HomeMy WebLinkAboutR-02-1273J-02-1028
11/26/02
RESOLUTION NO. 02-1273
A RESOLUTION OF THE MIAMI CITY COMMISSION
AUTHORIZING THE PROCUREMENT OF CELLULAR
TELEPHONE EQUIPMENT AND SERVICE, FROM VARIOUS
VENDORS, FOR VARIOUS USER DEPARTMENTS AND
AGENCIES ON AN AS -NEEDED BASIS, USING EXISTING
STATE OF FLORIDA CONTRACT NO. 725-330-98-1,
EFFECTIVE UNTIL DECEMBER 21, 2002, SUBJECT TO
ANY EXTENSTIONS BY THE STATE OF FLORIDA, IN AN
ANNUAL AMOUNT NOT TO EXCEED $100,000;
ALLOCATING FUNDS FROM THE BUDGETS OF VARIOUS
USER DEPARTMENTS AND AGENCIES AT TIME OF NEED.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The procurement of cellular telephone
equipment and service from various vendors, for various user
Departments and agencies, on an as -needed basis, using existing
State of Florida Contract No. 725-330-98-1, effective until
December 21, 2002, subject to any extensions by the State of
Florida, in an annual amount not to exceed $100,000 is
authorized, with funds allocated from the budgets of various user
departments and agencies at time of need.
CITY COMMISSION
MEETING OF
DEC 1 2 2002
Resolution No.
02-1273
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.-'/
PASSED AND ADOPTED this 12th
ATTEST:
PffqtILLA A. THOMPSON
CITY CLERK
APPROVED
MWO V I LARE
ATTORNEY
W6745:tr:AS:BSS
RM
S
day of December 2002.
e;!� K a•,
MANU ao-
r-
S
A. DIAZ, MAYOR
li 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
02-1273
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and
Members of the City Commission
FROM: enez
City Manag
RECOMMENDATION:
CA -7
DATE: NOV ' 7 2002
SUBJECT: Resolution Approving
Procurement of
Cellular Telephone
REFERENCES: Equipment and Services
ENCLOSURES:
FILE:
It is respectfully recommended that the City Commission adopt the attached resolution
authorizing the purchase of cellular telephone equipment and services for various City
departments from various vendors, on an as -needed basis, under existing State of Florida
Contract No. 725-330-98-1, effective until December 21, 2002, and any extension or
replacement contracts, at an estimated annual cost not to exceed $100,000. Funds are to
be allocating from the operating budgets or capital improvement projects of various City
Departments, requiring prior budgetary approval.
BACKGROUND:
Information Technology needs to secure a contract for the acquisition of cellular
telephones, accessories, and services to be utilized on an as -needed, when -needed City-
wide basis to assist City departments that may have the need to acquire and maintain
cellular telephones, accessories, and services to ensure constant, reliable communications
with key personnel. The State of Florida has awarded Contract No. 725-330-98-1 for the
provision of cellular telephones, accessories, and services to various vendors and has
continually updated the contract to incorporate new technology and pricing.
jf� �
CAG/RJN/A S /ecb
02`1273
AWARD RECOMMENDATION AND APPROVAL FORM
Date: 08/30/2002
Department Contact Name/Number:
Department/Division: Various
Various
Bid/Contract Number: FL 725-330-98-1 Sr. Buyer:
(citywide)
Pamela Burns, CPPB
Summary/Description of Purchase: Cellular Telephone Equipment and Service
Various user departments require the need to "piggyback" on the State Contract through the contract extension period
not to exceed December 21, 2002, as they require continued usage of cell phones and service for various employees on
a city- wide basis
Justification for Award/Contract:
In order to ensure compliance with the Procurement Ordinance for City employees utilizing cell phones during
_business hours, this request is a stop -gap measure to utilize the State of Florida contract for cell phone usage, until the
City establishes a city-wide policy on cell phone assignment and usage.
Type of Contract:
Method of Purchase:
❑
Single Purchase
❑ Formal Bid (include bid tabulation)
❑
Short -Term Contract
❑ Competitive Negotiation (include documentation)
❑
Lease
® Other Governmental Contracts (include documentation)
❑
Term Contract
❑
Contract Increase
Contract Period through December 21, 2002 OTR: N / A
Recommended Vendor(s):
Various Vendors under Contract
Total Value of
Award Recommended By:
Source(s) of Funds:
Account Code(s):
MWBE/Location Status:
Award/Contract Value
$50,000.00
Funding roval: Certified By: Approved:
DMB Director/Designee hie rocur t cer si a er Date
AWARD RECOMMENDATION AND APPROVAL FORM
Budgetary Impact Analysis
1. Department a��
2. Agenda Item # (f available)
3. Title and brief description of legislation or
Division
4. Is this item related to revenue? NO: )�, YES (If yes, skip to item 47.)
5
n
7
Are there sufficient funds in Line Item?
YES: � Index Code Minor Obj. Code Amount
NO: _ omplete the following questions:
Amount budgeted in the Line Item $
Source i>f fund
Balance in Line Item $
Amount needed in the Line Item $
CiifRi-;Pnt fiindc will I1P trnnCfarred frnm the, fnilowinQ line iterns-
' ACTION ACCOUNT NUMBER
ACCOUNT NAME TOTAL
Index/Minor OMect/Pro'ect No.
Verified by:
From
$
From
$
From
$
To
$
Any additional comments?
8. Approved by:
Date
FOR DE NT OF MANAGEMENT
AND BUDGET USE ONLY
Verified by:
<—,—
Verified by:
Transfer done by:
. .^
Budget Analyst
Department of Management and Budget
Budget Analyst
Director/Designee
Date
Date // /3 —D 9'
Date
02-12'3
price
Cellular Telephone Equipment and Service
725-330-98-1
Price Sheets
Alltel Communications
AT&T Wireless
Cingular Wireless
GTE Mobilnet
MCI Telecommunications
Nextel Communications
Sprint PCS
United States Cellular
Vanguard Cellular
Verizon Wireless
360 Communications
Balance of Line - AT&T
Balance of Line - Bellsouth Mobility
Balance of Line - GTE Moblinet
Balance of Line - 360 Communications
Page 1 of 1
02-12'73
h4://www.myfloxida.com/st—contracts/725330981/Price.htm 11/12/2002
order
Page 1 of 1
Cellular Telephone Equipment and Service
725-330-98-1
Vendor Information
Alltel Mobile Communications of Florida. Inc. bitp://www.Alltel.co
AT&T Wireless Services http://www.attws.com
Cingular Wireless http://www.bscc.com
GTE Mobilnet, Inc. bM://www.Ze.com
MCI Telecommunications Corporation
Nextel Communications
Sprint PCS
United States Cellular Corporation (Tallahassee) http://www.uscc.com
United States Cellular Corporation (Gainesville) http://www.uscc.com
Vanguard Cellular Systems, Inc.dba Cellular One
Verizon Wireless
360 Communications
02-12'73
hq://www.myflorida.com/st—contracts/725330981/order.htm 11/12/2002
STATE OF FLORIDA
Specification No. 725-330
Date: 3-6-97
1.0
RADIOS, CELLULAR,
MOBILE / TRANSPORTABLE/ PORTABLE
SCOPE AND CLASSIFICATION
1.1 Scoue:
Page 1 of 7
This specification covers Mobile, Transportable, and Portable cellular radios (cellular
telephones), options, accessories, and service.
1.2 Classification:
Cellular Radios covered by this specification are classified as shown below:
Commodijy Number Descri tp ion
725-330-540-0100 Mobile (vehicular mounted)
725-330-880-0100 Transportable (portable/mobi
725-330-650-0100 Portable (hand carried)
2.0 APPLICABLE PUBLICATIONS AND STANDARDS
The following publications and standards of the current issue on date of Invitation to Bid shall t
of this specification.
In the event of inconsistencies between this specification and these publications and stands
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
02-1273
http://www.myflorida.com/st—contracts/725330981/spees.htm 11/12/2002
STATE OF FLORIDA
(Rev 30 June 97)
Telecommunications Industry Association Standards
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 SECTIO
Technical Support Literature is required. SUCH LITERATURE SHALL DOCUMENT THAT
OF THE GENERAL REQUIREMENTS (Sections 3.2 through 3.5 as applicable) ARE ME
applies only to the cellular radios and does not apply to antennas, spare batteries, or balance
items.
The specification which follows establishes the maximum and minimum acceptable values. For
equipment only, one (1) copy of the Technical Support Literature shall be submitted with the
bidders must be prepared to submit a duplicate set of the technical documentation after postin
contract awards. The technical documentation shall be in the form of bidder's or manufacturer's
product literature, engineering drawings, instruction or maintenance manuals, or other pi
literature.
In the event the information requested per the specification is not available as printed or pi
literature, then the bidder shall furnish a clarification letter with the bid, on the manufacth
bidder's letterhead, that supplies the information required to determine specification com
Individual specifications and requirements must be addressed; a general statement such as %
with all requirements" is not acceptable. The clarification letter shall be signed by an eng:
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 ac(
technical documentation provided with the bid to enable the State to perform an evaluation to de
the compliance of each product bid with the specifications. All radios bid shall meet or ex,
conditions and specifications.
(Rev 30 June 97) 02-1273
hq://www.myflorida.com/st—contracts/725330981/specs.htm 11/12/2002
STATE OF FLORIDA
3.2
3.3
General
Page 3 of 7
The following minimum requirements apply to all cellular radios (mobile, transportable, portable
A. Frequency Range:
Transmit:
Receive:
B. Number of Channels:
(transmit/receive pairs)
C. Technical Performance:
D. Features (minimum):
Mobiles (Basic Radio Package)
824.040-848.970 MHz
869.040-893.970 MHz
832, per FCC Rules;
416 in group A;
416 in group B
Per FCC rules and EIA IS- 19-B
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.
A. Configuration: The mobile cellular radio shall be a complete package consisting of
transceiver unit designed for trunk or under -seat mounting, handset, handset mounting
control (system) cable, power cable, and all required installation hardware. Antennas
offered separately.
42-11112W
http://www.myflorida.com/st–contracts/725330981/specs.htm 11/12/2002
STATE OF FLORIDA Page 4 of 7
B. Operating Voltage: 13.5 volts DC, ± 10%, negative ground.
C. Automatic Power Control: The radio shall have an ignition sense lead to automatica113
the radio off when the vehicle ignition is off (may be instant or delayed). Calls alr
progress shall continue without interruption.
D. Options/Accessories (must be bid): 1. Hands-free operation with separate microphone/:
2. Antenna, permanent mounting, 3 dB gain, collinear stainless steel whip with cable and
connector. Allen Telecom Group model ASPD-1850, ASPD-1980, or equivalent. 3. P
on -glass mounting, 3 dB gain, collinear stainless steel whip, with cable and mating co:
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 o:
carried transceiver unit with antenna, separate cord -connected handset/keypad, internal
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
of talk time.
D. Remote Antenna: The unit shall have a connector to permit the use of a remote mounted
(see E. Options/Accessories below).
E. Options/Accessories (must be bid): 1. Hands-free operation. 2. Spare battery with capaci
to the original battery specified in Section 3.4.C. 3. Antenna, magnetic base mountin
gain, collinear stainless steel whip, with 12 ft. (minimum) of cable and mating connecto
Telecom Group model ASPD-1854, or equivalent.
3.5 Portables (Basic Radio Package)
A. Configuration: The portable cellular phone shall be a single hand-held unit consisti
handset/keypad with built-in transceiver, battery, and an antenna. The portable shall be
with an AC battery charger.
02-12'73
http://www.myflorida.com/st—contracts/725330981/specs.htin 11/12/2002
STATE OF FLORIDA Page 5 of 7
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 3.4.0
(Rev 30 June 97)
3.6 Approved Equipment
The f ollowing a quipment i s approved, i ncluding p rivate-labeled versions of the same series.
proposing alternate equipment (except antennas and batteries) must include technical support li
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 290OX
4. Motorola Traveler
B. Trans ortables
1.
Mitsubishi AT -1000
2.
Motorola 2900 Attache
3.
Motorola GS Trans II
4.
Motorola GS Phone Book
5.
Motorola Traveler Soft -Pak
6.
Motorola TX 200
7.
Nokia C-16
C. Portables
02-1273
http://www.myflorida.com/st—contracts/725330981/specs.htn n 11/12/2002
STATE OF FLORIDA
1.
Audiovox MVX 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/H
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
15.
Nokia 100
16.
Nokia 232
17.
Nokia 638
18.
Nokia 2160
19.
Oki 1325/1335
20.
Sony CM-H333K
(Rev 30 June 97)
4.0 CUSTOM CALLING FEATURES
1.
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
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 ca
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 pho
answered and messages recorded via an electronic answering device. The contractor shall pro,
user the ability to replay recorded messages via the user's cellular phone and land -line phone. Tl
mail system must have the capability of storing ten (10) messages at any one time.
02-1273
http://www.myflorida.com/st—contracts/725330981/specs.htm 11/12/2002
STATE OF FLORIDA Page 7 of 7
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 Dig
Purchasing a sample, free of all charges, of each contract equipment item for nondestructive
during the term of the contract. These samples will be checked for contract compliance and may
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 wr
any noted deficiencies. This notification will state what will be required of the contractor and/
action will be taken by the State of Florida.
6.0 PREPARATION FOR DELIVERY
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 slit
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 contrac
without written approval from the Division of Purchasing.
This specification shall, until revised or rescinded by the Division of Purchasing, apply to eac:
purchase and contract for the commodities described herein.
Commodity procurement under this specification shall not deviate from the same internal confit
for multiple units ordered on a single purchase order. In addition, the vendor shall inform the pi
(with a copy of such notice to the Division of Purchasing) of any major functional changes.
(Rev 30 June 97)
02-1273
hq://www.myflorida.com/st—contracts/72533098 I/specs.htm 11/12/2002
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
3RD 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)
Page 1 of 2
Suite 315
(Rev 22 Mar 02)
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: william akdms.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
http://www.myflorida.com/st contracts/725330981/certification.htm 11/12/2002
Suite 315 Page 2 of 2
requirement may be waived when purchase is made by a blanket purchase order.)
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 (sheriffs 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
42-1273
hq://www.myflorida.com/st contracts/725330981/certification.htm 11/12/2002
ARD TINDER STATE OF FLORIDA
CONTRACT NO. 725-330-98-1
ITEM: Cellular Telephone Equipment & Service
DEPARTMENT: Citywide
TYPE OF PURCHASE: Term
REASON: The Department of Information Technology has a
need to secure a citywide contract for the
acquisition of cellular telephones, accessories, and
services.
RECOMMENDATION: It is recommended that award be made to Various
Vendors for the acquisition of cellular telephone
equipment and service, on an as needed contract
basis, utilizing 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, for various user departments and
agencies, in an annual amount not to exceed
$100,000; allocating funds therefor from various
user departments and agencies budgets at time of
need.
Acting Director of Purchasing
jl is D�-
Date
AwardStateContmcts 02-1273