HomeMy WebLinkAboutR-98-0457J-98-470
5/1 /98
RESOLUTION NO. 9 8- 451
A RESOLUTION APPROVING THE LEASING OF
PAGERS FOR CITYWIDE USE FROM PAGING
NETWORK OF ORLANDO, INC., UNDER MIAMI-DADE
COUNTY CONTRACT NO. 5338-2/99-1, FOR THE
DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION, ON AN AS -NEEDED,
WHEN -NEEDED CONTRACT BASIS FOR SIX MONTHS,
WITH THE OPTION TO EXTEND UNTIL JUNE 30, 1999,
AT A TOTAL PROPOSED ANNUAL AMOUNT OF
$12,000.00; ALLOCATING FUNDS THEREFOR FROM
THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION, COMMUNICATIONS DIVISION,
ACCOUNT CODE NO. 506000.420601.670;
AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE CHIEF PROCUREMENT OFFICER TO ISSUE
PURCHASE ORDERS FOR SAID EQUIPMENT.
WHEREAS, the Department of General Services Administration's
Communications Division has the responsibility for providing and maintaining pagers
on a City-wide basis; and
WHEREAS, this contract allows for an efficient and cost effective manner
for essential city employees to be available on a per shift or twenty-four (24) hour
emergency basis; and
WHEREAS, the cost per pager for local service is $2.15 monthly, which
includes up to 300 monthly beeps, and for selected staff, state-wide coverage is
available on an alpha -numeric pager for $7.65 monthly; and
CITY COiy MMON
MEETING OF
MAY 12 1998
Resohxdm No.
98 - 451
T
WHEREAS, funds are available from the Department of General Services
Administration, Communications Division, Account Code No. 506000.240601.670;
and
WHEREAS, the City Manager and the Director of General Services
Administration recommend the leasing of pagers for citywide use from Paging
Network of Orlando, Inc., under Miami -Dade County Contract No. 5338-2/99-1, be
approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this
Resolution are hereby adopted by reference thereto and incorporated herein as if
fully set forth in this Section.
Section 2. The leasing of pagers for citywide use from Paging Network of
Orlando, Inc., under Miami -Dade County Contract No.5338-2/99-1 for the
Department of General Services Administration, on an as -needed, when -needed
contract basis for six months, with the option to extend until June 30, 1999, at a
total proposed annual amount of $12,000.00 is hereby approved, with funds
therefor hereby allocated from the Department of General Services Administration,
Communications Division, Account Code No. 506000.420601.670.
Section 3. The City Manager is hereby authorized to instruct the Chief
Procurement Officer to issue purchase orders for said equipment.
Section 4. This Resolution shall become effective immediately upon its
adoption.
2 98- 457
PASSED AND ADOPTED this 12thday of May , 1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislut or:
becomes effective with the elapse of ten (10) days from the date of Commi sicn actic~:
ATTEST: regarding same, without the Mayor exercising e .
Wafter J. F an, City Clerk
WALTER J. FOEMAN, CITY CLERK
PREPARED AND APPROVED BY:
RArAEL 0. DIAZ
DEPUTY CITY EY
APPRO D T FCI AND CORRECTNESS:
ELLO
ATTORNEY
2517:CSK
98- 451
3
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and
Members of the City Commission
FROM: Jose Garcia -Pedrosa
City Manager
RECOMMENDATION:
DATE: May 12, 1998
CA-6
FILE :
SUBJECT: Resolution Authorizing
Contract for Leasing of
Pagers for City -Wide Use
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached
Resolution authorizing a contract award utilizing an existing Miami -Dade County Contract No.
5338-2/99-1, for the leasing of pagers from Paging Network of Orlando, Inc., a non-
minority/non-local vendor, located at 4009 Oakwood Boulevard, Hollywood, Florida
33020. Further, authorizing an award on an as -needed contract basis for six (6) months,
with the option to renew until June 30, 1999, at a total annual amount not to exceed
$12,000. Funds are available in the Department of General Services Administration,
Communications Division's, FY'98 Budget, Account No. 506000.420601.670.
BACKGROUND:
The Department of General Services Administration's Communications Division has the
responsibility for providing and maintaining pagers on a City -Wide basis. This contract allows
for an efficient and cost-effective manner for essential City employees to be available on a per
shift or twenty-four (24) hours emergency basis. The cost per pager for local service is
$2.15 monthly, which includes up to 300 monthly beeps. For selected staff, state-wide
coverage is available on an alpha -numeric pager for $ 7.65 monthly.
JGP: NANeh,,/�"
c: Juan Pascual, Director
Department of General Services Administration
GSA/MePagers.doc
98- 457
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jose Garcia -Pedrosa
City Manager
FROM : an Pascual, Director
Department of General Services Administration
DATE: March 31, 1998 FILE
SUBJECT: Contract for Leasing of
Pagers for City -Wide Use
REFERENCES:
ENCLOSURES:
The Department of General Services Administration has verified with the Office of
Budget and Management Analysis that funds are available from the Communications
Division's, FY 198 Budget, Account No. 506000.420601.670, in an amount not to exceed
$12,000.
BUDGETARY REVIEW AND APPROVED BY:
,.� Dipak Parekh, Director
Office of Budget and Management Analysis
JGP:JP:JAP:eh
GSA/MePagUoc
Date: 'j// 1q P
98- 457
AWARD UNDER MIAMI-DADE COUNTY
CONTRACT NO. 5338-2/99-1
ITEM: Leasing of Pagers
DEPARTMENT: GSA/Citywide
TYPE OF PURCHASE: Contract basis for six (6) months, with the option to extend
until June 30, 1999.
REASON: To allow City employees to be available on a per shift or
twenty-four (24) hours emergency basis.
RECOMMENDATION: It is recommended that award be made to Paging
Network of Orlando, Inc., under an existing Miami -Dade
County Contract No. 5338-2/99-1, at a total annual
amount not to exceed $12,000. Allocating funds from the
Department of General - Services Administration,
Communications Division's FY'98 Budget, Account Code
No. 506000.420601.670.
afAt'4r/-�W)
ie
Judy S '
C Procurement Officer
q)fj
Da
Award Under Dade County Contracts 9 8 - 457
C
,TRACT AWARD
S►. _tT
BID NO.: 5338-2/99-1
(Previous
Bid No.
5338-2/99)
RENTAL OF PAGERS
CONTRACT PERIOD: 7/1/97 thru 6/30/98
COMMODITY CODE: 725-45 OTR YEARS: Two (2)
PART #1: VENDORS AWARDED
F.I.D. NO.:
593138307
VENDOR:
Paging Network of Orlando, Inc.
STREET:
6100 Blue Lagoon Drive, Suite #300
CITY/STATE/ZIP:
Miami, Florida 33126
F.O.B.-TERMS:
Destination
PAYMENT TERMS:
Net 30 Days
DELIVERY:
As Arranged
PHONE:
(305) 267-4600
FAX:
(305) 267-5493
CONTACT:
Kim Platzer
PART #2: ITEMS AWARDED
See Attached
PART #3: AWARD INFORMATION
( )BCC (X) PMD AWARD DATE: 5/23/96 AGENDA ITEM #: N/A
BIDS & CONTRACT RELEASE DATE: 5/23/96 OTR YEAR: One (1)
ADDITIONAL ITEMS ALLOWED: Yes
SPECIAL CONDITIONS: None
TOTAL VALUE: $426,799.50
USER
DEPARTMENT
Audit and Mgmt.
Aviation
Building Code Compliance
Business & Economic Development
Clerk of Courts
Communications
Community Action Agency
Community Affairs
Community & Economic Dev.
Consumer Services
MODIFIED VALUE: $
DOLLAR AMOUNT
ALLOCATED
$ 1,500.00
$15,300.00
$ 1,000.00
$ 2,125.00
$ 4,000.00
$ 1,600.00
$ 9,500.00
$ 1,500.00
$ 3,500.00
$ 4,000.00
98- 457
r'
CONTRACT AWARD SHEET
BID NO. 5338-2/99-1
PAGE 2
USER
DOLLAR AMOUNT
DEPARTMENT
ALLOCATED
Corrections & Rehab.
$ 3,500.00
County Commission
$ 6,500.00
County Manager
$ 3,600.00
Elections
$ 7,500.00
Environmental Resources (DERM)
$20,000.00
Finance Director
$ 800.00
Fire Department
$ 8,000.00
GSA Director's Office
$ 530.00
GSA/Facilities Maintenance
$18,000.00
GSA Fleet Mgmt.
$ 4,000.00
GSA Procurement Mgmt.
$ 2,500.00
GSA Risk Mgmt.
$ 1,400.00
HUD
$40,000.00
Human Resources
$26,000.00
ITD
$17,000.00
Judicial Admin.
$15,000.00
Justice Assistance Dept.
$ 4,000.00
Law
$ 300.00
Libraries
$ 5,000.00
Medical Examiner
$ 500.00
Metro Dade Police (MDPD)
$63,000.00
Metro Dade Transit (MDTA)
$30,700.00
Park & Recreation
$26,000.00
Planning & Development
$15,000.00
Public Works
$ 6,500.00
Seaport
$12,000.00
Solid Waste
$17,000.00
SFETC
$ 760.00
Special Housing
$ 5,000.00
Tax Collector
$ 2,000.00 -
Team Metro
$ 4,500.00
Water & Sewer (MDWASAD)
$ 2,000.00
Youth & Family
$ 3,500.00
PROCUREMENT SPECIFICATION SPECIALIST: Mark Ripley, CPPB
MR/ rl
05-22-97
98- 457
PART #2: ITEMS AWARDED
GROUP A. MOTOROLA "BRAVO PLUS" OR "BRAVO CLASSIC" DIGITAL
VIBRATING DISPLAY PAGER:
1. 3,589 Ea. Local - Unlimited calls $ 1.68/Month
required per Pager.
2. 72 Ea. Statewide - Unlimited calls $ 3.68/Month
required per Pager.
3. 8 Ea. Southeast Region - Unlimited calls 1$ 4.50/Month
Nationwide required per Pager.
(See Option E & F)
4. 9 Ea. One Additional Region Nationwide 1$ 8.50/Month
(See Option E & F)
5. 20 Ea. Full Nationwide - (See Option E & F) 2$ 2.00/Month
6. 148 Ea. One (11 Additional Phone Number $ 0 /Month
OPTIONS:
A) Group pagers with single call entry $ 1.00/Month
B) Replacement Cost - damaged beyond repair, 4$ 0.00/Month
lost or stolen
C)
Lattawide Phone Number
$ 2.00/Month
D)
Nationwide Pager Service (minimum one hundred
(100) calls at no charge.
E)
Nationwide Pager Service
(in excess of one hundred and one (101) calls.
$ 0.25/Call
F)
800 Phone Number:
$ 4.00/Month
(Statewide)
1. With Personal Identification Number (PIN)
$ 0 /Month
(Statewide)
2. Without Personal Identification Number (PIN)
$10.00/Month
(Statewide)
G)
Voice Mailbox:
$ 2.50/Month
1. Local
$ 2.50/Month
2. Nationwide
2$ 0.00/Month
98- 457
GROUP B MOTOROLA "ADVISOR" ALPHANUMERIC PAGERS:
1.
194
Ea.
Local - Two Hundred (200) minimum calls
2.
3
Ea.
Statewide - Two hundred (200) minimum
calls required per Pager.
3.
1
Ea.
Southeast Region Nationwide -
(See option G & H)
4.
1
Ea.
One Additional Region Nationwide
(See option G & H)
5.
1
Ea.
Full Nationwide - (See option G & H)
6. 148 Ea. One (1) Additional Phone Number
OPTIONS:
A) Group pagers with single call entry
B) Replacement Cost - damaged beyond repair,
lost or stolen
C) Lattawide Phone Number
D) 800 Phone Number:
1. With Personal Identification Number (PIN)
2. Without Personal Identification Number
(PIN)
E) Local Pager Service (in excess of
Two hundred and one (201) calls
F) Statewide Pager Service (in excess of
Two hundred and one (201) calls
G) Nationwide Pager Service (minimum one hundred
(100) calls at no charge.
H) Nationwide Pager Service (in excess of one
hundred and one (101) calls.
I) Voice Mailbox:
1. Local
2. Nationwide
J) Third Party Alpha Message Dispatching
1. Per transaction charge (80 character
or greater)
$ 5.75/Month
$ 7.75/Month
$28.00/Month
3$ 0.00/Month
3$ 6.00/Month
$ 0 /Month
$ 1.00/Month
7$ 5.00/Each
$ 2.00/Month
$ 4.00/Month
$ 0 /Month
1$ 0.00/Month
$ 0.25/Call
$ 0.25/Call
$ 0- /Call
$ 0.50/Call
$ 2.50/Month
$ 2.50/Month
2$ 0.00/Month
$ 4.00/Month
$ 0.35/Transaction
98-- 457
GROUP C MOTOROLA ALPHAMATE I OR II" MESSAGE ENTRi OLvICE.
1) 50 ea. Rental Price
OPTIONS:
A) Replacement Price of A1phaMate I or II"
Message Entry Device if damaged beyond
repair, lost or stolen
B) Windows Based Software
a) Purchase Price
C) DOS Based Software
a) Purchase Price
D) MACINTOSH Based Software
a) Purchase Price
$ 1.50/Month
$250.00/Each
2$ 0.00/Each
3$ 5.00/Each
3$ 5.00/Each
GROUP D LIST PAGER FREQUENCIES OF SIGNAL OSCILLATION:
929.6125 (Nationwide) 929.1375 (Local) 929.9625 (Local,
StateWide, Nationwide)
929.5625 (Local,
StateWide, Nationwide)
929.5875 (Nationwide) 931.3375 (Local) 100 MHZ OF NPCS
(Inflexion - 112Kbs)
929.8625 (Nationwide) 931.5625 (Local) (Flex - 6.4Kbs)
929.4375 (Local) 158.7 (Local) PageNet has 318
transmitter site
locations from Vero
Beach to Key West
931.6875 (Local) 454.175 (Local) PageNet has 618
152.030 (Local) transmitter site
location Statewide and
over 4,000 transmitter
site locations
Nationwide
9$- 457
DID NO: 5338-2/99-OTR
OPENING: 1:00 P.M. WEDNESDAY
DATE: FEBRUARY 28, 1996
METROPOLITAN DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
RENTAL OF PAGERS FOR VARIOUS COUNTY DEPARTMENTS FOR A ONE (1)
YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR A TWO (2) ADDITIONAL
YEARS ON A YEAR TO YEAR BASIS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND LISTS:
EQUIPMENT LIST:
INDEMNIFICATION/INSURANCE:
PRE -BID CONFERENCE/WALK-THRU
RACE -CONSCIOUSNESS MEASURE:
SAMPLES/INFORMATION SHEETS:
SITE VISIT/AFFIDAVIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
N/A
N✓A
N/A
N/A
N/A
N/A
SEE SECTION 2.0 PARA. 2.9
N/A
N/A
N/A
N/A
FOR INFORMATION CONTACT: JOSE A. SANCHEZ, CPPB
(305) 375-4265
METROPOLITAN DADE COUNTY
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
98- 457
INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE TO A
SOLICITATION
Each bid proposal returned to the Cark ojtbe Board must have the following information clearly
marked on the face of the envelope:
► Bidder's name '& return address ► -Opening date of the bid
► Bid number ► Title of the bid
The Bidder shall submit each proposal, consisting of one original and three copies, and any
required attachments in one envelope. The enclosed return envelope should be used whenever
possible.
If bids are submitted at the same time for different bid solicitations, each bid must be placed in
separate envelopes and each envelope must contain the information previously stated.
To receive a copy of the tabulation of bids, the -Bidder must enclose a self-addressed, stamped
envelope when submitting their proposal. -
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING TffiS BID TO THE
CLERK OF THE BOARD ON OR BEFORE THE. STATED TIME AND DATE IS
SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. DADE
COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY THE UNITED STATES
MAIL DELIVERY OR CAUSED BY ANY OTHER OCCURRENCE. BIDS RECEIVED
BY THE CLERK OF THE BOARD AFTER BIDS RAVE BEGUN TO BE OPENED WILL
NOT BE OPENED AND WILL NOT BE CONSIDERED FOR AWARD.
Bids must be submitted to the address listed below by the time specified to be considered for
award.
CLERK OF THE BOARD
STEPHEN P. CLARK CENTER
I I I N.W. 1ST STREET
SUITE 210
MIAMI, FLORIDA 33129
It is the policy of Metro -Dade County to comply with all requirements of the Americans with
Disabilities Act. For sign language interpreter services or bids accessible in format (Braille, tape
or large print call (305) 375-5289 five days in advance. For ADA complaints call (305)
375-3566.
98- 457
SECTION I GEAI- . 4L TERMS AND CONI , ..DNS
1.1 APPLICABILITY
These General Terms and Conditions apply to all bids made to Metropolitan Dade County
(hereinafter referred to as "County") by all prospective bidders (hereinafter referred to as
"Bidders") in response to Invitation to Bids issued by the GSA Procurement Management
Division. The word "Bid" is used in reference to any and all offers submitted in
conjunction with this bid solicitation.
1.2 COWENTS OF BID
_ (1) Bidders shall thoroughly read and examine all Bid documents. As Bid
documents frequently change for each solicitation, Bidders should not assume
that this solicitation contains the same terns and conditions that were
contained in previous solicitations.
(2) Bidders shall make all investigations necessary to thoroughly familiarize
themselves with all the conditions affecting this bid solicitation. It is the sole
responsibility of the Bidder to familiarize themselves with the bid requirements
and. no plea of ignorance by the Bidder of conditions that exist, -or that may
exist as a result of the failure to fulfill the requirements of the bid solicitation,
will be accepted as a basis for 'varying the requirements of the County, or the
compensation to be paid to the successful Bidder who is awarded the
contract.
(3) Bidders are advised that all County contracts are subject to all legal
requirements contained in the County's Administrative Order 3-2 and other
applicable County Ordinances and/or State and Federal Statutes. Where
conflicts exist between this bid solicitation and these legal -documents, the
'higher authority shall prevail.
B. Conflicts in the Bid Solicitation
Where there appears to be a conflict between the General Terns and Conditions, the
Special Terns and Conditions, and/or the Technical Specifications the order of precedence
is the Technical Specifications, Special Terns and Conditions and then the General Terms
and Conditions.
98- 457
�•• •t . ••y7•:
Requests for additional information, explanations, clarifications or interpretations must be
made in writing to the GSA Procurement Management Division contact person, identified
on the cover page of this bid solicitation, no later than seven (7) working days prior to the
scheduled bid opening. Any request received after that time may not be considered. The
request must contain the proposer's name, address, telephone number, and facsimile
number, .if transmitted by facsimile. Electronic facsimile will be accepted at (305)
375-5409.
Facsimiles must have a. cover sheet which includes at a minimum, the. proposers name,
address, -number of pages transmitted, telephone number and the sender's facsimile
number.
The County will issue responses to inquires and any other corrections or amendments it
determines to be necessary by written addenda issued prior to the scheduled opening date.
Bidders should not rely on any representations, statements, or explanations other than
those made in the bid solicitation or in any addenda to this solicitation. Where there
appears to be a conflict between this solicitation and any addenda issued, the last
addendum issued will prevail.
It is the Bidder's responsibility to assure receipt of all addenda. The Proposer should
verify with the contact person prior to submitting a Bid that all addenda have been
received. Proposers are required to acknowledge the number of addenda received as part
of this solicitation on the attached Addenda Acknowledgment Foiin.
D. Prices Contained in Bid
(1) Prompt Payment Terms
a. Bidders may offer a cash discount for prompt payments, however, such
discounts shall not be considered in determining the lowest priced
Bidder for bid evaluation purposes. Bidders are encouraged to reflect
cash discounts in payment terms.
b. Bidders are required to provide their prompt payment terms in the space
provided on the Bid Proposal signature page of this solicitation. If no
prompt payment discount is being offered the Bidder must enter zero
(0) for the percentage discount to indicate no discount. If the Bidder
fails to enter a tercentage it is hereby understood and agreed that the
terms shall be - 2% 20ida- , effective after receipt of invoice or final
acceptance by the County, whichever is later.
(2) Current Prices
Bids indicating prices in effect "at time of shipment" will be rejected, unless
otherwise specified in the Special Terms and Conditions.
2
9 8 -- 457
(3) Di: . Offered During Term of Contra -
i
Prices offered in the Bid shall. be fixed for a period of 120 days after award by
the Board of County Commissioners, unless otherwise specified in the Special
Terms and Conditions. Thereafter price discounts off the original prices
quoted in the Bid Proposal will be accepted from successful Bidder(s) during
the term of the contract. Such discounts shall remain in effect for a minimum
of 120 days from acceptance by the County.
(4) Collusion
The Bidder, by'affixing a signature to their -Bid, certifies that its Bid is made
without previous understanding, agreement or connection either with any
person, firm or corporation making a Bid for the same items, or with the'
Dade County Procurement Division or initiating department. The Bidder
certifies that its Bid is fair, without control, collusion, fraud or otherwise
illegal action. The Bidder certifies that they are in compliance with Section
2-11.1, Conflict of Interest and Code of Ethics Ordinance, of the Dade
County Code. The County will investigate all potential situations where
collusion may have occurred and the County reserves the right to reject any
and all bids where collusion may have occurred.
1.3 -PREPARATION AND SUBMISSION OF BIDS
A. Preparatidn/Submission
(1) The Bid Proposal Form, which is part of the bid solicitation must be used
when submitting a Proposal. Use of any other form will result in the
rejection of the bid.
(2) The Bidder must furnish any samples or other documents/information required
by the bid solicitation. Failure to supply the required samples or
documentation/information as required may result in the Bid being rejected.
(3) The Bidder's authorized agent must sign the Bid Proposal Form in ink. Failure
to sign as provided herein may result in the Bid being rejected.
(4) Unit prices must be shown where required. Where there is a discrepancy
between the unit prices and any extended prices the unit prices shall prevail.
(5) Multiple Bids will only be accepted if submitted as separate bids, submitted in
separate envelopes, which are not for the same product or service. All Bids
must meet all requirements of the bid solicitation. Where multiple Bids are
submitted for an identical product or service only the lowest price will be
considered.
(6) Proposed delivery time, if required, must be stated in calendar days.
3 9 8 - 457
(7) Bid- shall not charge federal taxes nor - of Florida sales, excise and use
taxes it. A prices as the County is exempt from payment of all such taxes, except
where the goods are for resale by the County. Such taxes shall be borne by the
Bidder except where the County is purchasing the goods for resale. An exemption
certificate will be provided where applicable upon request.
(8) The Bid must be typed or printed in ink. Use of pencil or erasable ink -will
result in the Bid being rejected. All corrections made by the Bidder must he
initialed in ink by the authorized agent or the Bid may be r�eiected.
(9) Telegraphic or facsimile bids will not be considered.
(10) Once a Bid has been opened, the County will not consider any subsequent
submissions which alter the Bid.
B. Vendor Application
Prospective Bidders should register with the GSA Procurement Management Division as
this will ensure that they receive notice of solicitations when they are issued by the
County. The successful Bidder(s) trust register with GSA Procurement Management
Division, as specified herein, prior to award. Failure to so register will result in the
rejection of their Bid. _
Conducting business with the County requires a business entity to complete a registration
application, available through GSA Procurement Management Division, and to pay an
annual administrative fee. The following . documents are required i and included m the
registration application form:
1. Commodity Code listing
2. Certificate of Filing of Articles of Incorporation
Every Florida based corporation is required to submit a copy of the single
Certifications page that was signed and dated by the Florida Secretary of State
that shows receipt of the duly executed Articles of Incorporation.
3. Copy of current Business or Occupational License
Most Dade County based businesses are require to purchase an Occupational
License to conduct business within the County. Where no license exists the
business entity must submit such a statement to that effect on their letterhead.
4. Executed Cuba Affidavit
This affidavit requires business entities to attest to their business activities and
investments in Cuba, and that they are in compliance with Dade County
Resolution No. R-656-93, as adopted by the Board of County Commissioners
on July 3, 1993.
5. Executed Florida Public Entity Crime Affidavit
Florida Statutes, Sections 287.132-133, effective July 1, 1989 requires that
business entities complete an affidavit with regard to the commission of public
entity crimes.
6. Executed Vendor Disclosure of Ownership Form
4 9 8 - 457
7. Drug' Vorkplac a Affidavit
S. Family i,eave Affidavit
9. W-9 Form
it is the responsibility of the business entity to update its application concerning any
changes, such as, new address, telephone number, commodities, etc. This must be on
company letterhead and sent to the GSA Procurement Management Division, Vendor
Assistance.
Potential Bidders may contact the Office of Vendor Assistance at (305) 375-5289 for
guidance in completing the registration.application.
Pursuant to Ordinance No. 94-34, "Any individual who has been convicted of a felony
during the past ten years and any corporation, partnership, joint venture or other legal
entity having an officer, director, or executive who has been convicted of a felony during
the past ten years shall disclose this information prior to entering into a contract with or
receiving funding from the County." Accordingly, Criminal- Record Affidavit forms are
available upon request at GSA Procurement Management Division/Office of Vendor
Assistance for those individuals or firms MgUt:red to disclose this information.
D. MinodV and Disadvantages Business Enternd
The County endeavors to obtain the participation of all minority and disadvantaged
business enterprise businesses. Contact the Office of Vendor Assistance for information.
1.4 MODIFICATIONS OR WITHDRAWAL OF BIDS
A. Modification of Bids
Bids may ogly be modified by submission of a modification as provided below prior to the
time and date set for bid opening. Any modification submitted to -the GSA Procurement
Management), Division must contain a new Bid Proposal Form and a letter on company
letterhead, signed by an authorized agent of the Bidder, stating that this submittal
supersedes the previous bid submittal. The envelope must contain the following
information:
(1) Bidder's Name & Address
(2) Bid Number
(3) Opening Date of Bid
(4) Title of Bid
(5) The following statement, "This is a modification to a previously submitted bid"
(6) Date of Modification
5 98- 457
Bids shall be irrevocable unless the Bid is withdrawn as provided herein. A Bid may be
withdrawn only by written letter received by the contact person, prior to the Bid Opening
Date or ninety (90) days after the opening of the Bid. The withdrawal letter must be on
company letterhead and signed by an authorized agent of the Bidder.
1.5 EVALUATION OF BIDS
z-1
The'County may reject a Bid Proposal for any of the following reasons:
(1) Bidder fails to acknowledge receipt of addenda
(2) Bidder misstates or conceals any material fact in the Bid Proposal
(3) Bid does non conform to the requirements of the Bid
(4) Bid requires a conditional award that conflicts with the method of award
(5) Bid does not include required -samples, certificates, licenses as required
(6) Bid was not executed by the "Bidder's authorized agent on the Bid Proposal
Form
The foregoing are not the exclusive reasons for which a Bid may be rejected. The County
may reject and re -advertise for all or any part of the Bid Solicitation whenever it is deemed
in the best interest of the County. _
(1) A contract shall not be awarded to, any person or firm which is in arrears to
Dade County upon any debt or contract or which is a defaulter as surety or
otherwise upon any obligation to the County.
(2) ,A. contract may not be awarded to, any person or firm which has failed to
perform any previous contract with the County.
(3) A contract may not be awarded to, any person or firm which has been
debarred by the County in accordance with the County's Debarement
Ordinance.
C. Waiver of Informalities
The County reserves the right to waive any minor informalities or irregularities in any or
all bids.
6 98 - 457
MWill • 1 11[. • 11 4.4 Kt •1
(1) Bids will only be considered from firms who are regularly engaged in the
business of providing the goods and/or services required by the Bid. Bidder's
must be able to demonstrate a good record of performance and have sufficient
financial resources, equipment and organization to insure that they can
satisfactorily provide the goods/services if awarded the contract. The terms
"equipment and organization" as used herein shall be construed to mean a
fully equipped and -well established company in line with the best industry
practices in the industry as determined by the County.
(2) The County may conduct a pre -award site inspection or hold a . pre -award
qualification hearing to determine if the bidder is capable of performing -the
contract if awarded.
(3) The County may consider. any evidence available regarding the financial,
technical and other qualifications and abilities of a Bidder, including past
performance (experience) with the County or any other governmental entity in
making the award.
(4) The County may require the Bidder(s) to show proof that they have been
designated as an authorized representative of a manufacturer or supplier
which is the actual source -of supply, if required by the Bid.
1.6 AWARD OF CONTRACT
A. The Bid Solicitation, any addenda issued and the purchase order, if issued, constitute
the entire contract, unless modified in accordance with the contract.
B. Tie Bids will be decided by the Director of Procurement or designee.
C. The award of this Bid may be preconditioned on the subsequent submission of other
documents as specified in the Special Conditions or Technical Specification. The
Bidder shall be in default of its contractual obligation if such documents are not
submitted in a timely manner and in the form required by the County. Where the
Bidder is in default of these contractual requirements, the County, through action
taken by the Procurement Management Division, will void its acceptance of the
Bidder's Proposal and may accept the Bid from the next lowest responsive, responsible
Bidder or re -solicit the County's requirements. The County at its sole discretion may
seek monetary restitution from the Bidder and its bid bond or guaranty, if applicable,
as a result of damages or increased costs sustained as a result of the Bidder's default.
D. The term of the contract shall be specified in one of three documents which shall be
issued to the successful Bidder. These documents may either be the contract, a
purchase order, notice of award or an award sheet.
98- 457
E. The Count .rves the right to automatically t ., this contract for up to ninety
(90) calendar days beyond the stated contract term in order to provide County
departments with continual service and supplies while a new contract is being solicited,
evaluated and/or awarded. If the right is exercised, the County shall notify the Bidder,
in writing, of its intent to extend the contract for a specific number of days, not to
exceed ninety (90) days, prior to the expiration of the contract term.
F. Where the contract involves a single shipment of goods to the County the contract
term shall conclude upon completion of the expressed or implied warranty periods.
1.7 RIGHTS OF APPEAL
Any Bidder may protest any recommendation for contract award* in accordance with .'the
procedures contained in Dade County Ordinances 94-26, 94-72 and Section 2-8.4 of the
Dade County Code.
1.8 CONTRACTUAL OBLIGATIONS
A. Rules, Regulations. Licensing Requirements
The Bidder shall comply with all laws and regulations applicable to the goods or services
contemplated herein. Bidders are presumed to be familiar with all Federal, State and local
laws, ordinances, codes and regulations that may in any way affect the goods or services
offered, especially Executive order 11246 entitled "Equal Employment Opportunity" and
as amended by Executive order No. 11375, as supplemented by the Department of Labor
Regulations (41 CFR, Part 60), the Americans with Disabilities Act of 1990 and
implementing regulations, the Rehabilitation Act of 1973, as amended, Chapter 553 of
Florida Statutes and any and ag other local, State and Federal directives, ordinances, rules,
orders and laws relating to people with disabilities.
B. Conditions of Material and Packaging
(1) - All goods. furnished must be new, unless specified in the Special Conditions or
Technical Specifications, and free from defects. "All containers shall be
suitable for shipment and/or storage. 'The bid price shall include standard
commercial packaging unless otherwise specified in the Special Conditions or
Technical Specifications.
(2) All goods furnished shall be fully guaranteed by the Bidder against factory
defects and shall be fit for the purpose ' intended under this contract. Any
defects which may occur wiihin the period of the manufacturer's standard
warranty or the failure of the product to be fit for the purposes intended shall
be corrected by the Bidder at no expense to the County. The standard
manufacturer's warranty may be superseded by the Special Conditions or
Technical Specifications.
8 98- 457
The Bidder shall not subcontract any portion of the work without the written prior -
consent of the County. The ability to subcontract may be further limited by the Special
Conditions or Technical Specifications.
D. Assignment
The Bidder shall not assign, transfer, sublet or otherwise dispose of the contract, including
any rights, title or interest therein, or their power to execute such contract to any person,
company, or corporation without the prior written consent of the County.
E. D le ivery
Prices quoted and deliveries are to be FOB Destination, freight included, unless otherwise
specified in the Special Conditions. Deliveries are to be made during County business
hours unless otherwise specified in the Special Conditions.
F. Title
Title to the goods shall not pass to the County until after the County has accepted the
goods or utilized the goods, whichever comes first.
1.9 MODIFICATION OF THE CONTRACT
-The contract may be modified from time to time in writing thought the issuance of a
change order or modification to the contract, purchase order or award sheet as appropriate.
1.10 TERMINATION FOR CONVENIENCE
The County at its sole discretion may terminate this conauct, without cause, by providing
the Bidder(s) with thirty (30) days advance notice. Upon the receipt of such notice the
Bidder shall not incur any additional costs under this contract. The County shall be liable
only for reasonable costs incurred by the Bidder(s), as determined by the County,
regardless of the method of payment required by the contract, as the result of such
termination.
1.11 TERMINATION FOR DEFAULT
The County may terminate this contract upon the failure of the Bidder to comply with the
provisions and requirements of the contract: " The County's decision not to take action upon
a failure of the Bidder to perform shall not be construed as a waiver of the ability of the
County to take action at a later date and time. The date of termination shall be stated in a
written notice to the Bidder.
g 98 - 457
In the event thf %. .er is terminated for default, "unty reserves the right to
re -procure the g--_ ds or services from the next lowest responsivelresponsibie bidder or
re -solicit the contract. The County may charge the Bidder any differences in cost between
the Bidder's price and the reawarded price and the costs associated with reawarding or
re -soliciting this contract.
wr. yls.s
98- 45/
10
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
SECTION 2.0 SPECIAL CONDITIONS
RENTAL OF PAGERS
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this Invitation To Bid is to establish a contract for
the Rental of Pagers in conjunction with the County's needs on an as
needed when needed basis.
2.2 Intentionally Omitted
2.3 Intentionally Omitted
2.4 TERM OF CONTRACT: TWELVE MONTHS
This contract shall commence on the first calendar day of the month
succeeding approval of the contract by the Board of County
Commissioners, unless otherwise stipulated in the Notice of Award
Letter which is distributed by the County's GSA Procurement Management
Division; and contingent upon the completion and submittal of all
required bid documents. The contract shall .remain in effect for
twelve (12) months and upon completion of -the expressed and/or imp lied
warranty period.
2.5 OPTION TO RENEW (2) TWO YEARS (Maintain Same Prices)
The prices quoted shall prevail for a one year period from effective
date, at which time Dade County shall have the option to renew for an
additional two (2) years on a year to year basis provided the bidder
will maintain the same prices, etc., as in the current one year
contract. Continuation of the contract beyond the initial period is a
County prerogative not a right of the bidder. This prerogative may be
exercised only when such continuation is clearly in the best interest
of the County.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL
BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED.
2.6 METHOD OF AWARD: To Low Bidder In The Aggregate Total For Groups A,
B And C
Award of this contract will be made to the responsive, responsible
bidder who bids on all items and whose bid offers the lowest price
when the aggregate total for Group A, B and C are added, exclusive of
the options. If bidder fails to bid on all items its bid shall be
declared non -responsive. The County will award the total contract to
a single bidder.
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the bidder is awarded a contract under this bid solicitation, the
prices proposed by the bidder shall remain fixed and firm during the
term of contract; provided, however, that the bidder may offer
Page 1 9 U— 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
incentive discounts from this fixed price to the County at any time
during the contractual term.
2.8 Intentionally Omitted
2.9 EQUAL PRODUCT CAN BE CONSIDERED UPON RECEIPT OF INFORMATION SHEETS
Manufacturer's name, brand name and/or model number are used in these
specifications for the sole purpose of establishing minimum
requirement of level of quality, standards of performance and design
required and is in no way intended to prohibit the bidding of other
manufacturer's items of equal material. An equal product may be bid
provided that the product is found to be equal in quality, standards
of performance, design, etc. to the item specified. Where an equal is
bid, the Bid Proposal should be accompanied with two (2) complete sets
of factory information sheets (specifications, brochures, etc.);
however, the bidder may be given the opportunity to submit the
information sheets to the County during the bid evaluation period. At
such time the bidder shall be given fifteen (15) calendar days to
submit the information. Failure to meet this requirement may result
in your bid being rejected. All supporting documentation submitted by
the bidder must meet the required specifications, including, but not
limited to standard manufacturer's information sheets, catalogue, and
brochures. Where standard product literature is submitted with the
bid and offers information that does not comply with the
specifications, the bidder must state on their company stationary the
differences between their bid and the standard product literature to
ensure compliance with the specifications. Bids submitted indicating
standard product literature without the letter explaining compliance
will result in the bid being rejected for not meeting the
specifications. The County shall be sole judge of equality and its
decision shall be final in its best interest.
2.10 Intentionally Omitted
2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER
The successful bidder shall indemnify and save the County harmless
from any and all claims, liability, losses and causes of action which
may arise out of the fulfillment of the contract. The bidder shall
pay all claims and losses of any nature whatever in connection
therewith, and shall defend all suits, in the name of the County when
applicable, and shall pay all costs and judgments which may issue
thereon.
2.12 Intentionally Omitted
2.13 Intentionally Omitted
2.14 Intentionally Omitted
2.15 METHOD OF PAYMENT: MONTHLY INVOICES
The successful bidder(s) shall submit monthly invoices by the tenth
(loth) calendar day of each month. These invoices shall be submitted
Page 2 9 S - 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
to the County using department(s) that requested the service through a
purchase order. The invoices shall reflect the appropriate purchase
order number, the service location(s) and the type of service provided
to the County in the prior month.D
2.16 SHIPPING TERMS: F.Q.B. DESTINATION
All bidders shall quote prices based on F.O.B. Destination and shall
hold title to the goods until such time as they are delivered to, and
accepted by, an authorized County representative at various locations
in Dade County, Florida.
2.17 DELIVERY AND REMOVAL OF BEEPERS
The Bidder shall deliver the various beepers required in conjunction
with this Bid Solicitation within twenty-four (24) hours after the
date that the order is placed by the County's authorized
representative-. The Bidder agrees to retain the beepers at the
designated County premise for additional thirty (30) calendar days
after the termination of the Contract, at which time the beepers shall
be removed from the premises. The Bidder shall be allowed to invoice
the effected County department for this additional period on a
pro -rated basis.
2.18 Intentionally Omitted
2.19 Intentionally Omitted
2.20 CONTACT PERSONS
For any additional information regarding the specifications and
requirements of this contract, Contact: Jose A. Sanchez at 305/
375-4265.
2.21 LOCAL PREFERENCE
The award of this contract is subject to Ordinance No.-94-166 amending
the code of Metropolitan Dade County, Florida effective September 23,
1994 which, except where federal or state law mandates to the
contrary, allows preference to be given to a local business in the
amount of one and one-half percent (1.5%) of the bid proposal price.
In the case of tie bids involving local businesses, preference will be
given to the local business having the greatest percentage of its
employees that are Dade County residents.
For the purposes of the applicability of this ordinance, "local
business means the vendor has its headquarters located in Dade County
or has a place of business located in Dade County at which it will
produce the goods or perform the services to be purchased.
2.22 QUARTERLY REPORTING, WHEN SUB -CONTRACTORS ARE UTILIZED
Bidders are advised that when sub -contractors are utilized to fulfill
the terms and conditions of this contract, Metropolitan Dade County
Resolution No. 1634-93 will apply to this contract. This resolution
Page 3 9 8- 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
requires the successful contractor(s) to file quarterly reports as to
the amount of contract monies received from the county and the amounts
thereof that have been paid by the contractor directly to Black,
Hispanic and Women -Owned businesses performing part of the contract
work.
Additionally, the listed businesses are required to sign the reports,
verifying their participation in the contract work and their receipt
of such monies.
For purposes of applicability, the requirements of this resolution
shall be in addition to any other reporting requirements required by
law, ordinance or administrative order.
2.23 Intentionally Omitted
2.24 ACCEPTANCE OF PRODUCT BY THE COUNTY:
The products shall be maintained and delivered to the County in
excellent condition. If a product does not meet specifications, it
will be returned to the bidder as exchange for suitable merchandise or
for full credit at no additional cost to the County.
2.25 AUTHORIZATION TO PICK-UP BEEPERS
Dade County employees are authorized to pick-up beepers against
purchase orders issued to the successful bidder(s). Such
authorization is provided for the County employee through an
"Authorization to Pick -Up Materials" (Dade County Form No. 160.04.17)
who shall surrender the form to the bidder during each purchase. If
the bidder is in doubt about the authenticity of the person picking up
the material, the bidder shall contact Procurement Management for
assistance at 375-5289.
2.26 COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this bid shall be in accordance with
all governmental standards, to include, but not limited to, those
issued by the Office of Safety and Health Administration (OSHA), the
National Institute of Occupational Safety Hazards (NIOSH), and the
National Fire Protection Association (NFPA).
2.27 COUNTY WIDE
Any Governmental Unit in Dade, Broward and Palm Beach Counties,
Florida, may avail itself of this contract and purchase any and all
items specified herein from the successful bidder(s) at the contract
price(s) established herein.
Each Governmental unit which uses a contract(s) resulting herefrom,
will establish its own contract, place its own orders, issue its own
purchase orders, be invoiced therefrom and make its own payments and
issue its own exemption certificates as required by the bidder.
Page 4 9 O— 457
METROPOLITAN DADE COUNTY
It is understood and agreed that Dad C
BID NO. 5338-2/99-OTR
e ounty is not a legally binding
party to any contractual agreement made between any governmental unit
and the bidder as a result of this bid.
2.28 DELIVERY TIMES SPECIFIED
The Bidder shall only be authorized to deliver items between the hours
of 8:00 A.M. and 5:00 P.M.
2.29 EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE
The equipment being offered by the Bidder shall be the most recent
model available. Any optional components which are required in
accordance with the Bid Specifications shall be considered standard
equipment for purposes of this solicitation. Demonstrator models will
not be accepted. Omission of any essential detail from these
specifications does not relieve the vendor from furnishing a complete
unit. The unit shall conform to all applicable O.S.H.A., State, and
Federal safety requirements. All components, including but not
limited to assists, wiring, accessory mountings, parts, connectors and
adjustments, are to be in accordance with current S.A.E. standards and
recommended practices. The engineering, materials and workmanship
shall exhibit a high level of quality and appearance consistent with
or exceeding industry standards.
2.30 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars are provided for bidder's
guidance only. No guarantee is expressed or implied as to quantities
or dollars that will be used during the contract period. The County
is not obligated to place an order for any given amount subsequent to
the award of this bid. Estimates are based upon the County's actual
needs and usage during a previous contractual period. Said estimates
may be used by the County for purposes of determining the low bidder
meeting specifications.
Previous contract estimates:
Approx. 3,700 Each Digital Vibrating Display Pagers
200 Each Alphanumeric Pager
50 Each Alphamates for Pagers
2.31 LIMITED CONTRACT EXTENSION TO MAINTAIN SERVICE LEVELS
It is hereby agreed and understood that this contract may be extended
for an additional thirty (30) day transitional period after the
contract is scheduled for termination and after its option year(s) is
exercised. During this transitional period the Bidder agrees to
continue the same or a reduced level of service to the County at the
same prices while the new contract, also in force, is being
mobilized. If the Bidder is supplying equipment in conjunction with
this contract, the Bidder agrees to retain the equipment at the
designated County premise for an additional thirty (30) calendar days
after the termination of the Contract; at which time the equipment
shall be removed from the premises. The Bidder shall be allowed to
Page 5 9 8 - 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
invoice the affected County department for this additional period on a
pro -rated basis. This requirement is in addition to any requirement
established on Section I, Paragraph 1.6.E.
2.32 LOCAL OFFICE SHALL BE AVAILABLE
The Bidder shall maintain an office within the geographic boundaries
of Dade or Broward Counties, Florida. This office shall be staffed by
a competent company representative who can be contacted during normal
working hours and who is authorized to discuss matters pertaining to
the contract.
2.33 NON-EXCLUSIVE CONTRACT
Although the purpose of this Solicitation is to secure a contract that
can satisfy the total needs of the County or of a specific County
agency, it is hereby agreed and understood that this Solicitation does
not constitute the exclusive rights of the successful Bidder(s) to
receive all orders that may be generated by the County in conjunction
with this Solicitation.
In addition, any and all commodities, equipment, and services required
by the County in conjunction with construction projects are solicited
under a distinctly different bid process and shall not be purchased
under the terms, conditions and awards rendered under this
Solicitation, unless such purchases are determined to be in the best
interest of the County.
2.34 OMISSION FROM THE SPECIFICATIONS
The apparent silence of this specification and any addendum regarding
any details or the omission from the specification of a detailed
description concerning any point shall be regarded as meaning that
only the best commercial practices are to prevail, and that only
materials and workmanship of first quality are to be used. All
interpretations of this specification shall be made upon the basis of
this agreement.
2.35 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY
The successful bidder shall enclose a complete packing slip or
delivery ticket with any items to be delivered in conjunction with
this bid solicitation. The packing slip shall be attached to the
shipping carton(s) which contain the items and shall be made available
to the County's authorized representative during delivery. The
packing slip or delivery ticket shall include, at a minimum, the
following information: purchase order number; date of order; a
complete listing of items being delivered; and back -order quantities
and estimated delivery of back -orders if applicable.
2.36 PRIMARY VENDOR DESIGNATION
While the method of award identified in Section 2.6 of the Special
Terms and Conditions prescribes the method for determining the lowest
responsive, responsible bidder, the County reserves the right to award
Page 6 9 8 - 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
this contract to the designated lowest bidder as the primary vendor
and to award this contract to the designated second lowest bidder as
the secondary vendor. If the County exercises this right, the primary
vendor shall be given the first opportunity to perform the service or
deliver the goods identified in this contract. If the primary vendor
declines this opportunity, the County shall seek the identified goods
or services from the secondary vendor. It should be noted that price
adjustments, if allowed under the terms and conditions of this bid,
may affect the order of designation.
2.37 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON
PRICE QUOTES
While the County has listed all major items on the bid solicitation
which are utilized by County departments in conjunction with its
operations, there may be ancillary items that must be purchased by the
County during the term of this contract. Under these circumstances, a
County representative will contact the primary vendor to obtain a
price quote for the ancillary items. If there are multiple vendors on
the contract, the County representative may also obtain price quotes
from these vendors. The County reserves the right to award these
ancillary items to the primary contract vendor, another contract
vendor based on the lowest price quote or to bid the items through a
separate solicitation.
2.38 SAMPLES MAY BE REQUIRED DURING EVALUATION
After the Bid Proposals are opened by the County, the bidders may be
required to submit a sample for the goods to be supplied for
evaluation by, and at no cost to the County. If samples are required,
the County will notify the bidder of such in writing and will specify
the deadline for submission of the samples. Each individual sample
shall be clearly labeled with the bidder's name, bid number, bid
title, manufacturer's name and brand name, and style number if
applicable. If the bidder fails to submit the samples, properly
labeled, within the specified date stipulated in the notice, the
County shall not consider the bidder's proposal for -that item(s);
provided however, that in the event of a group or aggregate award, the
bidder's proposal will not be eligible for that group or in the
aggregate as applicable. All samples shall become the property of
Metropolitan Dade County.
The County reserves the right to perform its own testing procedures or
to send any and all samples to the State of Florida's Department of
General Services, Division of Purchasing, Bureau of Standards
Laboratory or any other certifiable laboratory for analysis. Any and
all costs for testing shall be borne by bidder. On the basis of this
testing and analysis, the County shall be sole judge of the
acceptability of the sample in conformance with the bid specifications
and its decision shall be final. Any sample submitted shall create an
express warranty that the whole of the goods and/or services to be
provided by the bidder during the contract period shall conform to the
sample submitted. The bidder shall be required to provide adequate
restitution to the County, in the manner prescribed by the County, if
this warranty is violated during the term of the contract.
Page 7 9 8 - 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
2.39 SERVICE FACILITIES SHALL BE PROVIDED BY BIDDER IN SOUTH FLORIDA
Bids will only be accepted from bidders which have service facilities
located in South Florida (defined as Dade, Broward, Palm Beach and
Monroe Counties) which can provide parts and repairs.
2.40 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER
The successful bidder(s) shall ensure that adequate stock levels are
maintained at its place of business in order to assure the County of
prompt delivery. If the delivery terms specified in the Solicitation
are not fulfilled by the Bidder, the County reserves the right to
cancel the order, purchase the goods elsewhere, and charge the Bidder
for any reprocurement costs incurred by the County.
2.41 SUBSTITUTION OF ITEMS DURING TERM OF CONTRACT
Substitute brands or models may be considered during the contract
period for discontinued models. The bidder shall not deliver any
substitute item as a replacement to an awarded brand or model without
express written consent of Procurement Management prior to such
delivery. Substitute items must be of equal or better quality than
the awarded item. Substitutes shall be considered only in emergency
situations and excessive substitution requests -may be cause to cancel
the contract.
2.42 WAREHOUSE FACILITIES SHALL BE IN SOUTH FLORIDA
Bids will only be accepted from bidder(s) which have warehouse
facilities located in South Florida which shall be defined as Dade,
Broward, Palm Beach and Monroe Counties.
The County reserves the right to perform an inspection of these
warehouse facilities during the bid evaluation period and any time
during the term of the contract and to use this inspection as a means
for determining the lowest responsive, responsible bidder. The
acceptable size, location, level of security, and functionability of
the warehouse shall be determined by the County in consideration of
the bid requirements in its best interest; and its decision shall be
final.
Page 8 9 8 - 457
METROPOLITAN DADE COUNTY
3.1 SCOPE
BID N0. 5338-2/99-OTR
SECTION 3.0 TECHNICAL SPECIFICATIONS
RENTAL OF PAGERS FOR METRO-DADE COUNTY
To provide Rental of Pagers for Metro -Dade County.
3.2 DESCRIPTION
A. Motorola "Bravo Plus" or "Bravo Classic" Digital Vibrating Display
Pagers, or approved equal.
Options:
1. One (1) additional phone number.
2. Group pagers with single call entry.
3. Replacement Cost - damaged beyond repair, lost or stolen.
4. Lattawide Phone Number.
5. 800 Phone Number.
6. Voice Mailbox: (Five (5) messages stored for twelve (12)
hours).
B. Motorola "Advisor" Alphanumeric Pagers, or approved equal.
Options:
1. One (1) additional phone number.
2. Group pagers with single call entry.
3. Replacement Cost - damaged beyond repair, lost or stolen.
4.' Lattawide Phone Number.
5. 800 Phone Number.
6. Voice Mailbox: (Five (5) messages stored for twelve (12)
hours). -
C. Motorola "Alphamate II" Message Entry Device, or approved equal.
1. Replacement Cost - damaged beyond repair, lost or stolen.
98- 45'7
Page 9
METROPOLITAN DADE COUNTY
Software:
Options
BID NO. 5338-2/99-OTR
1. Windows Based Software to access Messaging Service Devices.
2. DOS Based Software to access Messaging Service Devices.
3. MACINTOSH Based Software to access Messaging Service Devices.
3.3 PAGER "ON -SITE" SERVICE:
Vendor shall need to provide four (4) to eight (8) hours "On -Site"
Field Delivery Service to exchange, replace or add additional paging
units.
3.4 COVERAGE:
Service for the pagers must cover Local, Statewide, One Region,
Additional Region and Full Nationwide as requested. The Bidders shall
submit a map of the coverage areas with the bid proposals. Each
individual map shall be clearly labeled with the Bidder's name. The
service must work inside buildings throughout the service area. A
range map guaranteeing service may be -required during the evaluation
period.
1. Local: Area covered - Key West (Monroe County) to
Sebastian (Indian River County).
2. Statewide: Area covered - Major cities within the State of
Florida.
3. Continental U.S.A. Coverage:
A) Southeastern Region
B) One Additional Region - choices: Northeast, Southern,
Central or Western.
C) Full Nationwide.
3.5 PAGER FREQUENCIES:
May be either VHF, UHF or 800/900 frequencies. Indicate the frequency
of signal oscillation on Section 4.0, Bid Proposal, Group D.
Page 10 9 O -- 457
METROPOLITAN DADE COUNTY
BID NO. 5338-2/99-OTR
INVITATION TO BID
SECTION 4.0 BID PROPOSAL FORMS
OPENING: 1:00 P.M. Wednesday
DATE: February 28, 1996
CLERK OF THE BOARD
Metro Dade Center
Ill N.W. 1st Street
Suite 210
Miami, Florida 33128
_EASE QUOTE PRICES LESS TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA
)TE: Dade County is Exempt From All Taxes (Federal, State, Local). Bid Price Should Be
Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request
Date Issued: 01/25/96 This Bid -Proposal Consists
Dade County Florida. of Pages 11 thru 16
ialed bids, subject to the Terms and Conditions of this Invitation to Bid and the
-companying Bid Proposal, such other contract provisions, specifications, drawings or
;,her data as are attached or incorporated by reference in the Bid Proposal will be
3ceived at the office of the Clerk of the Board at the address shown above on behalf of the
ide County Board of County Commissioners until the above stated time and date, and at that
ime publicly opened for furnishing the supplies or services described in the
:companying Bid Proposal Requirement.
RENTAL OF PAGERS FOR VARIOUS COUNTY DEPARTMENTS FOR A ONE (1) YEAR
PERIOD WITH COUNTY OPTION TO RENEW FOR A TWO (2) ADDITIONAL YEARS ON A
YEAR TO YEAR BASIS
Bid Deposit in the amount of N/A the total amount of the bid shall accompany all
ids.
Performance Bond in the amount of _N/A of the total amount of the bid will be
f2quired upon execution of the Contract by the successful bidder and Dade County.
DO NOT WRITE IN THIS SPACE
ACCEPTED _
VON -RESPONSIVE
DATE B.C.C.
ITEM NOS. ACCEPTED
COMMODITY CODE: 725-45
REJECTED _
NO BID
SPECIALIST: JOSE A. SANCHEZ, CPPB/sc
FIRM NAME
STREET ADDRESS
CITY
STATE & ZIP CODE
TELEPHONE NUMBER
AUTHORIZED AGENT
TITLE OF OFFICER
Page 11
98 - 45'7
t&k 6yl
METROPOLITAN DADE COUNTY BID N0. 5338-2/99-OTR
B I D P R O P O S A L F 0 R:
RENTAL OF PAGERS FOR METRO-DADE COUNTY
IRM NAME:
----------------------
tem Description Unit Price Total
ROUP A. Motorola "Bravo Plus" or "Bravo Classic" Digital
Vibrating Display Pager:
3,589 Ea. Local - Unlimited calls $ /Month X 3,589 = $
required per Pager.
74 Ea. Statewide - Unlimited calls $ /Month X 74 = $.
required per Pager.
8 Ea. Southeast Region - Unlimited calls $ /Month X 8 = $.
Nationwide required per Pager.
(See Option E & F)
9 Ea. One Additional Region Nationwide $-___/Month X
(See Option E & F)
20 Ea. Full Nationwide - (See Option E & F) $ /Month X
-148 Ea. One (1) Additional Phone Number $ /Month X
TOTAL FOR GROUP A (ITEMS 1 THRU 6)
OPTIONS:
9 = $
X 12 =$
X 12 =$
X 12 =$
X 12 =$
20 = $ X 12 =$.
148=$ X 124
A)
Group pagers with single call entry
$
/Month
B)
Replacement Cost - damaged beyond repair,
$
/Each
lost or stole
C)
Lattawide Phone Number
$
/Month
D)
Nationwide Pager Service (minimum one hundred
(100) calls at no charge.
E)
Nationwide Pager Service
(in excess of one hundred and one (101) calls.
$
/Cali
F)
800 Phone Number:
$
/Month
1. With Personal Identification Number (PIN)
$
/Month
2. Without Personal Identification Number (PIN)
$
/Month
Page 12 9 O -- 457
METROPOLITAN DADE COUNTY BID NO. 5338-2/99-OTR
BID PROPOSAL FOR:
RENTAL OF PAGERS FOR METRO-DADE COUNTY
IRM NAME:
tem Description Unit Price Total
G) Voice Mailbox: $ /Month
1. Local $ /Month
2. Nationwide $ /Month
;ROUP
B
Motorola "Advisor", Alphanumeric Pagers:
194
Ea.
Local - Two hundred (200) minimum calls
$
/Month
X
required per Pager.
3
Ea.
Statewide - Two hundred (200) minimum
$
/Month
X
calls required per Pager.
1
Ea.
Southeast Region Nationwide -
$
/Month
X
(See option G & H)
1
Ea.
One Additional Region Nationwide
$
/Month
X
(See option G & H)
,
1
Ea.
Full Nationwide - (See option G & H)
$
/Month
X
. 148
Ea.
One (1) Additional Phone Number
$
/Month
X
TOTAL FOR
GROUP B (ITEMS 1 THRU 6)
OPTIONS:
A) Group pagers with single call entry
B) Replacement Cost - damaged beyond repair,
lost or stolen
C) Lattawide Phone Number
D) 800 Phone Number:
1. With Personal Identification Number (PIN)
2. Without Personal Identification Number
(PIN)
194 = $ X 12 =$
3 = $- X 12=$.
1 = $- X 12=$
1=$ X 12=$
1 = $- X 12=$
148 = $ X 12 =$
$ /Month
$ /Each
$ /Month
$ /Month
$ /Month
$ /Month
Page 13 9 8- 457
METROPOLITAN DADE COUNTY BID NO. 5338-2/99-OTR
BID PROPOSAL FOR:
RENTAL OF PAGERS FOR METRO-DADE COUNTY
rRM NAME
:em Description Unit Price Total
E)
Local Pager Service (in excess of
$
/Call
Two hundred and one (201) calls
F)
Statewide Pager Service (in excess of
$
/Call
Two hundred and one (201) calls
G)
Nationwide Pager Service (minimum one hundred
$
/Call
(100) calls at no charge.
H)
Nationwide Pager Service (in excess of one
$
/Call
hundred and one (101) calls.
I)
Voice Mailbox:
$
/Month
1. Local
$
/Month
2. Nationwide
$
/Month
J)
Third Party Alpha Message Dispatching
$
/Month
1. Per transaction charge (80 character
$
/Transaction
or greater)
Page 14 9 8 - 4 5'7
METROPOLITAN DADE COUNTY BID NO. 5338-2/99-OTR
B I D P R O P O S A L F O R
RENTAL OF PAGERS FOR METRO-DADE COUNTY
IRM NAME:
tem Description Unit Price Total
ROUP C Motorola "AlphaMate I or II", Message Entry Device.
1) 50 ea. Rental Price $ /Month X 50 = $
TOTAL FOR GROUP C (ITEM #1)
iROUP D
OPTIONS:
A)
Replacement Price of AlphaMate I or II",
Message Entry Device if damaged beyond
repair, lost or stolen
B)
Windows Based Software
$
/Each
a) Purchase Price
$
/Each
C)
DOS Based Software
a) Purchase Price
$
/Each
D)
MACINTOSH Based Software
a) Purchase Price
$
/Each
X 12 = $
TOTAL GROUPS (A THRU Q............................................ $
List Pager Frequencies of Signal Oscillation:
Page 15 9 8 - 457
METROPOLITAN DADE COUNTY
B I D P R O P O S A L
RENTAL OF PAGERS
---------------------------------
---------------------------------
IF NO BID PLEASE INDICATE REASON:
BID NO. 5338-2/99-OTR
F 0 R :
Prompt Payment Terms: % days net day
ID NO. of Bidder: (Bidders Federal Employer Identification Number as used
1 Return Form 941.) If none Bidders Social Security No.
--------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------
ie undersigned Bidder certifies that this Bid Proposal is submitted in accordance with
ie Bid Specifications and Conditions governing this Bid, and that the Bidder will accept
iy awards made to him as a result of this bid.
7RM NAME
-REST ADDRESS
TY,STATE,& ZIP CODE
LEPHONE NUMBER FAX NUMBER
JTHORIZED SIGNATURE
(Signature) (Print Name) (Date)
:TLE OF OFFICER
.ate below mailing address (if other than above):
.0. BOX
city state zip code
Page 16 9 8 "- 457
METROPOLITAN DADE COUNTY
ACKNOWLEDGEMENT OF ADDENDA
BID NO. 5338-2/99-OTR
TITLE: RENTAL PAGERS
DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED
IN CONNECTION WITH THIS BID:
Addendum
#
1,
Dated
, 199.
Addendum
#
2,
Dated
, 199.
Addendum
#
3,
Dated
199
Addendum
#
4,
Dated
199
Addendum
#
5,
Dated
199
Addendum
#
6,
Dated
199
Addendum
#
7,
Dated
199
Addendum
#
8,
Dated
199
Addendum
#
9,
Dated
199
PART II:
NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE:
;Date
Page 17 4
t.. t .