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