Loading...
HomeMy WebLinkAboutR-90-0409u A J-90-432 5/29/90 RESOLUTION NO. 90" 409 A RESOLUTION ACCEPTING THE BID OF MOTOROLA, INC. FOR THE FURNISHING OF CONTROL STATIONS AND MOBILE RADIOS FOR THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES IN AN AMOUNT NOT TO EXCEED $77,420.00; ALLOCATING FUNDS THEREFOR FROM THE 1989-90 OPERATING BUDGET, ACCOUNT CODE NO. 280401-840 ($9,000.00) AND FIRE BOND PROJECT NO. 313237, ACCOUNT NO. 289401-840 ($68,420.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received March 26, 1990 for the furnishing of control stations and mobile radios for the Department of Fire, Rescue and Inspection Services; and WHEREAS, invitations were mailed to 22 potential suppliers and one (1) bid was received; and WHEREAS, funds for this purchase are available from the 1989-90 Operating Budget, Account Code No. 280401-840 ($9,000.00) and Fire Bond Project No. 313237, Account No. 289401-840 ($68,420.00); and WHEREAS, this equipment will be used by the Department of Fire, Rescue and Inspection Services to update its emergency communications need; and WHEREAS, the City Manager and the Chief of the Fire, Rescue and Inspection Services Department recommend that the bid received from Motorola, Inc. be accepted as the only responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY coMMSSION MEETING OF J U N 7 1990 .V"&% RL90- 4091 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 March 26, 1990 bid of Motorola, Inc. for the furnishing of control stations and mobile radios for the Department of Fire, Rescue and Inspection Services in an amount not to exceed $77,420.00 is hereby accepted with funds therefor being hereby allocated from the 1989-90 Operating Budget, Account Code No. 280401-840 ($9,000.00) and Fire Bond Project No. 313237, Account No. 289401-840 ($68,420.00) . Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 7t1' day of ATT136T RAI, CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: JORGE L. FE AND Z CIT ATTORNEY, - 2 - June , 1990. 90- 409 1111? SECURITY LIST DID ITEM: cont.l-o1. stations & Mobil-e nad;_oS DID NO. 89-90-089 pATE BIDS RECEIVED: March 2r3.j 1990 3:00 p.m. BIDDER 1:Motorola, Inc. TOTAL BID AMOUNT See attached BID BOND W W CASHIER'S CHECK NO BID: Beam Radio, Inc. Caribbean Communications Holb-Sierra Corp. receiving C') received ( ) envelopes on behalf of (City Department) on (date) Received the hereinabove described checks this day of 79 in connection with the herinabove cited bids, which were sent to Treasury Management by the City Clerk for appropriate posting, SIGNED: DATE: (Treasury Management 1D sccUR1TY LIST Stations & MObi,.e Radios SIT? ITEM: Control _ _ IND NO: 89-90-089 VATS BIDS RECEIVW: March 26 1990 3 :00 p.m. BIDDER Motorola, Inc. AID AMOUNT TOTAL See attached laid ®ID DOW (W) 0. CASHIERS CHECK NO BID• Beam Radio, Inc. Caribbean Communications Holb-Sierra Corp. vk',�n received ( ) envelopes on behalf of I) werson receiving bids) onr�� l l� (City Department) (date) Received the hereinabove described checks this day of 19 , in connection with the herinabove cited bids, which were sent to Treasury Management by the City Clerk for appropriate posting. SIGNED: DATE: (Treasury Management) LEGAL ADVERTISEMENT BID NO. 89-90-089 Sealed bids will be received by the City of Miami City Clerk at her office located a 500 Pa "ve, Miami, Florida, 33133 not later than •®A .m. ch 26, 199W for the furnishing of control stations and mo a radios or a Department of Fire, Rescue and Inspection Services. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10538 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City of Miami Minority/Women business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. (Ad No. 6482 ) Cesar H. Odio City Manager 0 AIL it ­U1.E n(k) s REQUISITION FOR ADVERTISEMENT ,This number must appear �n the advertisement. OEPT/DIV. Prr�ctixc�;tt�;nt' (i<�r '. ? . i . � .) ACCOUNT CODE 2 S 0 110 1 - -2 S 7 DATE 17 a r c h ,_ 1990 _PHONE. 5.1 `.� - 51 9 APPROVE pY: PREPARED BY Maritztt Peges -- Y f1 `"•-'z1 ' , k_� 1`✓,'�`.. _'� ___ DIRECTOR OF ISSUING 15EPARTMENT Publish the attached advertisement onc: (1) times. (number of times) Type of advertisement: legal, classified display (Check One) Size: Starting date I& a rc; h i2, 1990 First four words of advertisement: B i. c f c • 8 `? - 9 0 -- U 8 9 : t 7 c_ ci h i ._ will Remarks: Cc>r:trol ;;•i;atic)ns ti c;i.iie Ruci:io:; 9 DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 S-2 C-3 D-4 _ E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 ) LINE TRANS VOUCHER DUE. DATE YY MM DD Adv. Doc. Reference VENDOR INDEX. CODE OBJECT PROJECT s 11 18 17 18 1 25134 39 42 45 50 51 56 57 62 63 65 66 0 1 2 4 1 V P 171 2 0 2 HE 2$ 1 2 3,4 NTI 8 V P 12.13 14 15 DESCRIPTION 36 64 DISCOUNT& 72 AMOUNT 5 2 0 0 2 0 a Approvod for Payment White - Purchasing Yellow - Finance Pink •- Department i j., —i, CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members T° of the City Commission FROM' Cesar H. Od City Manager RFC'OWIENDAT I ON DATE : MAY 2 91990 FILE . Recommendation for SUBJECT : Resolution and Award of Bid No. 89-90-089 Control Stations and REFERENCES: Mobile Radios ENCLOSURES: It is recommended that an Award of Bid be made and a Resolution passed accepting the bid from Motorola as the sole bidder for 5 radio control stations and 15 mobile radios at a cost of $77,420.00. BACKGROUA'D The control stations will be used to provide for communications with hospitals and to alert same in incidents involving mass casualty and trauma patients. The mobile radios will be installed in Fire Department apparatus and will provide both data and trunking. This is the latest technology in mobile radios. Amount of Bid: $77,420.00 % of Cost Estimate: Cost Estimate: Source of Funds: Funds for .the 5 control stations plus two of the mobile radios ($9,000) are available in the General Fund, index code $280401-840. The remaining 13 radios will be paid from the Fire Bond Account entitled "Fire Rescue Special Support Equipment" FY 90 #313237- 289401-840 ($68,420). Funds for the 5 control stations and 15 mobile radios are encumbered under PR #24879. P4inority Representation: This recommendation agreed to by Ms. Maria Gonzalez and Division Chief J W. Byrd on April 6, 1990 in that only one vendor ( non --local) responded. Public Hearinq/Notices: N/A Assessable Project_ N/A 90.,,0 AnL 1 # i CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : William J. Schaut, DATE : FILE Procurement Supervisor Procurement Management Bid $89-90-089 GSA Department SUBJECT : Control Stations and Mobile Radios Approval FROM : REFERENCES: C. H. Duke, Chief Director of Fire, Rescue ENCLOSURES: and Inspection Services This department has verified available funding with the Departments of Finance and Budget that funds are available to cover the cost of the subject bid in the amount of $9,000.00, Account Code Number 280401-840 and $68,420, Account Code Number CXI313237-280401-840, Fire Rescue Special Support Equipment FY '90. FINMCE REVIEW & APPROVED BY: ar os GRifcia, Direc r Department of Finance SMGETARY REVIEW & APPROVED BY: Manohar Sur irector Department of Vudget ADDITIONAL APPROVALS (if required) Edua,tdo Ro#vliguez CIP anager N/A Frank Castaneda, Director Community Development 9 (/j CITY OF MIAMI Page _l— of _1- BUDGET JUSTIFICATION DETAIL FOR MOTORCYCLE ALLOWANCES FRINGE BENEFITS O=Ft OP9MTTNr4 EIPEWS&S. , NON —OPERATING EXPE14695 l )MIP C" TTA PUTTAT risc II, 'SEAR 1989-9Q I'UND,s, GEUXAL,� „�,DEPARTMENT_,_,OBJECT CODE ,,.W.84Q,,._..—ACCOUNT NAME R NEW EQUIPMENT DETAILED QUANTITY OF ITEM PROJECTED EXPENDITURE JUSTIFICATION p , CRI12ION OF ITEM FOR _PURCHASE UNIT_pRICE ( QUANTITY X ,PRICE ) PURCHASE IEXPENDITURE Radio Consolettes 8 2,126 17,008 To enhance and provide for communication with hospitals and to alert same in incidents in- volving mass casualty and trauma patients. These radios will be installed in hospitals. Maxtrac 840 Smart 5 14,900 9,500 These units will be in- stalled in the apparatus and will provide both data and trunking. This is the latest technology in mobile radios. TOTAL, $26,50E Fri '89 ADOPTED $1.5Q0 FY '90 $2 fi,508 INCREASE (DECREASE) S 25.Q08 a �, i�� 11 of l , I, 'I �i' ' ^� pn l up�pli"'III"�'II°g141'I'fll'IPA"P''''��9�'RR911gU11''!I�"PI'19i"�IIiU�lll'"P'Il''Inp��glq 0 I T Y O F M I A M I CAPITAL IMPROVEMENT PROGRAM PROJECT DESCRIPTION FY90 PROJECT NO. : 313237 PROJECT NAME : FIRE RESCUE SPECIAL SUPPORT EQUIPMENT FY190 ADDRESS : CTTYWIDE NSRRD LOCATION : VuU NBRHD SERVICE s 900 PROGRAV r 002 PUBLIC SAFETY CATEGORY : 023 FIRE RESCUE DEPARTMENT : 02e FIRE RESCUE PROJECT MANAOERs 231 TOW MCLEAN FIRST YEAR IN CAPITAL PROGRAM : FY90 FIRST YEAR OF APPROPRIATIONS i FT90 PROJECT SCHEDULE s INITIAL REVISED COMMENCE DESIGN AWARD CONTRACT TOO BEGIN CONSTRUCTION BENEFICIAL USE PROJECT COMPLETE COST CATEGORIES LAND ACQUISITIO?f DESIGN CONSTRUCTION EQUIPMENT ADMINISTRATION OTHER TOTAL COST FUNDING SOURCES ------------------------- 967 1981 FIRE G.O. BONDS ------------------------- TOTAL, FUNDING C'?a :E' AS OF 08129/19 ------------------------------------------------------------ ! PROJECT DESCRIPTIONS ! ! This project involves the acquisition of equipment that ! ! is necessary to enable the Firs/Rescue Depmrtwent to ! use six new Squad Units already purchased. Specifically ! this includest retrofitting 206 and purchasing 20 Solt ! ! Contained Breathing Apparatus Units; purchasing various i ! Toole and Equipeent to plats 6 New Rescue Units and 2 ! ! Special Use Rescue Units into service; and purchasing ! ! of 30 MTx Portable Radios, 30 Keg Pads, S Syyntor X-9000 ! ! Mobiles, and 10 Bass Stations for Fir• Station+. ! PRIOR APPRO- TOTAL COST APPRO- PRIATIONS <--------------- FUTURE COST ESTIMATES ---------------� ESTIMATE PRIATIONS 1989-90 1990-91 1991-92 --------- 1992-93 1993-94 --------- 1994-95 --------- --------- --------- --------- --------- c A x --------- 1000 208.7 20e.7 3.0 3.0 -- 211-7 ------0-- ------ 7 --------- ------------------ --------0 ------0 0 PRIOQ APPRO- TOTAL APPRO- PRIATIONS <------------------ FUTURE FUt40ING -------------------� FUNDING PRIATIONS 1989-90 1990-91 1991-92 --------- 1992-93 1993-94 --------- 1994-95 --------- --------- --------- --------- --------- t 4 x --------- 1000 ) 211.7 211.7 --------- --------- 211 7 --------- 0.0 --------- 211.7 --------- 0.0 ------------------ 0.0 0.0 --------- 0.0 0.0 0 REVISION DATE 04/30/89 CITY OF MIAMI, FLORIDA P.O. RO,t 330708 PROCUREMENT MANAGEMEt. Miami F1 33233-0708 DIVISION TELEPHONE NO. 575-5174 BID 810. 89-90-089 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: Net 10 days(Include cash discount for prompt payment, if any) Additional discount of 0 $ if awarded all items. Warranty and/or guarantee: 120 da soon labor and one year parts from - sElppate. State any variances to specifications (use separate sheet if necessary): None Delivery:35 calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami F.R.I.S. 225 NW 2nd Street, 5th Floor ` L 33128 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, ,and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: PUBLIC CORPORATION Arthur P . Sundry Ronald J. Greenwell Don ald Holt Please use the back of this page if more space is necessary Same of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City of Miami. and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. N/A BIDDER: Signature: company name Print Name Indicate if Minority Business: Date: mncH C 1 Black C ] Hispanic C ] women FAILURE TO COMPLETE, SIGN, AND RETURN 'PHIS FORM MAY DISQUALIFY THIS -- E 5 DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: TABULATION: FUNDS: AWARD Of BID Bid No. 89-90-089 Control. Stations and Mobile Radios Fire, Rescue and Inspection Services Single Purchase The control stations will be used to provide for communications with hospitals and to alert same in incidents involving mass casualty and trauma patients. The mobile radios will be installed in Fire Department apparatus to provide both data and trunking. 22 1 Motorola Inc. $77,420.00 1969-90 Operating Budget Account Code No. 280401-840 ($9000.00) Fire Bond Project No. 313237 Acc. No. 289401-840 ($68,420.00) . l'TKORITY PARTICIPATION: Invitations to bid were sent to four (4) Black, six (6) Ilispanic and three (3) woman -owned firms engaged in the communications equipment business as located in the following source: 1. New Vendors Applications on file in the Procurement Office. 2. City of Miami Minority Office Register. 3. Previous Bid on File in the Procurement Office. 4. Yellow Pages Telephone Directory. No minority response received. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman Non -Minority New Bidders Black American Hispanic American Woman Non -Minority Courtesy Notifications "No Bids" Late Bids Totals Following is an Invitations to Bid: Number of Bid Invitations Mailed 0 1 0 2 4 5 3 7 17 39 analysis of the Number of Responses 0 0 0 1 A 3 0 4 Page I of 2 jj E E Reasons for "No Bid" were as follows: 1. Beam Radio Inc. - "Can not meet specifications". 2. Caribbean Radio - "No bid". 3. Hobb-Sierra - "No bid". RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO MOTOROLA, INC. AT THE PROPOSED AMOUNT NOT TO EXCEED $77,420.00. Procurement Supervisor : r -r ,5�.r7 Dqee 90- 409 Page 2 of 2