Loading...
HomeMy WebLinkAboutR-87-0992f d t J-87-994 11/16/87 RESOLUTION NO. 8 7-992 A RESOLUTION ACCEPTING THE BID OF DINET, INC. FOR FURNISHING EIGHT (8) CALL CHECK RECORDERS FOR THE 911 EMERGENCY SYSTEM TO THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED COST OF $13,440.00; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT CAPITAL IMPROVEMENT PROJECT #312010 INDEX CODE #299401-840, AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT; FURTHER APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REJECT A PROTEST RECEIVED IN CONNECTION WITH SAID PROJECT. WHEREAS, pursuant to public notice, sealed bids were received September 21, 1987 for furnishing eight (8) Call Check Recorders for the 911 Emergency System to the Department of Police; and WHEREAS, invitations were mailed to twenty five (25) potential suppliers and four (4) bids were received; and WHEREAS, funds for this purchase will be available from the Police Department Capital Improvement Project No. 312010 Index Code No. 299401-840; and WHEREAS, this equipment will be used by the Department of Police for the purpose of replacing existing recorders which are over 10 years old, obsolete and malfunctioning; and WHEREAS, the City Manager and the Director of the Department of Police recommend that the bid received from Dinet, Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The September 21, 1987 bid of Dinet, Inc. for furnishing Eight (8) Call Check Recorders for the 911 Emergency System to the Department of Police at a total proposed cost of $13,440.00 is hereby accepted at the price stated therein; further, the Chief Procurement Officer's decision rejecting a bid award protest in connection with this project is hereby approved. i CITY COMMISSION. MEETING OF NOV 19 1981 IN NA 87--992, MARKS: 0* 4 Section 2. The amount of $13,440.00 is hereby allocated from the Police Department Capital Improvement Project #312010, Index Code No. 299401-840; Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this equipment. PASSED AND ADOPTED this 1_ 9th day of November 1987. ATTE MAT Y HIRAI, CITY CLERK PREPARED AND APPROVED BY: �i ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: . DOUGHERTY CITY -2- 8 7-992 RID SEC Rn orders K� Eight Call 38 U R IT'S - OAtt 61DI RECEIve L & - 30pm ME OF SECtfRITY �IOOtR TOM 41 Racom, Inc. $18,720.00 Dinet $13,440.00 Spilsbury Communications, L d $15,960.00 Granite Telcom Corp $15,800.00 NO BID: Tracor WestroniCs MFE Instruments Corporation Mtero Public Safety Distrib tors Monroe ElectroTics, Inc. Fairchild Weston Brooke Distributors, Inc. Beam Radco Inc. Accurate Souna corporation RECEI on behalf of PURCHASING DIV./PUBLIC WORKS envelopes. SIGN D• DATE: 41e6e1.ei !6e a&t.r 8Itrvlbod Oocks Kley ei 1�s 4R •Ctow"Ttwc Ot1r1:gM LEGAL ADVERTI S>~ t-1UNT RID NO. 86--87-13 i DECEIVED 1901 SEP 1 Phi 3 01 MATTY HIRAI CITY CLERK CITY OF MIAMI, FLA. Sealed bids will be received by the City of mi ti-ii City Clerk at: her office located at 500 Pan Ailerican Drive Miami, Florida, 33133 not later than :30 p.m. September 21 for furnishing Fight (8) Call Check or - lr 911 Emerctency System for the Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be doemed not responsive and will be rejected. Ordinance No. 10062 established a goal of 'warding 51. of the City's total dollar volume of all expenditure-, for All Goods and Services to Black, Iiispanic and U,amk!II "Ij nority 13usiness Enterprises on an equal basis. Minority and women vendors who are intkareSt(�(i in submitting bids and who are not registered with the City as i-ai.nority or women vendors are .advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-63n0. Detailed specifications for t1he bids are available upon request at the City Procurement Office. The City Manager may reject all. bids and redvertise. (Ad No. 4530) Cesar H. Odio ' City Manager 7: REQUISITION FOR ADVERTISEMENT i DIrPT/DIV. I'xccttr..i;• ; , ;r i i. �.._i ACCOUNT CODE DATE ie ' + PHONE APPROVED BY: PREPARED BY J This number must appear in the advertisement. DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement ' times. (number of times) Type of advertisement: legal classified display (Check One) Size: First four words of advertisement: Starting date Remarks: DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 It�kJ A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE NEMM TRANS VOUCHER YDUE DATE DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 IM.34 39 42 45 50 51 56 57 62.63 65.66 71 0 112 1.4 1 V P1210121 1 2 314 7 8 V P 12 314 15 DESCRIPTION 36 64DISCOUNT 6 72 AMOUNT 80 5 210101210 1 Pink Copy. ;aria — Purchasini, Yellow Copy: Silvia Mendoza — City Clerk':: White — Purchasing Yellow - Finance Pink — Department Approved for Payment t CERTIFICATE STATE OF FLORIDA ) COUNTY OF DADE ) CITY OF MIAMI ) I. NATTY HIRAI, City Clerk of the City of Miami, Florida, and keeper of the official records thereof, hereby certify as follows: 1) THAT the City Clerk is entrusted with the responsibility of opening all City bids on the day and time stipulated on each individual bid; 2) THAT as of this date, February 10, 1988, at 2:00 p.m., no bids have been received by this office in connection with the City's invitation to bid for sale of the property located at 501 Brickell Avenue, Miami, Florida, constituting 2.5 acres of City -owned land. IN WITNESS WHEREOF, I hereunto set my hand and impress the Official Seal of the City of Miami, Florida, this loth day of February, 1988. Matty Hirai City Clerk Miami, Florida (Official Seal) By: ssistant City Clerk CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM TO DATE FILE: Honorabl Mayor and Members November 16, 1987 of the y Commission SUBJECT November 19th reconvening of City Commission Meeting T� (11/12/87) FROM is A . DO betty REFERENCES: ity Attorn y Agenda Item8 ENCLOSURES: (2) As indicated in my November 13th memorandum to you, I am forwarding herewith a memorandum from the Chief Procurement Officer, dated. today, rejecting a written protest received in connection with the contract award for procuring eight (8) call back recorders for the City's 911 Emergency System. Both the City Manager and I recommend your adoption of the attached resolution which should be substituted in your Agenda Packet for Thursday's reconvened Meeting of November 12th. LAD/RFC/bss/P468 co: Cesar H. Odio, City Manager Natty Hirai, City Clerk Clarence Dickson, Police Chief Ron E. Williams, Director, General Services Administration Art Mullins, Chief Procurement Officer LU > w .c. LiJ r-- m-... 87~99z CITY OF MIAM1, FLORIDA INTER -OFFICE MEMORANDUM To. Honorable Mayor and Members of DAtE November 16, 1987 FILE• the City Commission SUBJECT Resolution of Bid Protest 1 Relative to the Purchase of Call Check Recordersfor FROM PFFFREN�Lsthe Department of Police ?AMullins ENCI_oSURF Four (4) Procurement Officer I have, in my capacity as Chief Procurement Officer for the City of Miami, reviewed the bid protest letter submitted by Granite- Telcom Corporation. Pursuant to my duties as prescribed by Chapter 18 of the City Code, as well other applicable laws, rules and regulations, I am resolving the bid protest in the following manner, and am making the recommendation set forth below to the City Manager and the City Attorney, who, in turn, will transmit my decision to you for your ultimate review and approval. Specifications in the request for bids on the Call Check Recorders were as follows: Item 1. Call Check Recorders for Police Department Emergency 911 System as or equal to Granite-Telcom Model #VIP1000 Quantity: Eight 87F 1. Must be a one piece self contained unit. No external boxes or units. 2. Capable of Standard Rack Mounting (19") 3. 115VAC 4. Eight (8) minutes minimum memory 5. Capability to expand memory by adding Boards. 6. One (1) year warranty -Parts & Labor. The bidder who filed the protest listed the following additional specifications not called for in the bid, but included in their Granite-Telcom unit Model #VIP-1000: 87-9926 —1 —i i =i 8 `-992 Honorable Mayor and Members -2- of the City Commission 1. Play back at slow speed. 2. Play back at fast speed. November 16, 1987 3. Save multiple messages in permanent memory location. 4. Put temporary tags on key phrases anywhere in the message. 5. Call counter for statistical analysis. 6. Display memory time in two memory locations. 7. Display call counts in two memory locations. Four bids were received, and all meet or exceed the specifications. The Special Conditions portion of the request for bids states: "The City shall be the sole judge in the determination of equals." The Department of Police stated in their evaluation of the bids, that the lowest bid from Dinet, Inc. meets the specifications. City Code Sec. 18-52.1 entitled Competitive Sealed Bidding states in part "the award will be made to the lowest responsible and responsive bidder principally on the basis of price". The bid of Granite-Telcom Corporation does meet and exceeds the specifications. However, their bid is not the lowest bid meeting the specifications. Accordingly, the bid protest of Granite- Telcom Corporation is hereby rejected. APPROVED AN RECOMMENDED: a�4�� f Cesar H. Odio City Manager ALM/yP APPROVED Lucia A. Doug rty City Attorney L� 87-.g!)Z 4 CITY OF MIAMI• FLORIDA INTER -OFFICE MEMORANDUM TO A. L . Mullins DATE: November 6, 1987 FILE Chief Procurement Officer SUBJECT Bid No. 86-87-138 Call Check �A, Recorders Protest FROM Georg T. de Og rn, Jr. REFERENCES, Business Manager Business Management Section ENCLOSURES. In response to the formal protest made by Crnnite Telcom Corporation, reference bid #86-87-138 Call Check Recorders, the Police Department is recommending the award of bid remain with Dinet the lowest bidder. Attached please find a copy of the response from Sergeant English who evaluated the Call Check Recorder bid. If you have any questions or need more information, please contact Sandra Latey at extension 3343• GTDO:sl RECEIVED (TI'll ()F AHAW Nov 6 1987 GENERAL SERVICES ADMINISTRA110N PROCUREIIENi NANACEVENt DIVISION 87-9u 2 4 i • • CII --0%704 f= TO INTER -OFFICE MEMORANDUM Lt. Colonel Michael A. Mazur fE Executive Assistant to the Chief of Police SUBJECT. Sgt. Wayne English FROM, Operations Detail Supervisor Communications Unit REFERENCES ENCLOSURES 26 October 1987 ME FIN 16 Call Check Recorders B i d NOV 0 1981 : 1 , lip. 1\ a• The original request for the purchase of Call Check Recorders cited the Granite-Telcom Unit on the basis of having provided the least expensive cost estimate for fihe units evaluated. Botn Dinet and Granite-Telcom had previously furnished test units for evaluation. Both were found satisfactory and met our needs. The specifications for Call Check Recorders furnished to the Purchasing Department were: 1. Must be a one piece self contained unit. No external boxes or units. 2. Capable of standard RacK mounting (19"). 3. 115 VAC. 4. Eight (8) minutes minimum memory. 5. Capability to expand memory by adding Boards. 6. One (1) year warranty - Parts & Labors. The basic purpose of a Call Check Recorder is to provide this capability to instantly replay the call just handled. troth companies units meet these specifications and provide this G 1 it r .: accessories that are not mandatory to fulfill our needs. In view of the substantial price difference, between the two units, 1 do not feel that the added features of the Granite-.Telcom Unit justify the higher cost in our application. WE:wp RECE-iVLD OCT ul�ti(' AS' I iANT ADMII-4ISTRATION DIV. 87-992 t _I -f 87. 1 f^- Granite Telcom Corporation October 20, 1987 City of Miami Purchasing Dept. Art Mullins Procurement Management Division P.O. Box 330708 Miami, F1 33233-0708 Dear Mr. Mullins, At this time I wish to file a formal protest in regards to bid # 86-87- 138. I do not understand how Dinet could be awarded the bid. Let me call your attention to the description as it appears on the bid sheet. The description reads as follows: Call check Recorders for the Police Department 911 Emergency Telephone system as or equal to Granite Telcom Units model #VIP-1000. AS OR EQUAL TO GRANITE TELCOM UNITS MODEL #VIP- 10001 The Dinet unit is merely a simple message repeater. The VIP-1000 has the same basic functions but has advanced message processing capabilities. The following list of features will clearly demonstrate that the Dinet unit is not even close to being equal to the Granite Telcom VIP-1000. The list represents features the VIP-1000 has that the Dinet unit does not. 1. Play back at slow speed 2. Play back at fast speed 3. Save multiple messages in permanant memory location 4. Put temporary tags on key phrases anywhere in the message 5. Call counter for statistical analysis 6. Display memory time in two memory locations 7. Display call counts in two memory locations 8. VIP-1000 is FCC part 15 approved - Dinet is not. Sgt. English at the Miami Police Department had a VIP-1000 installed as a demonstration unit. He was very pleased with the unit. That is why the specs said VIP-1000 or equal to. Since the Dinet unit is clearly not equal to the VIP-1000, I expect the award to be made to Granite Telcom. Sincerely, % Bradford H. Gross Sales Manager BHG/ggg Enc. f-:CLvjV OCT 21 inn GENERAL ;Emcfs ;.�; ..., PJtOCURE�fENi 1{; �.i&[gINi 669 E. Industrial Park Dr., Manchester, NH 03103 (603) 644-5500 87— 95:4 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM. TO. The Honorable Mayor and Members DATE: of the City Commission .,� SUBJECT: FROM: Cesar H. O d l o ` REFERENCES: City Manager ENCLOSURES: RECOMMENDATION: N O V 4 1987 0"LE: Recommendation for Resolution d Award of Bid No. 86-87-138 Call Check Recorders/911 System It is respectfully recommended that an award be made and a resolution- be passed accepting the bid as received from Dinet, Incorporated for furnishing and purchasing eight (8) Call Check Recorders for the Police Department's 911 Emergency System for a total proposed cost of $13,440. BACKGROUND: The Police Department has analyzed the bids received on September 21, 1987, for furnishing and purchasing eight (8) Call Check Recorders for the 911 Emergency System. The Department has found the Dinet, Incorporated bid to be the lowest responsive bid. On September 3,1987, invitations for sealed bids for furnishing and purchasing eight (8) Call Check Recorders were sent to prospective vendors. Bids were opened on September 21,1987, with four (4) vendors submitting bids and eight responding with a "No Bid". The Department of Police will utilize these recorders to allow a 911 Operator to instantly replay an incoming call quickly gaining additional information should the caller hang up or become - hysterical. The Department's existing recorders are over ten years old, obsolete and malfunctioning. Ms. Adrienne MacBeth was contacted reference to Minority Participation and she concurs with the department's recommendation. It is, therefore, recommended that the award of bid be made to Dinet, Incorporated. The department's specifications have been met and the funding source will be the Police Department Capital Improvement Bond Fund, Project Number 312010. 0 A 5 g -r �1 The Honorable Mayor and Members of the City Commission Page 2 Amount of Bid $13,440.00 Cost estimate/Budgeted Amount: $'3,440.00 FY'87-88 Source of Funds: Police Capital Improvement Bond Fund Minority Representation: Non -Minority Vendor Public-Hearings/Notices N/A Assessable Project: N/A CHO:sl Bid No. 86-87-138 % of Cost Estimate: 1 00% 9 8 7-992 i fi • CITY OF MiAMI, FLORIDA INTER -OFFICE MEMORANDUM TO. FROM: nrT 0 IQa7 GATE; 'J I FILE: A. L. Mullins Chief Procurement Officer, SUBJECT: Clarence D i c k s o n REFERENCES: Chief of Police ENCLOSURES: Bid#86-87-138, Approval This department has verified available funding with the Departments of Finance and Management & Budget that funds are available to cover the cost of the subject bid in the amount of $13,440, Police Department Capital Improvement, Project Number 312010, Index Code 299401-840. FINANCE REVIEW & APPROVED BY: Al Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: IMpinohar Surana; Director Department of Management and Budget ADDITIONAL APPROVAL (IF REQUIRED) u *r ,0"64- " Rodriguez, Directoit. r�lanning Department Frank Castaneda, Director Community Development (This fors properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) RECEIVED (" I t' k)r %1I;kM1 OCT 61987 GENERAL SERVICES AIMINISIRATION PMENENT RANUIVENT DIVISION 8 7-992 3 T AWARD OF BID I ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: TABULAT ION : FUNDS: Bid No. 86-87-138 Call Check Recorders for the 911 Emergency System Police Single Purchase To replace existing recorders which are over ten (10) years old, obsolete and malfunctioning. 25 4 Attached Police Department Capital Improvement Project No. 312010-840 MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to two 2 black and seven (7) hispanic firms engaged in the tape recorders business as located in the following sources: 1. New Vendors Applications 2. Dade County Minority Register 3. Yellow Pages Telephone Directory No Minority response was received. BID EVALUATION: All bids meet the specifications. Following is an analysis of the Invitations to Bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders Black American 0 0 Hispanic American 0 0 Woman Owned 0 0 Non -Minority 0 0 New Bidders Black American 2 0 Hispanic American 7 0 Woman Owned 0 0 Non -Minority 16 • 4 Courtesy Notifications 15 - "No Bids" - 8 Late Bids - Totals 40 12 Page 1 of 2 y soy. -ark a. K7 Reasons for "No Bid" were as follows: 1. Tracor Westronics - "No Bid" 2. MFE Instrument Corp. "Our product does not meet all your specifications." 3. Metro Public Safety Distributors - "We do not handle this product." 4. Monroe Electronics, Lnc. - "Unit not of our manufacture." 5. Fairchild, Weston - "Do not manufacture this type of equipment." 6. Brooke Distributors, Inc. - "We do not carry this product." 7. Beam Radco, Inc. - "We cannot rovide this equipment." 8. Accurate Sound Corp. - "Do not build this type of equipment." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO DINET, INC. FOR A TOTAL PROPOSED AMOUNT OF $13,440.00. Chief Procurement Officer Dat e The Minority & Women Business Administrator concurs with the above recommendation. Minority & Women Business Administrator Dat e Page 2 of 2 87--997 4i.._ cNi-. /-G���'/:��j /Ni..'/cc/c{:. �:%/! !�nii_:�'�''-✓``% yYiT%r�l City Manager, City Clerk A. M. R.cei.ed fly the City Commission, City Clark, City of Miami, Florida at P. M. �'ir✓.r7 -c Bidder Ltzensed i Insured as Per City Cede S Marto Ord. nepuleritias Unit Unit Unit Unit Unit Total Total Item Total Price Total pr,ce Total PriceNa. '�y PricePrice c�ytL ;;DESCRIPTION /t/cani:G2 /F'-7z97 is�a� /� s'o l 3Hvo 1 . IRREGU ARiTIES LEGEND. A No Permit- of- Attorney B He Allidavit et to Capital s surplus of Bonding Company a� C - Corrected Eennsrons ID _ Proposal Unsigned or improperly Signed at No Corporate SIGI 1E F-� • G Itpnpor.$id lend It .. Corrected Bid 7� Preo Brt — .. IT IS RECOMMENDED THAT -- Unit ' Total DISTRIBUTION; ------------- B10 11MbN