-S-BSM Standard PRICE EACH $ No Charge $ No Charge $ No Charge _ $ No Charge $ 80.00 725-330-880-0100 Motorola T2900 $ No Charge ** ACP 115 -BSM $ No Charge SNN 4139 $ 17.00 725-330-650-0100 Motorola DPC650 SNN 4019 One-time programming and sign up charge: $ No Charge ** $ 13.00 $ No Charge Monthly charge for basic service: $ 15.0 No. of free minutes included: None Time of use restrictions on free minutes must be specified: Detailed Billing Charge Per Month $ No Charge VENDOR NAME: Cingular Wireless (Rev 22 Mar 02) ** Title to Basic Radio Equipment will be retained by Cingular Wireless. Use of this equipment will be provided to the end-user for the duration of Subscription to Cingular Wireless. (Rev 22 Mar 02) 02-1169 httpJ/fcn.state.fl.us/st contra W725330981/price3.htm 6/6/2002 PRICE SHEET PRICE SHEET - CONTINUED MSA (No. & City(ies): 12 - Miami(Ft. Lauderdale/Holl ood, 72 - West Palm Beach, RSA's (Counties or Areas): Page 2 of 6 HOME RATE AREA (HRA): Describe the geographic area for which you provide cellular service at a local rate: SOUTH FLORIDA: Monroe Co., Dade Co., Broward Co., Palm Beach Co., Indian River Co., Okeechobee Co., Hendry Co.. AIR TIME CHARGES: A. WITHIN THE HOME -RATE AREA: Peak, Per Minute Off -Peak, Per Minute B. OUTSIDE THE HOME RATE AREA: Peak, Per Minute: Off -Peak, Per Minute: Surcharges: (state price and frequency, e.g. $xxx/month) *Applicable in NON Cingular Wireless Markets. (Rev 22 Mar 02) VENDOR NAME: Cingular Wireless (Rev 22 Mar 02) $ .20 $ .20 $ .35 $ .35 $ 3.50eU r month* 02-1169 http://fcn.state.fl.us/st—contracts/725330981/Price3.htm 6/6/2002 PRICE SHEET PRICE SHEET - CONTINUED MSA (No. & City(ies):_" 12 - Miami/Ft. Lauderdale/Hoflywood, 72 - West Palm Beach, RSA's (Counties or Areas): DISCOUNTS A. QUANTITY DISCOUNTS Page 3 of 6 1. EQUIPMENT Bidders are requested to list any additional discounts for large quantity single orders of cellular radios with service, or cellular service only:. MOBILES: a. Radio b. Accessories c. Installation TRANSPORTABLE& a. Radio b. Accessories PORTABLES: a. Radio b. Accessories 2. SERVICES* No. of Units And/Or Subscriptions 25-49 50-74 75-100 100+ 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0—% 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0—% 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0 % 0 % a. Aggregate Air Time Discounts: If offered, attach a supplemental sheet showing breaking points and reduced charges b. N/A C. d. *NOTE: Discounts for services (list applicable items) may be expressed in percentages or actual costs (state which) B. BALANCE -OF -LINE DISCOUNTS: Award winners will be requested to list balance -of -line discounts for each additional phone, accessory, service type (e.g. digital), special features (e.g. CDPD), etc. Discounts and price sheets are not required at the time of bid. VENDOR NAME: Cingular Wireless (Rev 22 Mar 02) 02--1169 http://fcn.state.fl.ustst contracts/72533098I/price3.htm 6/6/2002 PRICE SHEET PRICE SHEET MSA (No. & City(ies): 51 - Jacksonville, 60 - Orlando,137 - Melbourne/Titusville/Palm Bay 146 -.Daytona Beach RSA's (Counties or Areas): Page 4 of 6 HOME RATE AREA (HRA): Describe the geographic area for which you provide cellular service at a local rate:_ NORTH FLORIDA: Duval Co.. Nassau C9., Baker Co.. St Johns Co., Clay Co.. East Putnam Co CENTRAL FLORIDA: Flagler Cpm Volusia Co., Lake Co., Seminole Co., Orange Co., Osceola Co., Brevard Co. CATEGORY/ITEM MOBILES: Commodity Number: Basic Radio Hands Free Option Permanent Antenna On -Glass Antenna Installation TRANSPORTABLES: Commodity Number: Basic Radio Mag -mount Antenna Spare Battery PORTABLES: Commodity Number: Basic Radio Spare Battery (Rev 1 May 98) OTHER CHARGES: Connection Fee Access Fee MAKE/MODEL BID 725-330-540-0100 Motorola 2900 Included AC225 ACP7305-S-BSM Standard PRICE EACH $ No Charge * * $ No Chargee $_ No Charge _ $ No Charge_ $ 80.00 725-330-880-0100 Motorola T2900 $_ No Chargee ** ACP 115 -BSM $_ No Charge SNN 4139 $ 17.00 725-330-650-0100 Motorola DPC650 SNN 4019 One-time programming and sign up charge: $ No Charge $ 13.00 $ No Charge Monthly charge for basic service: $ 15.00 No. of free minutes included: None Time of use restrictions on free minutes must be specified: Detailed Billing Charge Per Month $ No Charge VENDOR NAME: Cingular Wireless (Rev 22 Mar 02) ** Title to Basic Radio Equipment will be retained by Cingular Wireless. Use of this equipment will be provided to the end-user for the duration of Subscription to Cingular Wireless. (Rev 22 Mar 02) ii69 htip://fcn-state.fl.us/st—contracts/725330981/Price3.htm 02 ' 6/6/2002 PRICE SHEET PRICE SHEET - CONTINUED MSA (No. & City(ies): 51- Jacksonville, 60 - Orlando, 137 - Melbourne/Titusville/Palm Bay. 146 - Daytona Beach RSA's (Counties or Areas): Page 5 of 6 HOME RATE AREA (HRA): Describe the geographic area for which you provide cellular service at a local rate:_ NORTH FLORIDA: Duval Co., Nassau Co., Baker Co., St. Johns Co., Clay Co., East Putnam Co., CENTRAL FLORIDA: Flagler CR, Volusia Co Lake Co., Seminole Co., Orange Co., Osceola Co Brevard Co. AIR TIME CHARGES: A. WITHIN THE HOME -RATE AREA: Peak, Per Minute Off -Peak, Per Minute B. OUTSIDE THE HOME RATE AREA: Peak, Per Minute: Off -Peak, Per Minute: Surcharges: (state price and frequency, e.g. $xxx/month) *Applicable in NON Cingular Wireless Markets. (Rev 22 Mar 02) VENDOR NAME: Cingular Wireless (Rev 22 Mar 02) $ .18 $ .16 $ .35 $ .35 $ 3.50 per month * bttp://fcn.state.fl.us/st—contracts/72533098 I/price3.htm 02-1169 6/6/2002 PRICE SHEET PRICE SHEET - CONTINUED MSA (No. & City(ies): 51 - Jacksonville, 60 - Orlando., 137 - Melbourne/Titusville/Palm Bay. 146 - Daytona Beach RSA's (Counties or Areas): DISCOUNTS A. QUANTITY DISCOUNTS Page 6 of 6 1. EQUIPMENT Bidders are requested to list any additional discounts for large quantity single orders of cellular radios with service, or cellular service only: No. of Units And/Or Subscriptions 25-49 50-74 75-100 100+ MOBILES: a. Radio 0 % 0 % 0 % 0 % b. Accessories 0 % 0 % 0 % 0 % c. Installation 0 % 0 % 0 % 0 % TRANSPORTABLES: a. Radio 0 % 0—% 0 % 0 % b. Accessories 0 % 0 % 0 % 0 % PORTABLES: a. Radio 0 % 0—% 0 % 0 % b. Accessories 0 % 0 % 0 % 0 % 3. SERVICES* a. Aggregate Air Time Discounts: If offered, attach a supplemental sheet showing breaking points and reduced charges b. N/A C. d. *NOTE: Discounts for services (list applicable items) may be expressed in percentages or actual costs (state which) B. BALANCE -OF -LINE DISCOUNTS: Award winners will be requested to list balance -of -line discounts for each additional phone, accessory, service type (e.g. digital), special features (e.g. CDPD), etc. Discounts and price sheets are not required at the time of bid. VENDOR NAME:_ Cingular Wireless (Rev 22 Mar 02) 02-1169httpJ/fcn.state.fl.us/st contracts/725330981/price3.htm 6/6/2002 PRICE SHEET PRICE SHEET Click here for more pricing MSA (No. & City(ies): All MSA's execept 265 and 283 Pagel of 3 RSA's (Counties or Areas): HOME RATE AREA (HRA): Describe the geographic area for which you provide cellular service at a local rate: CATEGORY/ITEM MAKE/MODEL BID MOBILES: Commodity Number: 725-330-540-0100 Basic Radio m370 mobile (MOT)_ Hands Free Option Permanent Antenna On -Glass Antenna Installation TRANSPORTABLES: Commodity Number: 725-330-880-0100 Basic Radio Mag -mount Antenna Spare Battery PORTABLES: Commodity Number: 725-330-650-0100 Basic Radio see attached price sheet Spare Battery OTHER CHARGES: Connection Fee One-time programming and sign up charge: $ waived Access Fee Monthly charge for basic service: No. of free minutes included: _ Time of use restrictions on free minutes must be specified: VENDOR NAME: Nextel Communications (New 12 Mar 01) http://fcn.state.fl.us/st—contracts/725330981/Price6.htm PRICE EACH $538.6 $ 100.00 $ see rate sheet 0 w — 116676/2002 PRICE SHEET Page 2 of 3 PRICE SHEET - CONTINUED MSA (No. & City(ies): All MSA's except 265 and 283 RSA's (Counties or Areas): HOME RATE AREA (HRA): Describe the geographic area for which you provide cellular service at a local rate: AIR TIME CHARGES: A. WITHIN THE HOME -RATE AREA: Peak, Per Minute $ N/A Off -Peak, Per Minute $ see rate sheet B. OUTSIDE THE HOME RATE AREA: Peak, Per Minute: $ N/A Off -Peak, Per Minute: $ see rate sheet Outgoing Toll Charge, Per Minute $ Incoming Toll Charge, Per Minute $ Surcharges: (state price and frequency, e.g. $xxx/month) $ VENDOR NAME: Nextel Communications (New 12 Mar 01) 02-1169 http://fcn.state.fl.us/st—conWac&725330981/Price6.htm 6/6/2002 PRICE SHEET Page 3 of 3 PRICE SHEET - CONTINUED MSA (No. & City(ies): All MSA's except 265 and 283 RSA's (Counties or Areas): DISCOUNTS A. QUANTITY DISCOUNTS 1. EQUIPMENT Bidders are requested to list any additional discounts for large quantity single orders of cellular radios with service, or cellular service only: No. of Units And/Or Subscriptions 25-49 50-74 75-100 100+ MOBILES: a. Radio 17 % % % % b. Accessories 17 % % % % c. Installationn/a %o % % % TRANSPORTABLE& a. Radio % % % % b. Accessories % % % % PORTABLES: a. Radio 17 % % % % b. Accessories 17—% % % % 2. SERVICES* (see rate sheet) a. Agaegate Air Time Discounts: If offered, attach a supplemental sheet showing breaking points and reduced charges b. C. d. *NOTE: Discounts for services (list applicable items) may be expressed in percentages or actual costs (state which) B. BALANCE -OF -LINE DISCOUNTS: Award winners will be requested to list balance -of -line discounts for each additional phone, accessory, service type (e.g. digital), special features (e.g. CDPD), etc. Discounts and price sheets are not required at the time of bid. VENDOR NAME: Nextel Communications (New 12 Mar 01) http://fcn.state.fl.us/st—contracts/725330981/Price6.htm 02-1169 6/6/2002 STATE OF FLORIDA Specification No. 725-330 Date: 3-6-97 RADIOS, CELLULAR, MOBILE / TRANSPORTABLE/ PORTABLE 1.0 SCOPE AND CLASSIFICATION 1.1 Scone: Page 1 of 7 This specification covers Mobile, Transportable, and Portable cellular radios (cellular mobile telephones), options, accessories, and service. 1.2 Classification: Cellular Radios covered by this specification are classified as shown below: Commodity Number 725-330-540-0100 725-330-880-0100 725-330-650=0100 2.0 APPLICABLE PUBLICATIONS AND STANDARDS Description Mobile (vehicular mounted) Transportable (portable/mobile) Portable (hand carried) The following publications and standards of the current issue on date of Invitation to Bid shall be a part of this specification. In the event of inconsistencies between this specification and these publications and standards, the requirements of this specification shall take precedence. Federal Communications Commission Rules and Regulations Application for copies should be addressed to: U.S. Government Printing Office Superintendent of Documents Washington, D. C. 20402 (Rev 30 June 97) Telecommunications Industry Association Standards http://fcn.state.fl.us/st—contracts/725330981/Specs.htin 020-1169 /6/2002 STATE OF FLORIDA EIA IS -19-B - Recommended Standards for 800 MHz Cellular Subscriber Units Application for copies should be addressed to: Telecommunications Industry Association Standards and Technology Department 2500 Wilson Boulevard Arlington, VA 22201 3.0 REQUIREMENTS 3.1 Technical Documentation Page 2 of 7 When bidding alternate equipment WHICH IS NOT LISTED AS APPROVED IN SECTION 3.6, Technical Support Literature is required. SUCH LITERATURE SHALL DOCUMENT THAT EACH OF THE GENERAL REQUIREMENTS (Sections 3.2 through 3.5 as applicable) ARE MET. This applies only to the cellular radios and does not apply to antennas, spare batteries, or balance of line items. The specification which follows establishes the maximum and minimum acceptable values. For alternate equipment only, one (1) copy of the Technical Support Literature shall be submitted with the bid. All bidders must be prepared to submit a duplicate set of the technical documentation after posting of the contract awards. The technical documentation shall be in the form of bidder's or manufacturer's printed product literature, engineering drawings, instruction or maintenance manuals, or other published literature. In the event the information requested per the specification is not available as printed or published literature, then the bidder shall furnish a clarification letter with the bid, on the manufacturer's or bidder's letterhead, that supplies the information required to determine specification compliance. Individual specifications and requirements must be addressed; a general statement such as "complies with all requirements" is not acceptable. The clarification letter shall be signed by an engineering manager or an individual with an equivalent title (not sales or marketing). Every specification and requirement of Sections 3.2 through 3.5 shall be verifiable from the acceptable technical documentation provided with the bid to enable the State to perform an evaluation to determine the compliance of each product bid with the specifications. All radios bid shall meet or exceed all conditions and specifications. (Rev 30 June 97) 3.2 General The -following minimum requirements apply to all cellular radios (mobile, transportable, portable): 02--1169 http://fcn.state.fl.us/st—contracts/725330981/specs.htin 6/6/2002 STATE OF FLORIDA A. Frequency Range: Transmit: 824.040-848.970 MHz Receive:. 869.040-893.970 MHz B. Number of Charnels: 832, per FCC Rules; (transmit/receive pairs) 416 in group A; 416 in group B C. Technical Performance: Per FCC rules and EIA IS -19-B D. Features (minimum): 1. 12 button keypad (0-9, *, #) in Handset. 2. 9 number memory, 16 digits (minimum) per number stored. 3. Controls and indicators as required to originate and receive calls and control main battery power on, Call in Progress (In Use), No Service, and Roaming. 4. 7 character display with memory recall of all stored digits. Display shall be LED, Fluorescent, or backlit LCD. 3.3 Mobiles (Basic Radio Package) Page 3 of 7 A. Configuration: The mobile cellular radio shall be a complete package consisting of an RF transceiver unit designed for trunk or under -seat mounting, handset, handset mounting bracket, control (system) cable, power cable, and all required installation hardware. Antennas shall be offered separately. B. Operating Voltage: 13.5 volts DC, ± 10%, negative ground. C. Automatic Power Control: The radio shall have an ignition sense lead to automatically switch the radio off when the vehicle ignition is off (may be instant or delayed). Calls already in progress shall continue without interruption. D. Options/Accessories (must be bid): 1. Hands-free operation with separate microphone/speaker. http://fcn.state.R.us/st—contracts/725330981/specs.htm 6/6/2002 STATE OF FLORIDA Page 4 of 7 2. Antenna, permanc mounting, 3 dB gain, collinear stainle. :eel whip with cable and mating connector. Allen Telecom Group model ASPD-1850, ASPD-1980, or equivalent. 3. Antenna, on -glass. mounting, 3 dB gain, collinear stainless steel whip, with cable and mating connector. Allen Telecom Group model ASP -852.3 series, or equivalent. Note: cable and connector should match termination on radio. (Rev 30 June 97) 3.4 Transportables (Basic Radio Package) A. Configuration: The transportable cellular radio shall be a complete package consisting of a hand carried transceiver unit with antenna, separate cord -connected handset/keypad, internal battery, and an AC battery charger (which may be internal or external to the radio package). B. Battery type: Rechargeable, Ni -Cad, NiMH, or sealed lead -acid. C. Battery Capacity: Battery shall provide at least 8 hours of standby operation, and/or 40 minutes of talk time. D. Remote Antenna: The unit shall have a connector to permit the use of a remote mounted antenna (see E. Options/Accessories below). E. Options/Accessories (must be bid): 1. Hands-free operation. 2. Spare battery with capacity equal to the original battery specified in Section 3A.C. 3. Antenna, magnetic base mounting, 3 dB gain, collinear stainless steel whip, with 12 ft. (minimum) of cable and mating connector. Allen Telecom Group model ASPD-1854, or equivalent. 3.5 Portables Basic Radio Packne) A. Configuration: The portable cellular phone shall be a single hand-held unit consisting of a handset/keypad with built-in transceiver, battery, and an antenna. The portable shall be supplied with an AC battery charger. B. Battery status or level indicator shall be included in the radio. C. Battery Type: Rechargeable, Ni -Cad, NiMH,, or sealed lead -acid. D. Battery Capacity: Per Section 3.4.0 above. E. Accessory (must be bid): Spare battery with features specified in Section 3.4.B and 3A.C. (Rev 30 June 97) 3.6 Approved Equipment 2 -116 9 http://fcn.state.fl.us/st—contracts/725330981/specs.htin 6/6/2002 STATE OF FLORIDA Page 5 of 7 The following equipment is approved, including private -labeled versions of the same series. Bidders proposing alternate equipment (except antennas and batteries) must include technical support literature with their bid (see Section 3.1). All basic phones must be compatible with analog cellular service: A. Mobiles 1. Audiovox CTX 3600A 2. Motorola GS Mobile 3. Motorola 2900X 4. Motorola Traveler B. Transportables 1. Mitsubishi AT -1000 2. Motorola 2900 Attache 3. Motorola GS Ttans II 4. Motorola GS Phone Book 5. Motorola Traveler Soft -Pak 6. Motorola TX 200 7. Nokia C-16 C. Portables 1. Audiovox NM 800 2. Audiovox MVX 700 3. Audiovox MVX 460 4. Ericsson AF 738 5. Ericsson AH 630 6. Ericsson AH 600 7. Mitsubishi AH -129 8. Motorola 8000 BC/14 9. Motorola Ultra H 10. Motorola Ultra Classic II 11. Motorola 550 Flip Phone 12. Motorola 650 Flip Phone 13. Motorola TeleTAC 200 14. NEC Exec 761 02-1169 http://fcn.state.fl.us/st—contracts/725330981/specs.htm 6/6/2002 STATE OF FLORIDA 15. Nokia 100 16. 17. 18. 19. 20. (Rev 30 June 97) Nokia 232 Nokia 638 Nokia 2160 Oki 1325/1335 Sony CM-H333K 4.0 CUSTOM CALLING FEATURES Call Forwarding 2. Call Waiting 3. Voice Mail Page 6 of 7 Call forwarding, as a minimum, must include the capability for the cellular phone user to -forward unanswered phone calls to a phone number of the user's choice. Call waiting, as a minimum, must notify the cellular phone user of an incoming phone call while engaged in a phone conversation, and allow the user the ability to answer the call. Voice mail, as a minimum, must allow the cellular phone user the capability of having phone calls answered and messages recorded via an electronic answering device. The contractor shall provide the user the ability to replay recorded messages via the user's cellular phone and land -line phone. The voice mail system must have the capability of storing ten (10) messages at any one time. The use of these features shall be at the option of the purchaser. 5.0 SAMPLING AND INSPECTION Within fifteen (15) consecutive calendar days of request, the contractor shall provide to the Division of Purchasing a sample, free of all charges, of each contract equipment item for nondestructive testing during the term of the contract. These samples will be checked for contract compliance and may be kept up to sixty (60) days after receipt and thereafter returned at contractor's expense. Upon completion of the contract compliance check, the State shall notify the contractor, in writing, of any noted deficiencies. This notification will state what will be required of the contractor and/or what action will be taken by the State of Florida. 6.0 PREPARATION FOR DELIVERY . http://fcn.state-fl-us/st—contracts/725330981/Specs.htm 6/6/2002 STATE OF FLORIDA Page 7 of 7 Packing: Items shall be packed in containers to insure safe delivery to the destination. Marking: All containers delivered to the purchaser shall bear markings and/or a packing slip on the outside of the container showing: A. Contractor's Name B. Purchase Order Number (Rev 30 June 97) 7.0 NOTES Commodities procured under this specification shall not deviate from those originally contracted for, without written approval from the Division of Purchasing. This specification shall, until revised or rescinded by the Division of Purchasing, apply to each future purchase and contract for the commodities described herein. Commodity procurement under this specification shall not deviate from the same internal configuration for multiple units ordered on a single purchase order. In addition, the vendor shall inform the purchaser (with a copy of such notice to the Division of Purchasing) of any major functional changes. (Rev 30 June 97) http://fcn.state.fl.us/st—contracts/725330981/specs.htm o2-1169 6/6/2002 SPECIAL CONDITIONS SPECIAL CONDITIONS PURPOSE Page 1 of 10 The purpose of this bid is to establish a 24 month contract for the purchase of Cellular Mobile Telephone Equipment and Services by all State of Florida agencies and other eligible users in accordance with the Eligible Users paragraph (4.(b)) of General Conditions. It is anticipated that the contract will be effective from August 22, 1997 through August 21, 1999. OPTIONAL CONTRACT USAGE In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. ADDITIONAL ELIGIBLE USERS In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies and private non-profit educational facilities as defined in Section 240.065, Florida Statutes, which may desire to purchase under the terms and conditions of the contract. ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $4,000,000 under any contract resulting from this bid. These are estimated figures and are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. SPECIAL ACCOMMODATION Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the Division of Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800) 955-8771 (TDD). VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between 7 a.m. and 6 p.m. Monday through Friday to check on the status of payments by State agencies. The system can accommodate English and Spanish speaking callers. SCOPE This bid delineates the requirements for cellular mobile telephone equipment and related services within the State of Florida. For the purpose of this bid, the terms cellular phone, cellular radio, and radio shall be synonymous and are intended to describe a mobile, transportable, or hand carried cellular mobile telephone operating on the FCC specified 800 MHz frequencies. Additionally, the terms contractor, contract holder, and award winner are interchangeable. (Rev 30 June 97) Contractors shall function as a single point of purchase for the using agency (purchaser) in providing the following: http://fcn.state.fl.us/st—contracts/725330981/conditions.htin 6/6/2002 SPECIAL CONDITIONS Page 2 of 10 1. Purchase of equipment, opt s and accessories, and services; 2. Installation of mobile equipment and mobile accessories, including antennas; 3. Customer sign-up and programming of cellular telephones, including any optional services; 4. Monthly billing of access, roaming, and air time charges; 5. Warranty repair and maintenance service and battery replacement. UNAUTHORIZED ALIENS NOTICE TO CONTRACTOR: The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a 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. SURCHARGE USER FEE AND SUMMARY OF TOTAL SALES The Division of Purchasing hereby imposes a surcharge user fee of $0.01 (one cent) for each charged user's air time minute on contractors' sales under any'contract resulting from this bid. Use of this contract will be optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida Administrative Code. After receipt of payment from the contract purchases, all surcharge fees shall be payable to the State of Florida no later than 15 days after the end of each quarter. Vendor user fee should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 Contract supplier shall furnish the Division of Purchasing a detailed summary of sales at the end of each quarter. By submission of these Sales Summary reports and corresponding surcharge deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any and all reprocurement costs may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by the Division of Purchasing. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term Contracts and product information to eligible users and other interested entities who may subscribe to http://fcn.state.fl.us/st—contracts/725330981/conditions.htin 02-1169 6/6/2002 SPECIAL CONDITIONS Page 3 of 10 this service and pay the appropriate ss fee. While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE on the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used by the Division of Purchasing. As of the writing of this solicitation, Netscape Navigator 3.0 is the DOP browser standard. The DOP intends to upgrade to new browser versions as they become available and fully tested, at its discretion. The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space provided on the Ordering Instructions page of the bid. TECHNICAL DOCUMENTATION All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder nonresponsive, unless the Division of Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the product(s) offered through technical documentation available within the Division as of the date and time of bid opening. Such authority of the Division shall in no way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to the Division. The State shall not be responsible for the accuracy of the technical documentation in its possession. MODEL CHANGES Any new commodities which, as a result of revisions, alterations, additions, or technical improvements, meet or exceed the requirements of this bid, must be approved by the Division of Purchasing prior to replacement of existing contract models. These commodities must not exceed the price of those replaced. This paragraph does not pertain to any commodities included under Balance of Line. QUALITY ASSURANCE The contractor, during the contract term, shall provide at no cost to the State reasonable travel and lodging accommodations and up to three (3) cellular phones for one (1) to three (3) government employees to perform on- site inspection of cell sites, sales, and training offices, and/or to conduct coverage testing within contractor's awarded MSA(s). Contract eligible customers, prior to sign-up, shall have the option, at no cost, to obtain at least one set of each type cellular equipment on a loan basis for the purpose of evaluating cellular services and system coverage for a period of at least ten (10) working days. (Rev 30 June 97) CELLULAR SERVICES / AREAS Bidders shall offer cellular telephone service within one or more of the following Metropolitan Statistical Areas (MSA's) as referenced in the FCC Rules and listed below. MSA # CITY / AREA 12 Miami ! Ft. Lauderdale / Hollywood 22 Tampa / St. Petersburg 51 Jacksonville http://fcn.state.fl-us/st contracts/725330981/conditions.htm 02 -IM 6/6/2002 SPECIAL CONDITIONS 60 Orlando 72 West Palm Beach 114 Lakeland / Winter Haven 127 Pensacola 137 Melbourne / Titusville / Palm Bay 146 Daytona Beach 164 Ft. Myers 167 Sarasota 168 Tallahassee 192 Gainesville 208 Ft. Pierce 211 Bradenton 245 Ocala 265 Fort Walton Beach 283 Panama City Page 4 of 10 For those contract eligible users requiring local use in a Florida Rural Statistical Area (RSA), the Division of Purchasing will advise such entity verbally and/or in writing that they are to contact the MSA contract vendor(s) who won the award for that MSA which also provides coverage in that RSA. The published contract price sheets will indicate both the applicable MSA's for the awarded vendor(s) as well as the RSA's included in their service territory. Analog Cellular Telephone Service All bidders responding to this ITB who subsequently receive a bid award, shall provide analog cellular telephone service for the duration of the contract. Award winners, upon notification of award, shall provide a current, published coverage map to indicate the counties, or portions thereof, indicating included MSA's and, if applicable, RSA's where they have analog cellular systems operating and providing at least 90% reliability (typically the 39 dBu contour). These maps shall be forwarded, within 10 days after notification of award, to the Division of Purchasing and will be published with the resulting contract to inform prospective users of the availability of cellular service. As service areas are expanded by the addition of new cell sites, the award winner shall provide updated coverage maps to the Division of Purchasing for subsequent contract revision. (Rev 30 June 97) Digital Cellular Telephone Service Digital cellular service may be offered in the bid response as a supplementary service (to be included under Balance - of -Line items if offered). Dual mode phones (analog and digital) must be offered either as the basic radio, or under balance of line, for digital subscribers. In addition, each bidder offering digital service in their bid response shall also provide as part of the response: 1. a current, published coverage map to indicate the counties, or portions thereof, where they have digital cellular systems operating and providing at least 90% reliability; 2. the digital protocol being used (e.g. TDMA, CDMA, GSM) and the designation of all applicable TIA/EIA standard(s); 3. a listing of which equipment and/or services included in its bid are available with digital cellular service (e.g. CDPD, messaging, paging). Further, any state agency or other eligible user of an awarded cellular contract who has purchased digital equipment and/or service and determines that such equipment and/or service is not satisfactory shall have the option to convert http://fcn.state.fl.us/st—contracts/725330981/Conditions.htm 02-1169 6/6/2002 SPECIAL CONDITIONS Page 5 of 10 to analog equipment and service. Award winners providing digital cellular service shall, as service areas are expanded by the addition of new or upgraded cell sites, provide updated coverage maps to the Division of Purchasing for subsequent contract revision. Grade of Service The grade of cellular telephone service provided to contract users with respect to circuit quality, reliability, call completion, and time of access shall be equal to that provided to other commercial subscribers within the cellular system's published service area. Roaming Service Contractors shall provide itinerant contract users (roamers) with cellular service when traveling outside of their Home Rate Areas (HRA). Each contractor shall explicitly indicate their geographical HRA on the price sheets for which local rates pertain. For purposes of this contract, roaming charges are for that cellular service which is within the state of Florida, but outside of the defined HRA. Roaming charges include, but are not limited to, the following: peak and off-peak air time charges per minute, ' , and/or surcharges whether per call, daily, or monthly. This service shall be within the outside service contractor's normal frequency grouping (A or B). Additionally, bidders must include in the attached Price Sheets, prices charged to their customers for roaming outside their HRA. PURCHASE PROVISIONS It is the intent of this contract to provide a combined cellular equipment and service package for use within the using agency's normal operating area. Orders for cellular equipment only (without service) shall be limited to those required for replacement of lost or damaged units. The contractor shall allow antennas and other accessories to be purchased at the contract price at any time, in any quantity, without purchasing radios. In the case of contract eligible users with existing cellular equipment, subscriptions for cellular service only shall be accepted by the contractor at the published contract rates. (REV 7 AUG 97) PRICE A price or the words "no charge" shall be entered in every space under the "Price Each" column on the attached Price Sheets. Failure to do so shall disqualify your bid. This includes antennas, accessories, and batteries which may be purchased as spares and replacements without the purchase of radios. Marketing? Promotions All contract eligible users shall have the opportunity to avail themselves of any specials, marketing promotions, or other sales that are offered by the contractor to the general public; with the caveat that the aggregate sum for such specials, marketing promotions, or other sales must be better than or equal to the aggregate sum using the contract rates for the same period of time. Penalties If an eligible contract user signs an agreement for cellular service fora specified period of time (not to exceed 12 months) in order to obtain special pricing, and that agency cancels that agreement for any reason other than non - appropriation of funds as described in General Conditions, Paragraph 4.(h), the vendor may charge a penalty fee. Such fee shall be indicated on the price sheets in their bid response. Furthermore, vendors shall prorate all penalty http://fcn.state.fl.us/st contracts/725330981/conditions.htm 6/6/2002 02-1169 SPECIAL CONDITIONS Page 6 of 10 fees over the period of the contract if the user cancels service in the fift onth of a twelve month contract, then the penalty fee shall be only for a period of 7 months (7/12 of the total penalty fee). BALANCE -OF -LINE Award winners are requested to offer a balance -of -line fixed discount on all accessories, radios, and services which are offered in addition to the items offered on the bid sheet. These fixed discounts shall reflect a savings of ten percent (10%) or greater from the contractor's standard pricing. This discount applies to all updates on pricing for the duration of the contract. Furthermore, the balance -of -line discount does not apply to any of the vendor's specials, marketing promotions, or other sales that are available to each contract eligible user. It is the intent of this contract that by greatly expanding the "balance -of -line", all eligible contract users will have a much greater variety of equipment and services from which to choose. Further, contractors may update the balance of line offerings as new equipment and/or services become available for which the stated discount will apply. Balance -of -line offerings will apply only to contractors winning an award in one or more MSA's. The Division of Purchasing reserves the right to accept or reject any individual item(s) or all items offered as balance of line. Contractors, upon notification of award, shall submit the contractors' standard pricing, as locally published and in effect on the date of the bid opening, showing all equipment and services that are offered through balance of line, and shall indicate the fixed discount(s) and/or special pricing offered to the State. Price lists accepted will be published as part of the resulting contract. (Rev 30 June 97) DETAILED BILLING Detailed usage billing is required by most State of Florida agencies and must be priced separately and included in the bid. Detailed billing, as a minimum, must include: . number being billed . date . time . number called (outgoing) . call duration WARRANTY 1. All equipment (excluding batteries) and parts, including materials used therein, shall be fully warranted by the contractor who originally sells such equipment and parts against mechanical, electrical and workmanship defects, for a period of one year from the date of receipt of equipment by the ordering agency. A full labor warranty is required for all repairs at the contractor's service center for a period of one year, minimum, including installation if applicable after the unit is received by the ordering agency and shall include any applicable freight charges. Battery warranties shall be 90 days, minimum. 2. The above warranty period shall be extended to include time during which equipment is out of service for warranty repair. 3. The warranty shall apply to all equipment purchased under any contract resulting from this bid, regardless of location within the State of Florida. 4. Warranty repairs are to be initiated with the contract vendor who sold the equipment. REPAIR SERVICE http://fcn.state.fl.us/st—contracts/725330981/conditions.htm 02-1169 6/6/2002 SPECIAL CONDITIONS Page 7 of 10 1. Bidder shall have in exister. it the time of bid, and shall maintair. ring the time of this contract if awarded to such bidder, a network of factory authorized service stations within the State of Florida to perform warranty repairs and adjustments. The service network shall, as a minimum, consist of one (1) service station "in each MSA for which the bidder is offering cellular telephone service under any resulting contract. Contractors may elect to do local or depot repairs as required; however, the contractor shall maintain responsibility for all repair and warranty work performed. 2. A complete list of authorized service station(s), including mailing addresses and telephone numbers, shall be submitted as part of the bid response. Failure to do so shall disqualify your bid. (Please see the attached "Authorized Service Station Sheet.) 3. The vendor shall provide a loaner phone at no charge to the user if it is requested, for use during the time which the user's existing phone is being repaired. 4. The service station(s) shall be responsible for repair and return of equipment and keeping owner fully informed of progress, whether repairs are made at the service station, factory, or other authorized location. 5. If equipment is not repaired within five (5) working days, contractor shall advise the purchaser in writing why the equipment has not been repaired and when repair completion may be expected. 6. The Division of Purchasing reserves the right to disqualify a service station at any time if the station does not meet minimum service requirements as set forth in this bid. 7. Working hours, for the purpose of installation and repair services, are defined to be those hours contained in a normal work day (8 am - 5 pm), Monday through Friday, except legal holidays observed by the State of Florida. (Rev 30 June 97) DELIVERY AND INSTALLATION - PORTABLE AND FIXED CELLULAR EQUIPMENT The contractor shall deliver, program, and install (where applicable) all portable and fixed cellular equipment and accessories within 30 days after receipt of purchase order. INSTALLATION - MOBILES Installation shall be performed at the contractor's service station. The contractor's service station shall arrange for installation within five (5) working days after notification by the purchaser, or receipt of the equipment by the service station. The vehicle shall be delivered to the service station by the purchaser, and installation shall be accomplished within five (5) working hours after delivery. All installations shall be performed per manufacturer's recommendations and shall use good engineering practice (wires and cables bundled, no sharp edges exposed, no wires exposed, wires insulated from catalytic converter and engine heat, etc.). The installation price shall include installation of the mobile cellular radio and antenna, whether an on -glass or through -body (permanent) antenna. Purchaser shall indicate the type of antenna on the purchase order. INSURANCE. WORKERS' COMPENSATION The contractor shall take out and maintain during the life of this agreement, Worker's Compensation Insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Worker's Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. http://fcn.state.fl.us/st—contracts/725330981/conditions.htm 02-1169 2_1169 6/6/2002 SPECIAL CONDITIONS Page 8 of 10 AUTHORIZED DEALERS/DISTR JTORS AND/OR SERVICE LOCAT IS: On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs oniv • Margins: .5 Left and .5 Right, • Portrait only -no landscape • No Tables • No Headers or Footers • No Excel Files 5 Top and 1.0 Bottom Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. (Rev 30 June 97) QUANTITY DISCOUNTS 1. Bidder is urged to offer additional discounts for one-time delivery of large, single orders of any assortment of items in the space provided on the Discounts sheet. 2. Bidder is encouraged to offer aggregate air -time discounts such that when a vendor defined threshold or greater is reached (e.g. 1,500 minutes per monthly agency invoice), the air -time charge is reduced by a predetermined amount (e.g. percentage or cents per minute). State agencies and other eligible contract users. shall have the option of combined billing for groups of its contract users within .one or more MSA's in order to reach aggregate air -time discounts. When such option is taken by a using agency, the contractor is only required to invoice one location for each user group as directed by the agency. INSTRUCTION MANUALS / SPECIFIC INFORMATION The contractor shall provide one (1) operating instruction manual or laminated card with each cellular phone ordered through the contract, including those purchased through balance of line. The manuals or laminated cards shall cover the basic procedures required to originate and answer calls, and use of the operating features of the particular cellular phone supplied. The cost of these manuals or laminated cards shall be included in the unit bid price. In the case of those eligible contract users who purchase digital equipment and/or service, the contractor providing such service or equipment shall provide specific information to each purchaser which states: . that the user can expect digital service to revert to analog (e.g. incompatible digital platforms such as TDMA vs. CDMA, or where digital coverage is not available) . what reverting to analog means to the user (e.g., no longer encrypted or coded information, therefore, eavesdropping is possible) • information as to how the user will know when they are no longer operating in the digital format • where compatible digital coverage is available within the State of Florida http://fcn.state.fl.us/st_contracts/725330981/Conditions.htm 6/6/2002 SPECIAL CONDITIONS SUMMARY OF TOTAL SALES Page 9 of 10 Summary information shall be provided each contract quarter to the Division of Purchasing and shall include, as a minimum, the following information for sales made under this contract: • State contract number • contractor's name and address . dollar volume of sales of cellular equipment including options and accessories, for all radios for that quarter . dollar volume (actual or estimated plus 10%) of cellular services billed to all contract users based on monthly access fees, air time, roaming charges, and other usage related charges for that quarter Failure to provide this information within thirty (30) calendar days following the end of each quarter may result in the contract supplier being found in default. (Rev 30 June 97) PRICE LISTS On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or discounted), the price list must be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be submitted in the same format to the Division of Purchasing CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs on1X • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables • No Headers or Footers • No Excel Files The Division of Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any subsequent price changes must be reviewed and approved by the Division of Purchasing Contract Administrator before they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. EVALUATION / AWARD Bid prices will be evaluated on a total first-year cost basis, which will be the sum of the non-recurring costs (basic radio without accessories and connection fee) plus the recurring costs (access, air -time, roaming, detailed billing charges) for one of each type of cellular phone (three total). Usage -sensitive items shall be based on the following estimated quantities for three cellular radios: A. WITHIN THE HOME -RATE AREA: h4://fcn-sute.fl-us/st—contracts/725330981/conditions.htm 02-11696/6/2002 SPECIAL CONDITIONS ITEM Air Time, Peak * Air Time, Off -Peak MONTI USAGE ANNUAL USAGE 420 minutes x 12 = 5,040 minutes 40 minutes x 12 = 480 minutes Page 10 of 10 FOI- EVALUATION RADIOS TOTALS x 3 = 15,120 minutes x 3 = 1,440 minutes NOTE: Monthly peak usage is based on four, five minute calls per day for 21 days per month -- (4 x 5 x 21 = 420 minutes). Off-peak usage (after hours) is based on two, five minute calls per week for four weeks -- (2 x 5 x 4 = 40 minutes). (Rev 30 June 97) B. OUTSIDE OF THE HOME -RATE AREA: MONTHLY ANNUAL FOR 3 EVALUATION ITEM USAGE USAGE RADIOS TOTALS Air Time, Peak * 90 minutes x 12 = 1,080 minutes x 3 = 3,240 minutes Air Time, Off -Peak ** 10 minutes x 12 = 120 minutes x 3 = 360 minutes 60 aiim+es • ge H2— 609'i'nintites -X4 — 1,900 rr es 39-mi"es m 12 — 699 minetes le4 _ i,809 fftimmes Roaming Surcharges: if a flat surcharge is to be billed to customer on a monthly basis, include 12 months total surcharges; if a flat surcharge is to be billed to customer on a daily basis, include 260 days; if a flat surcharge is billed per call, include 20 calls per month, or 240 calls per year. NOTE: Roaming usage is based on four, five minute calls per day for 5 days per month -- (4 x 5 x 5 = 100 minutes). * Peak air time shall not exceed the hours of 6 am - 8 pm, Monday through Friday ** Off -Peak air time shall include any time outside the defined peak time above, plus Saturdays, Sundays, and holidays. For purposes of this contract, holidays are defined as: New Years Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving , and Christmas Day. Balance of line items will not be evaluated as part of the bid award. The Division of Purchasing will verify all entries on the evaluation award formula sheet. Errors will be corrected. Entries of MSA's and prices on the price sheet shall prevail. Awards will be made by MSA to a maximum of two responsive low bidders as determined on the Evaluation Award Formula sheet. In order to be eligible for award, bidder must be a Carrier A, B, or a reseller meeting or exceeding all requirements of this bid. All other provisions of the Awards Paragraph, General Conditions, shall remain in effect. (REV 7 AUG 97) 02-1169 http://fcn.state.fl.us/st—contracts/725330981/conditions.htn n 6/6/2002 BELLSOUTH MOBILITY Pagel of 2 Cingular Wireless ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F74-2955068-001 VENDOR: Cingular Wireless/ JONI BAIN (A) STREET ADDRESS OR P.O. BOX: 8171 BaMeadows Wav West CITY, STATE, ZIP: Jacksonville FL 32256 TELEPHONE: 904-210-0600 TOLL FREE NO.: ORDERING FAX NO.: 904-210-0600 REMIT ADDRESS: same as above CITY, STATE, ZIP: PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: ' Joni Bain. State of Florida Government Manaeer STREET ADDRESS OR P.O. BOX: 8171 Baymeadows Way West CITY, STATE, ZIP: Jacksonville, FL 32256 TELEPHONE: 904-210-0600 TOLL FREE NO.: URL HOME PAGE ADDRESS: www.cingular.com ELECTRONIC MAIL ADDRESS: joni.bain@cingular.com (Rev 22 Mar 02) http://fcn.state.fl.us/st—contracts/72533098 I/order1hun 0 2 —116 9 6/6/2002 BELLSOUTH MOBILITY AT 10RIZED SERVICE REPRESEN1 'IVES Page 2 of -1 LIST BELOW ONE OR MORE IN-STATE REPRESENTATIVES, INCLUDING MAILING ADDRESSES AND TELEPHONE NUMBERS. NAME ADDRESS & PHONE NUMBER (1) Cingular Wireless 8941 SW 107th Avenue,Miami, FL 33176 305-273-5120 (2) Cingular Wireless 5600 NW 167th Street, Miami Lakes, FL 33014 305-622-6300 (3) Cingular Wireless 5805 North Andrews Way, Ft. Lauderdale, FL 33334 954-776-3952 & 954-776-2420 (4) Cingular Wireless 1889A Palm Beach Lakes Blvd., West Palm Beach, FL 33409 561-478-7344 & 478-3550 (5) Cingular Wireless 9713 Overseas Hwy.- Mile Marker 52.1, Marathon, FL 33050 305-289-0555 & 800-772-5397 (6) Cingular Wireless 9041-137 Southside Blvd., Jacksonville FL 32256 904-519-2399 (7) Cingular Wireless 375 E Altamonte Dr, Ste 1600, Altamonte Springs, FL 32701 407-262-4000 (8) Cingular Wireless 4313 E Colonial Drive. Orlando, FL 32803 407-893-9000 (9) Cingular Wireless VolusiaMa11.1700 Intl.SneedwayBlvd,Daytona Bch.FL 32114 904-252-9000 (10) Cingular Wireless 4450 West Eau Gallie Blvd.; Suite 130. Melbourne. FL 32934 407-255-1220 VENDOR NAME: Cingular Wireless (Rev 22 Mar 02) http://fcn.state.fl.ustst—contracts/72533098I/order3.htm 02-1169 6/6/2002 UNITED STATE CELLULAR CORPORATION (TALLAHASSEE) Page 1 of 2 Nextel Communications ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F582038458-001 VENDOR: Nextel Communications (A) STREET ADDRESS OR P.O. BOX: 851 Trafalgar Court. Suite 300 CITY, STATE, ZIP: Maitland. FL 32751 TELEPHONE: 407-838-5200 TOLL FREE NO.: 888-272-2705 ORDERING FAX NO.: 407-838-5232 REMIT ADDRESS: 851 Trafalgar Court. Suite 300 CITY, STATE, ZIP: Maitland, FL 32751 PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: . Walter Bolil, SE Government Accounts Manager ADDRESS: 851 Trafalgar Court. Suite 300 CITY, STATE, ZIP: Maitland, FL 32751 TELEPHONE: 407-838-5394 TOLL FREE NO.: 888-272-2705 URL HOME PAGE ADDRESS: http://www.nextel.com ELECTRONIC MAIL ADDRESS: walter.bolil@nextel.com v (New 12 Mar 01) http://fcn.state.fl.us/st—contracts/725330981/0rder6.htm 0 2 —11 S 9 6/6/2002 UNITED STATE CELLULAR CORPORATION (TALLAHASSEE) AL ORIZED SERVICE REPRESENT IVES Page 2 of 2 LIST BELOW ONE OR MORE IN-STATE REPRESENTATIVES, INCLUDING MAILING ADDRESSES AND TELEPHONE NUMBERS. NAME Golf Communications CCN (Central Communications Network) 5 Star Cellular VENDOR: Nextel Communications (New 12 Mar 01) ADDRESS & PHONE NUMBER 5005 W. Laurel, Ste. 114 Tampa, FL 813-636-0990 1412 W. Colonial Dr. Orlando, FL 407-835-9500 9398A Arlington Expwy. Jacksonville, FL 904-721-4219 62-1169 http://fcn.state.fl.us/st—contracts/725330981/order6.htm 6/6/2002 AWARD UNDER STATE OF FLORIDA CONTRACT NO. 725-330-98-1 ITEM: Cellular Telephone Equipment Services DEPARTMENT: Police TYPE OF PURCHASE: Term REASON: The Department of Police has a need to acquire cellular telephone equipment services as a tool to enhance their efficient use of communications in performing law enforcement functions, and for use by Investigative Units to support investigative operations. RECOMMENDATION: It is recommended that award be made to Various Vendors, for the purchase of cellular telephone equipment and services, on an as needed contract basis, awarded under existing State of Florida Contract No. 725-330-98-1, effective through December 21, 2002, subject to any extensions thereto by the State of Florida, at a total award amount not to exceed $99,027.27; allocating funds therefor from the Law Enforcement Trust Fund Project No. 690003. tn,0 Acting Director of Purchasing r Z ate AviudStateConuwts 02-1169