Loading...
HomeMy WebLinkAboutR-79-0644Ir RESOLUTION 9 6 4 4 A RESOLUTION ACCEPTING THE BID OF RACAL-MILGO INFORMATION SYSTEMS, INC. FOR FURNISHING 24 FIRE SYSTEM MODEMS FOR THE DEPARTMENT OF FIRE: AT A TOTAL COST OF $24,066.00; ALLOCATING FUNDS FROM THE 1976 FIRE FIGHTING, FIRE PREVENTION, AND RESCUE FACILITIES BOND FUND AUTHORIZING THE CITY MANAGER AND THE PURCHASING AGENT TO ISSUE THE. PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, 24, 1979 for Fire; and pursuant to public notice, sealed bids were received August the furnishing of 24 Fire System Modems for the Department of WHEREAS, invitations were mailed to 10 potential suppliers and 5 bids were received; and WHEREAS, funds for this purchase are available in the 1976 Fire Fighing, Fire Prevention, and Rescue Facilities Bond Fund; and • WHEREAS, purpose of the Computer Aided Dispatch System; and WHEREAS, the City Manager and the Departmentof Fire recommend that transmitting messages and this equipment will be used by the Department of Fire for the responses to inquiries as a part of the bid received from Racal-Milgo Information Systems, Inc the most advantageous bid to the City; NOW, THEREFORE, BE IT RE FLORIDA::, ection 1. The August Inc. for furnishing 24 Fire total cost of $24,066.00 is be accepted as SOLVED . THE COMMISSION OF CITY OF ITEM NO. - 4 1979 bid of Racal-Milgo Information Systems, System Modems for the Department of Fire at a hereby. accepted with funds hereby allocated from BY the 1976 Fire Fighting,'' Fire Prevention,. and. Rescue ection,2.. Purchasing Agent PASSED AND ADOPTED ES /1 Facilities Bond„Fund. That the City: Manager is hereby authorized to instruct. the to issue the Purchase Order for this equipment. this 27th day of September 1979. RALPH ONGIE, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK ASSISTANT CITY ATTORNEY Maurice A. Ferre MAYOR OVED AS TO FORM AND N CORRFITFcc• CITY COMMISSION MEETING OF SEP79- 644 GEO'�GE F CI AV f'KNOX, JR. ORNEY d7 TO: ru0ra: Mr. Joseph R. Grassie City Manager A. L. Mullins Purchasing Agent ?;!T'i' OF MIAMI, FLORIDA 6u 7J E'Ct: September 18, 1979 Recommendation for Resolution and Award of Bid: Fire System Modems Bid No. 78-79-118 _NcLc:,unEs: Bid Award, Resolution, Tabulation Pursuant to public notice, sealed bids were received August 241979 for furnishing 24 FireSystem"Modems for the Fire'Department. Invitations were mailed to 10 potential suppliers and per the attached tabulation. Funds for this purchase are,available and Rescue Facilities Bond Fund. 5 bids were received 'a n the 1976 Fire Fighting, Fire Prevention, • The modems are to be used for transmission of message traffic. and" responses to inquiries as a part of the Fire Department Computer;' Aided Dispatch' System.' L. It is recommended that the award -be :made>and a resolution be'passed accepting the most advantageous bid as received from'Racal -Milgo Information"' Systems,"-; Inc. for furnishing 24 Fire System Modes at a:total cost of :$24,066.00. The Department of Fire concurs with this recommendation. :'SUPPORTIVE DOCUMENTS. FOLLOW„ 9-644 r August;30, 1979 Racal 11ilgo also offered an on-line data communications test and diagnostic system to supplement the fire data communication system. This test system would reduce down time by pinpointing telephone line problems, modem problems, and/or power failures at remote sites. This system would practically eliminate finger pointing between computers, telephones, and modems. The price of this system is $22,342. It is recommended that the City of Miami purchase this diagnostic test system. If funds are not immediately available, plans should be made to purchase this system at a later date or on a lease purchase plan offered by Milgo. The above analysis and recommendations have been coordinated with the Fire agreement with the above recommendations. Department. The Fire Department is in Wig S:vm cc: Humberto'Cortina,'Assistant City Manager Chief H. W. Brice, Director of Fire George-F. Knox, City -Attorney I,79- 644 ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: AWARD OF BID Bid No. 78-79-118 Support Equipment for Fire Computer Aided Dispatch POTENTIAL BIDDERS 10, BIDS RECEIVED: TABULATION`: FUNDS: CERTIFIED AS To AVAILABILITY BID EVALUATION: 1976 Fire Fighting, Fire Facilities Bond Fund OF FUNDS/SOURCE 1/e21 Lam. iiZit L ' Department of Finance' The apparent low bid of Racal-Vadic does not meet the specifications. Their proposal was based on:"point- to-point"modems which would require 12 or more telephone lines as compared to 5 as specified. Their bid also did not include installation, checkout, and maintenance, in accordance with the specifications. The bid of Racal-Milgo is the lowest bid which meets a the specifications for the Modems, installation, and. maintenance. RECOMNEENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE INFORMATION SYSTEMS, INC TO . RACAL-MILGO • City R•c•..dd by •M C. TABULATION 1Bit,7 Manatee, City Clark Z. G.i C- hr OF BIDS FOR 0 ©-7� -I//�ip� 7 06 qic>x- ,y of Miami, Florida trek P. M. �-ys c �✓� ivJo�C� S CD �• .1C!% ! 7 1 y- ..•,..., Rill-CAL-Vi-D1C Ot-Chi--M1s..Co EA. D•S. CDc- Pr 'PE/JR!tr a.eid•. L.cens•d S Insurid as`Pir C.?y,Cod. S.Merro Ord. S.d Scowl Mno..nt I r•egul or.t.ef ! ?OM1 • DESCRIPTION No. Un.1 Pr.c• Total Unit P..c• i Total Unit Pr.c• Totd Una • Tata Price Unit { I Total Price Unit Tetof Price /• D /inODE/lC — - _ _ i - ._ _. _ — _ ( /• 1 I S4vo 4t-exile: (i'CiUcrt) WSoAi4 /o,Boo tome ls,44-1- 5& X18 /4.$a 14'ASX+44 '14146.7 ,347,c 32,948 /• Z ' AE4.)T2.�t 5/7"E /(ifaDc-sHS' 17SX1L# # 20o jfiG . !o i 4,/►& 4 & 3,37D iN�a;•,t•CGve. ..atL i_.a3../e 1.3 i Fixr D r 4141 P/NCst/ / '1S .(i 4iSSa 73a.c 1 733- 7S5 x ! 7rO '.WC/r•.a0,et: ,.sec, .4s4"Z 2. d i /sil S T•�}�-�-"Cr, ps✓ — — i gS1� �� ; doe} v e3tX�..�- S�v cf8 AAlf , s/SL /)7 x1' i gore, Cam • ( O i riE.c/ 2-4/5 tAl t. /---'0/�,,i,,14- ;, M Gaul ,1T,c ( 2.1 j a 3DA f 93 0 • iFv t3 - 'FoG� f3•yr z,_ EA NCBZ / r f-. No ci) re 4,s%Ali kris() _180x?4 _LL,12.0 XtG/tzu; o--igzi Gera«' /t1,4, //d .4-t. Act,o s, c kg;' O //7 tfar, /ic '3/ .j.96 Pa7,298 L is-, 4.S7) I iLII_cC b 75; // D f'3/„ 2y6. 7. 29f!` s r. � L j e-s-r C%Qu1) oPi/oit!-r - Ate Ckorc t' C79sv i 19.. a - — i .v 4. / I `.fit /�. _ Gf- LAG' �7d�Ir b—gcoQPz-bue .0NLyJ F Aid alz) No aet) _4. 1. ; M6 & ,ti (d. fiere.. cis-') - r1x xv rt i4, 24-9 /• 3 I %C S L e Q/ /f) /leis i,9444 %/d/V 3 ac /: 30 a _ i 1.a 14/4-i,J?,t/a't1C'C / y/2- ,270re l 1 270 ` 7/ 9 1-Wry I i4r; /, Tcsr t I e. 'lvF ATCte314S � L 13•b Al t7T !pgCf %�:S 7. 6:� Qoa tP. I�eC e+o'J a►ftanTS� �� MECi 5Pc�5. He t r'�S—'S!� Ga, OISTR:SUTION: r IRREGULARiT!ES �EGE'4C zbe1 J r "tzars d�S• 7 SPG . IT IS RECOMMENCED /1t.:1.• aiT E' leis .t./tVE .lcrreAa• THAT « �!. SUIT'• A - No Poser- of. Anat�q B - Pie 4lfi:a.•t as to Capitol S_S:talus of Bond,nZ Company C - Coe rgal ed Eeon nons 0 _ Proposal Unsigned Or inptape•-!y S•ynett at !Va Carparat• 5.e1 E - G - love*, 9.4 send H — Ce••act•d Bid f- Q, 4=7(.......„..., i >40, ,e_. _ 1 tri OR i f SJ t k s D � It /{ !"-f��j. �-� U 1�.¢C/;tL-/Y,IiL6o MEc�`� �'-- 5�� S VA; �ldOt it i ..`i E! ii 3 S 0.✓40 % 6S % -(/Pin4-N%. RGCa c-ai 4-"V'1+Q+0 fruLLaiii?y pP M/l £M C.•te .Z.'-! T ?o de4tC4= _ /ti/L at Dei ICI 07 . r'9 7 s i dE*fc/ P. opfkf_.J 4" f7 Y'- T7A 4 btsc-- : t is /ell CI Gvsr-N-C-4T/o+•► of 0.1KZ,77P4.E AlosV S (pxa5=f3o /.c/sy. =gst ./7 - . /PA f_` AP :. cle . CLOSURE (1) _ T'... ice - ._ '_jGK. tttfts, IC4*- 1r► Joseph R. Grassie City Manager • //I/ 4,1 ,R0, William N. Smith, Director' Computers & Communications , •, ,. ;r< August 30, .1979 Fire System'ModemBIAS :r?_aeNccs: (LE: Requests for bids on the Fire System Modems were mailed to potential vendors, approximately- eight vendors, August 13, 1979.. Bids were due August 24,,1979.' A total of five bids were received from the following vendors: 1. Racal Vadic 2. Racal Milgo Universal Data Systems CODEX 5 Penril 3. 4. $ 15,450 24,066 (UDS)` 25,110 31,296 38,298 According to the specifications, the above prices should include: shipping, one-year warranty, one-year maintenance after warranty, installation, and telephone line characterization. RACAL VADIC, the low bidder, did not adhere to specifications. Vadic proposed point-to-point modems (no multidrop) which would require a total of 12 or more telephone lines instead of five as specified. The Vadic bid did not include installation, checkout, and maintenance. Modem technical specifications written by the City were ignored by Vadic. CODEX and PENRIL, the two high bidders, wereeliminated because of price. Penril did not offer a test equipment option. Codex and Penril modems comply with City of Miami specifications. The bids received from RACAL MILGO and UNIVERSAL DATA SYSTEMS (UDS) offered by Southern Data Associates were compared. Racal Milgo's proposal complies with, City specifications. The UDS bid meets the intent of the specifications. UDS's bid is for installation only with delivery scheduled to begin 45 days ARO. De- livery from Milgo is scheduled to begin seven (7) days ARO for the central site modems and 21 days for remote modems. UDS maintenance is $4,320 peryear versus Racal Milgo maintenance at $1,560 per year. It is recommended that the City of Miami enter into a contract with RACAL MILGO. This recommendation is based upon total system price, delivery schedule, install- ation, telephone line characterization, and long term maintenance cost. Racal Milgo is a local company with a local maintenance and service facility. The value of the contract will be $24,066 formodems, installation, test, and main- tenance for one year.