HomeMy WebLinkAboutR-85-1200J-85-1188
It
10
RESOLUTION NO.
SLtk' 1zo()
A RESOLUTION ACCEPTING THE BID OF CUSHMAN
ELECTRONICS FOR FURNISHING ONE (1)
LEVELMETER TO THE DEPARTMENT OF BUILDING
AND VEHICLE MAINTENANCE, COMMUNICIATION
SERVICES DIVISION AT A TOTAL PROPOSED LOST
OF $5,495.00; ALLOCATING FUNDS THEREFOR
FROM THE 1985-86 OPERATING BUDGET;
AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE ASSISTANT CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received August 15, 1985 for the furnishing of One (1) Selective
Levelmeter to the Department of Building and Vehicle Maintenance;
and
WHEREAS, invitations were mailed to 14 potential
suppliers and 2 bids were received; and
WHEREAS, funds for this purchase are available in the
1985-86 Operating Budget; and
WHEREAS, this equipment will be used by the Department
of Building and Vehicle Maintenance, Communication Services
Division as a piece of test equipment to maintain the City -Wide
800 MHz Communication System; and
WHEREAS, the City Manager and the Director of the
Department of. Building and Vehicle Maintenance recommend that the
bid received from Cushman Electronics, Inc. be accepted as the
lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED 3Y THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section I. The August 15, 1985 bid of Cushman
Electronics for furnishing One (1) Selective Levelmeter to the
Department of Building and Vehicle Maintenance, Communication
Services Division at a total proposed cost of $5,495.00 is hereby
accepted with funds therefor hereby allocated from the 1985-86
Operating Budget.
CITY COW-AISSION
MEETING OF
DEC 19 1985
BID SECURITY
ItEjy One Selective Levelmeter for Dept. of %k e,,bs bjtEwtb__....August 15, 1985 2:OOM
TYPE OF st=77
�IbbEb
TOTAL
I►rDtJ�'1
'� I �`
L�---
Radio Ccm wnication, Inc.
8511 N. W. 61 Street
Miami, Florida 33166
$5,789.75
Cushman Electronics,Inc.
1525 Atteberry Lane
San Jose , CA 95131
$5,495.00
NO B
Peacock I s Radio
Fleet Marine, Inc.
Lauderdale Electronic Labs
I c.
Rick Electronics
Calibron Instruments
�- -- �S'- )�g- 0 0
Rccefirw ikc sLswr 90w1bct checks fhts rsy of iLIM�.
•^* &PPS
LEGAL ADVERTISE.M} ,'NT
BID NO, 84-U— -106
r
Sealed bids
will b2 received 1-,y
tip, City rlanager and
City Clerk
of the City
of Miami, Ploritla not
later t}ia :00 P.M.
Augu
7'g8) for
furnishing one (1)
Selective Levelmeter
for the
Department
of Building and Vehicle Maintenance, Communication
Services.
ordinance ;Io. 977J establishfl1 1 ,I Aw;ii_ ling 50'i> of the
City's total dollar volume of all ��xl�r ,.t.it.ues, for All G-)uds and
Services to Black and }li sl anic •linority i,,:si ness IEiiterpr ises on
an basis.
'linority Vendors who arc interested in sul,;,i ttir.cl lids and who
are not registered with the City as minority vendors ,,re advised
to contact the City PurI,arasi.ny Of ficl-. li l > N.N. } }t , Street,
Room 126, Telephone 579-6380.
Detaile,l specifications for the lei<ls ,re ,vai.t.3ble 11pon request
,3t the City Purchasing Office.
Tile City Manager may reject all bids rind re.a,lvert ise.
(Ad No. 3274)
Sergio Pereira
City Nana,er
DEPT'DIV.
ACCOUNT CODE
DATE
PREPARED BY
Publish the attached advertisement
Type of advertisement: legal _
(Check One)
Size:
First four words of advertisement: _
nnji� v7 Col RUWW
REQUISITION FOR ADVERTISEMENT
r
PHONE
(number of timesi
classified display
Starting date
This number must appear
in the advertisement.
APPROVED BY:
DIRECTOR OF ISSUING DEPARTMENT
times.
Remarks: }
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-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
11
1
1 17
18 1 125134
39.42
45
50
51 56
57 62
63 65,66
71
0
1
2
411
V
P
I
1
1
12101212
8
7
1
2
3
4 718
V P 121314
15 DESCRIPTION
36
64DISCOUNT 69
72 AMOUNT 80
5
2
0
0
2
pill
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department
DEPT DIV.
ACCOUNT CODE
DATE_ -
PREPARED BY _
CW I-o ll U U MW
REQUISITION FOR ADVERTISEMENT
PHONE
This number must appear
in the advertisement.
APPROVED BY:
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of tiniesi
Type of advertisement: legal classified display
(Check One)
Size: — Starting date
First four words of advertisement: s
Remarks: ' ' '
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-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
11
13
17.18
1 125,34
39
42 45
50.51
56
57 62
63 65166
71
0
1
2
411
V
P
2
0
2
2
8
711
1
2
3
4 718
V P 121314
15 DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT 80
5
2
0
01210111
White - Purchasing Yellow - Finance
Approved for Payment
Pink - Department
1
AWARD OF BID
Bid IJo.84-85-106
ITEM. One (1) Selective Levelmeter
DEPARTMENT: Building and Vehicle t,aintenance
TYPE OF PURCHASE: Single Purchase
REASON: To be used by the Communications
Services Division as a piece of test
equipment to maintain the City -Wide
800MHz Communication System
POTENTIAL BIDDERS: 14
BIDS RECEIVED: 2
4
TABULATION: Attached
t
FUNDS: 1985-86 Operating Budget
MINORITY PARTICIPATION: Invitation to Bid was sent to one (1)
Hispanic firm engaged in the sale of Selective Levelmeter,
as located in this source:
1. Bidder application on file in Purchasing
No Black Vendors were listed. However, courtesy bids were sent
3
to ten (10) Minority Organizations.
No Hispanic response was received.
x
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
Non -Minority 0 0
New Bidders
Black American 0 0
_=
Hispanic American 1 0
Non -Minority 13 2
Courtesy Notifications 10 0
"No Bids" - 6
Late Bids - 0
Totals 24 8
f;.
Reasons for "No Bid" were as follows:
1. Peacock's Radio. "Unable to supply"
2. Fleet Marine.. Inc. "We are not handling this particular
equipment at this time."
3. Lauderdale Electronic Labs. "We do not handle this
particular piece of equipment."
4. Emico, Inc. "Do not Manufacture."
5. Rick Electronics. "This particular item not in the realm of
r
our exper.tise."
6. Calibron Instruments. We do not carry this type and range
u
levelmeter.
Page 1 of 2
85-1200
Y
RECOMMENDATION: IT IS RECOMME14DED THAT THE AWARD BE
MADE TO CUSHMAN ELECTRONICS, INC. AT A
TOTAL ESTIMATED AMOUNT OF $5,495.00.
, � �.l —,"'
�-:.c�e., -tea
Astistant Chief Procurement Officer
Date
The Minority Procurement Officer concurs with the aL•ove
recommendation.
Officer
Dater
Page 2 of 2
85--1200
TABULATION OF BIDS
COMMUNICATION SERVICES - SELECTIVE LEVELMETER
Vendor Cost Remarks
Radio Communications Inc.
8511 N. W. 61 Street
Miami, Florida 33166 $5,789.75 Meets Specifications.
Cushman Electronics Inc.
1525 Atteberry Lane
San Jose, California 95131 $5,495.00 Meets Specifications.
Recommended for bid award.
.QD
�n
on
i
CR
i�U
Fr
O �
N
O
O
O
AW I
2
I
,3
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO. The Honorable Mayor and
Members of the City Commission
FRoM: Cesar H. Odio
City Manager
DATE DEC 12 1985 FILE.
15
SUBJECT Request to Award Bid to
Purchase One Selective
Levelmeter. Bid #84-85-106
REFERENCES
Communication Services Div.
ENCLOSURES:
i
IT IS RECOLS:Et:DED THAT A RESOLUTION
BE PASSED ACCEPTING THE RESPONSIBLE BID
FROM CUSHMAN ELECTRONICS, INC., FOR THE
PURCHASE OF ONE SELECTIVE LEVELMETER -
MODEL CE-24A FOR THE USE BY THE COMMUNICA-
TION SERVICES DIVISION TO SUPPORT MAINTEN-
ANCE ACTIVITIES OF THE CITY-WIDE 800 MHz
COMMUNICATIONS SYSTEM, AT A TOTAL COST OF
$5,495.00.
Pursuant to the issuance of Bid #84-85-106, two bids
were received for providing one (1) each Selective
Levelmeter for the Communication Services Division of
the Building and Vehicle Maintenance Department. These
two (2) bids were carefully analyzed by this department
and it is determined that the low bid of Cushman Elec-
tronics, Inc., a non -minority firm, has submitted the
lowest responsible and responsive bid.
The Communication Services Division of the Building and
Vehicle Maintenance Department provides maintenance
for all of the City's communications equipment. The
test equipment to be purchased will be used to support
maintenance activities on the City-wide 800 MHz com-
munications system.
Funds are available for this award in the Building and
Vehicle Maintenance Department's fiscal year 1985-86
Budget.
ski y120o