HomeMy WebLinkAboutcommunications planEmergency
Medical Services
Communications
Plan
*
Volume 1
Third Edition
to at least a 5-mile radius of its facility on the LMC UHF channel approved or assigned by the STO for that
hospital on a geographic allotment basis, and/or for that area on a real-time allocation basis.
5.6.2 Proprietary Local Medical Coordination (800 MHz Trunked Radio Systems)
EMS communications systems may migrate to specialized radio "trunked" systems that will shift LMC
communications to a proprietary radio infrastructure. Radio systems that employ this technology will meet
those agencies re uirements for LMC communications that provide EMS field personnel with a
communications syltem that permits the exchange of vital information between EMS, emergency departments
and/or medical directors. In that these systems are proprietary in nature they will not meet the requirements
specified within this Plan under Chapter 395, F.S., for hospital emergency departments.
5,7 Radios in Permitted Vehicles
5.7.1 Permitted Transport Vehicles
Every permitted transport vehicle shall be equipped with an UHF radio that will provide access to each LMC,
CMC and SMC channel necessary to enable reliable communications with each hospital emergency
department in the county or larger area in which it primarily operates, and others with whom it can be
expected to communicate under normal situations.
5.7.2 Permitted Non -Transport Vehicles
The requirement of the EMS Communications Plan is that every permitted vehicle shall have the capability
for two-way radio communications with a higher level of medical care. Specifically, this capability shall exist
for radio communications should the firefighter/paramedic need to deviate from established medical protocols
and/or request additional medical assistance from the medical director and/or hospital. If an EMS agency has
established medical control via an 800 MHz "Public Safety" radio system, per Section 5.6.2, within their
organization then, per the Plan, that agency has met the requirements for "Medical Control" and accordingly
not required to establish a MED-8, UHF, radio in the permitted non -transport fire engines.
In an effort to clarify any misunderstandings regarding this issue the UHF radio, MED-8 requirements remain
mandatory in every EMS permitted transport vehicle regardless of that system's routine and/or day-to-day
primary medical communications, Medical Control. MED-8 has been established to maintain radio
communications with emergency departments and/or other EMS communications systems throughout the
state while transporting patients. The requirement of the Plan is to establish a common medical
communications system, channel, which will provide the EMT/paramedic the ability to communicate within a
county and/or municipality regardless of that agencies primary communications infrastructure.
5.8 Vehicle Dispatch and Response (VDR)
5.8.1 VDR Base Station Facilities
Every EMS vehicle dispatch facility shall have the capability to reliably communicate on each VDR channel
designated for that facility, and configured to enable continuous reception of all local mobile VDR
transmissions on each of those channels.
The local VDR channel shall be a different channel than the CMC channel(s) unless specifically allowed by
the STO, EMS Communications.
34
5.8.2 Radios in EMS Vehicles
Every permitted EMS and recognized First Responder& vehicle shall be equipped for reliable communications
on at least one local VDR channel, as well as the VDR channel(s) of each facility by which it is regularly
dispatched or to which it regularly responds. This can be accomplished by mobile with either front & rear
control heads, dash mount radio front or rear and/or portable radios.
5.8.3 Automatic Vehicle Location
Automatic Vehicle Location systems utilized in a System Status Management configuration, intended to
reduce EMS response times, shall include a statement attesting "the Polling/Update rate will not exceed the
capacity of the primary functions of the radio communications system." This statement is in addition to the
submittal requirements of Section 2.6.2 of this Plan. The AVL system shall demonstrate location accuracy
100 meters and comply with the minimum mobile radio requirements of Section 6.3.
5.9 Medical Resource Coordination (MRC)
Every hospital emergency department and dispatch center, communicating with permitted EMS and
recognized First Responder vehicles, shall be equipped with a control, base, or repeater station system
dedicated to MRC communications which is not dependent on leased wireline control. Dispatch centers shall
have MRC equipment configured to enable continuous, 24-hour reception of the MRC channel of that region
of the state.
5.10 Crew Alert Paging
A Crew Alert Paging system, where implemented to alert EMS personnel as a primary component of the EMS
VDR system, may be established on any channel consistent with FCC rules, except that crew alert paging
shall not be approved for LMC channels, CMC channels, SMC and/or MRC channels.
5.11 Telephone Interconnection
EMS voice and/or data communications to and from points not accessible by means of the two-way land
mobile radio communications system, and which require interconnection through the public switched
telephone network by EMS field personnel, may utilize the cellular telephone system for such
communications. The use of cellular telephones shall be supplementary to the other System Requirements of
this Plan. The use of telephone interconnections does not meet the requirements outlined in 5.6 Local
Medical Coordination.
5.12 Biomedical Telemetry
Providers whose medical director has established the requirement for transmission of biomedical telemetry
may utilize the cellular telephone system for such communications. The use of cellular telephones shall be
supplementary to the other System Requirements of this Plan.
5.13 Radio Frequency Control Stations
Radio frequency control stations, FCC Station Class FXI, shall not be approved for use on FCC designated
6 For First Responders - only if the "Memorandum of Understanding" between the EMS Provider and the First
Responder requires or implies two-way radio communications to occur between the EMS Provider and the First
Responder.
35
(M) MOTOROLA
CDM1550: The Sophisticated Radio
The top -tier CDM1550'" radio is fully equipped to handle
the advanced communication needs of organizations
requiring high levels of flexibility and functionality.
Motorola's unique X-Pand'" audio enhancement and
a powerful front -projecting speaker ensure clear,
crisp sound, even in noisy environments. The Large
14-character alphanumeric display with user-friendly
icons helps make information easy to understand.
An extensive range of signaling capabilities lets you
exchange text messages with your dispatcher to
minimize channel usage and improve efficiency, or
discreetly signals for emergency help even when your
vehicle is turned off. And, the enhanced menu gives you
easy access to all of the radio's many features. The
exceptional CDM1550 mobile delivers all the superior
communication power and control you need to work at
maximum efficiency.
128 Channels
Large Control Buttons
Easy management of menu,
navigation, and exit functions
Muhicolored LED Indkatare
Clear, visible feedback of transmit,.
scan, and monitor status
CLINE tS50
4 Customizable Function Buttons (P1, P2, P3, P4)
Program for instant access to favorite features and label according to function
CDMI 550
Mobile Radio
Additional CDM1550 Features:
• large, easy -to -use controls
• Powerful, front -projecting speaker
• 12.5/25 kHz switchable channel
spacing
• Remote mountable control head
• Data capable
14-Character Alphanumeric Display
with User -Friendly Icons
Information Is clear and easy to read
Multi -language Capabilities - Can
be programmed in English, Spanish,
French, and Portuguese
RSSI Indicator - Displays signal
strength level
Caller ID - Identifies Incoming callers
Quik Call II" and Enhanced MDC 1200
Signaling (Bawd./Decade)
Send and receive information via tone or
digital signals
X-Pand. Audia Enhancement
Crisper, dearer audio quallly
Dual Priority Scan
Frequently scans higher priority channels
Repeater Talkaround
UniNo-unit communication, bypassing the repealer
Covert Emergency Signaling
Discreetly sands help signal
Fiern and Lights Activation
Notifies users of call alerts/selective calk when away from vehicle
Calf Alert
Notifies individual users that you're trying to reach them
Selective Call
Calls a specific group or individual
DTMF Meade/Decade
Sends and receives pages and telephone calls
Status Message
Exchanges text massages between base and user
Optional Voice Storage
Records important messages or personal memos
Mobile Two-way Radio specifications
Low Bed
VHF UHF
Channel Calmar
128
Typical IF 0s4put
lowPawar
ll h Pmrar
40.60W
1.25W
25-45W
1.2SW
2540W
Frequenry
29.7.36 MHz
36-42 MHz
42-50 MHz
136.174 MHz
403-470 MHz
450.512 MHz
Dimensions (H x W x I)
law Paws
--
2.83" x 7.28" x 7.4'
(72 man x 185 nee s
1811mm)
NOMPOOOS
High Pawn
2,83" x 7.28" x 10.02"
(72anc105)nxnx
2.83" r 7.28" r 7.87"
(72 mxI200 85mme
Weight
Low hero (125W)
iligh Power
4.5Id, (2.04 kg)
3.15I,t 1.43 kp)
3.5 Its (1.59 kg)
(went Omen
Fe iW�ioled, extend 8 ohm speaker
Transmit
15 A
17A
15 A
74025W
13.5AMI45W
15 A
84025W
I3.5A040W
FCC DesoipHeo
A1492E11627
(u2F65I
491W8
Ai492FTT1626
(42.50 MHiI
41492FT3796 125Wyy)
A2492FT3795145W)
42492FT4835
(25%4� MHz)
B
(�A1492E14829H:)
(2519450.512 MHz)
A2492E14836
(40W, 450.512 MHz)
Transarirre,
Sp.dffwHews
Law Ina
YFi
UHF
frequencies
29.7.36 MHz
3642 MHz
42-50 MHz
136-1)4 M1iz
403-470 MHz
450.512 MHz
Channel Spring
20 kHz
12.5/20/25 kHz
frrmmsy Sldikly
orCfofir C,+25'Ref.)
t 5 ppm
t 2.5 ppm
Pawn Odd
Low Power
High rawer
406019
I.2SW
2545W
1.25W
15-40W
Weldon Wiling
t 5.0
t2.5 0 2.5 kH /
t4.0 0 20k11z /
t5.0 025 kHz
FM Hum 8 Rohe
40 dB
40 0 12.5 kHz
45 d8 25 kHz
Candueed/Rediated Emission
36 ddBan c 16Nz
-30 d1m > 1 GHz
Adjacent Charnel Pam
•70 dB
40 d8 0 12.5 kHz
•70 d8 ' 25 kHz
Aide Regime
TIA 603 8 ET5300 8
CEP!' 84 Mom 2
EPS 300 / UPI 84
Annex 2
Mdo 00I iiMn
3%fed
FM MadulCHxn
25111z 161(0F3E
25 kppz 16110F3E
12.5k11z 11R0F3
Far ream Iafar,aullar1, pIuasc (aaru(r:
1) (VOIL.1
Speared:
Lew Teed
VIE
UHF
Frequandes
29,7-36 MHz
3642 MHz
42.50 MHz
136174 MHz
403-470 MHz
450.512 MHz
Channel Sparing
20 kHz
12.5/20/25 kHz
Femme Sinkikly (3 M t60*C, +2S° Ref.)
t 5 p�
t 25 ppm
Senu4nily (12 di SINAD)
0.25 pY ptelal
0.23 intt f
picd
kAelmaddo9ms
80 dB typical
75B 6B ®12. k6 z
755 ds 25kHz
Adpant Chanel S.I.iMty
80 dB
65 dB 0 12.5 kHz
80dB025kHz
65 dB 012.5 kHz
15d0025kHz
Seems Rejarion
80 dB
75 dB 12.5 kHz 981
80 dB 0 25 kHz VHF
70 dB 012.5 kHz
75 dB 0 25 kHz
Ree(extra Audio ode with 4 dm speaks)
13W Fxered
Audio Ohtorlion 0 Plated Auda
3%Weird
Hum and Noise.
45 dB
-40 d212.5 Utz
-45 dB 25 kHz
Audio Response
11,460384 k15 00 8
Conducted Spurious Emission
-57dlm < 1 GHz
-47 d8m> 16Hz
Mohilc Mihtor
Standards 810 C, Cs, 8
810C
E
8100
810E
Apparels", AUL•STD
Mattress Preceded
Mediate Prem rower
Mrlhetle Premieres
Low Pressure
500.1 1
500.2 2
500.3 2
Highfarnpensine
501.1 1,2
501.2 1,2
S01.3 1,2
low Tormentors
502.1 2
502.2 1,2
502.3 1,2
Umptmhne Shock
503.1 1
503.2 I
503.3 1
Salm Rotarian
505.1 I
505.2 1
51)5.1 I
Rain
506.1 2
506.2 2
506.3 2
Hereity
507.1 2
507.2 2,3
507,3 3
Sdt Fag
509.1 1
509.2 1
509.3 1
Dust
510.1 I
510.2 1
510.3 1
Vinton
514.2 8,10
514.3 1
514.4 1
Shock
516.2 1,5
516.3 1
516.4 1
Enviranm,:nlnl 5paihcations
*rah remperahxe
-30 to +60° C
Stmage fempamhed
-55 to +85° C
Medal Shack
40 to +85° C
95% RH 0 810.
ES0
8C B01-2101
Water Intrusion
1P54
Podding fast
kmpnd Test
Ask your dealer about the other
CDM Series Two -Way Radios that utilize
exclusive x.a technology.
MOTOROLA
@S, Weak holessimrd Radio -As Decided As Yrie Are,
(DM Series, C8MI550, Rand, and Oa-011 II are
trademarks d Motarok, Ian.
Spwireles sullied Is drange wdhe l notice.
1999 Maeda, Inc. Printed 're llSA
hHP//www.moterda.mm
611400155001
10/20/2004 15:08 FAX 3054165444
Oct 20 04 0S 02a
MIAMI FIRE RESCUE
954421717E
?I 001 /001
p.2
O
;intelligence everywhere"
Mr. William W. Bryson
Fire Chief
City of Miami Fire Rescue Department
444 S.W. 2'1 Avenue
Miami, FL 33130
October, 18, 2004
Dear Chief Bryson:
It is understood that the City of Miami has a desire to "Piggyback" the Agreement for
IncMEDCOM Mobile and Portable Radios between Motorola Inc.
_Y NAME)
(TYPE OF SERVICE)
AND _The School District of Palm Besch County
(NAME OF GOVERNMENT ENTITY)
Pursuant to the City of Miami's rrcrue;.t, Motorola Inc hereby agrees to offer the
(COMPANY NAME)
City of Miami UHF NlEDCOM Mobil,: and Portable Radios under the same price(s), terms and
conditions
(TYPE OF SERVICE)
its RFP # 02C-6ER , _Contract for Portable and Mobile
Radios �awardcd to
(RFP/a]D TITLE)
Motorola Inc. on October 18, 2004_ by The School District of Palm Beach County
(NAME OF COMPANY) (AWARD DATE) (NAME OF GOVERNMENT ENTITY)
All references to RFP # 02C-6ER _. Conte for Portable and Mobile Readies__, shall be
(RFP/B1D T1TLE)
assumed to pertain to the City of Miaini, Florida:
Please do not hesitate to contact me it'you have any questions.
Sincerely, Lie,2
Thomas Vannah. MR
Diana Zorrilla,AE
Oct 14 03 11:53a
1ar 1141 LIM1 1a_'J
il7li9/ al:17
''QA,ZTI.46,L43-7-71323
PURCHASaNG
Wert PALM MACH, FL 334054013
6aptember 18, 2003
MOTOROLA INC.
789 IritotoationN P3ckv y
sunrise, FL. 33325
ATE Tricia ty
Subloot CONTRACT ReNEWA.L
Ikd Nl bcr.
TITLE:
Derr Ms. MoCly:
954421717E
Ftio icY
stattuasamm
SB
Tann CorMe t#or Pciebibkit &Sane::Roirios
October 18 .1100411 0W 1?, 2004
This Is to whin your URA an September 17 2
Flottio aomptedoffer Old
subject to "wlki bfd „'
of Floridaand osby 'E
Pisutiose ottlets do uud m c wr
vol. =Malian te►` , # not pro sd�� tr�rca
to do so ineyoutillat
Thank you tar pur
COMpaity,
Shemin Swan.C.`P.:M
. Dirodor
ARMURC.JOIVISON. PhtD,
Beath staardy, b
enitie,Sta�
°mortis
be
ar�d r. Fah=
'rod lour
p.2
SCHOOL DISTRICT OF PALM BEACH COUNTY
PURCHASING DEPARTMENT
3326 Forest Hill Boulevard, Suite A-323
West Palm Beach, FL. 33406-5813
INVITATION TO BID
Bidder Acknowledgement
BID NO. 02C-06E Date: August 22, 2001
BID TITLE: TERM CONTRACT FOR PORTABLE & MOBILE RADIOS AND ACCESSORIES
Bids Must be Received no later than 2:00 P.M September 12, 2001 at which time bids will be opened.
Vendor Name:
Terms:
Vendor Mailing Address:
Delivery calendar days after
receipt of order.
City - State — Zip Code:
F.E.I.D. No. (S.S. #)
Area Code/Telephone Number:
Toll Free Number
Fax Number:
ANTI -COLLUSION: The signed bidder certifies that he or she has not divulged, discussed or compared his or her bid with other bidders and has not
colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities permitted either with, prior to, or after any
delivery of material. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from the bid tist(s).
Authorized Signature (Manual) Authorized Signature (Type or Printed) and Title
INVITATION TO BID
T Is Invitation to Bid, General Conditions, instructions to Bidders, Special Conditions, Specifications, Addenda, and/or any other pertinent documents
f• rm a part of this proposal and by reference are made a pant thereof.
P RPOSE: It is the purpose and Intent of this Invitation to secure bids for item(s) and/or services as listed herein for the School District of Palm Beach
County, Florida, hereinafter referred to as the District.
5
P
S
id
th
ALED BiDS: Sealed bids will be received in the Purchasing Department until the date and time as Indicated above. Bids will be opened publicly In the
rchasing Department and all bidders and general public are invited to attend. All bids shall be submitted in sealed envelopes, mailed or delivered to the
hool District of Palm Beach, Purchasing Department 3326 Forest HIII Boulevard West Palm Beach, FL 33406-5813. Outside of envelope shall plainly
ntify bid by: BID NUMBER, TITLE and TIME and DATE OF BID OPENING using the label provided. It is the sole responsibility of the bidder to ensure
it bid reaches the Purchasing Department on or before the closing date and hour as shown above.
B SARD'S ACCEPTANCE: Unless otherwise specified herein, the bidder will allow a minimum of ninety (90) days from the last date for receiving of bids
fo acceptance of its bid by the Board.
A ARDS: In the best interest of the District, the Purchasing Department reserves the right to reject any and all bids and to waive any irregularity or minor
to hnicalitles In bids received; to accept any item or group of Items unless qualified by bidder; to acquire additional quantities at prices quoted on this
in itatipn unless additional quantities are not acceptable, In which case the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". All
a ards made as a result of this bid shall conform to applicable Florida Statutes.
GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS
EALEP BIDS: One copy of this executed Invitation to Bld page and Bid Summary
p ge(s) must be returned with the bid in order for the bid to be considered for
a ard. All bids are subject to all the conditions specified herein; all General
•onditlona, Special Conditions on the attached bid documents; and any addenda
I sued thereto. Any failure on the part of the bidder to comply with the specifica-
tE.na, terms and conditions of this Invitation to Bid shall be reason for termination
o contract.
1 EXECUTION OF BID: Bld must contain a manual signature of an authorized
representative In the space provided above, Failure to properiy sign proposal
shall invalidate same, and It shall not be considered for award. All bids must
be completed in ink or typewritten. Corrections must be initialed by the
person signing the bld. Any corrections not initialed will not be tabulated.
The original bld conditions and specifications cannot be changed or altered in
any way. Altered bids may not be considered. Clarification of bids submitted
shall be in letter form, signed by the bidders and attached to the bid.
NO BID: If not submitting a bid respond by returningthe enclosed
"Statement of No BEd" form and explain the reason. Note: A bdder, to qualify
as,a respondent, must submit a "no bld" and same must be received no later
than the stated bid opening date and hour.
PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give
both unit price and extend total, Prices must be stated In units of quantity
specified In bid specifications, In case of discrepancy in computing the
amount of the bid, the UNIT PRICE quoted will govern. All prices FOB
destination freight prepaid (unless otherwise stated In special conditions).
Dlacounta for prompt payment: Award, if made, will be in accordance with
terms and conditions stated herein. Each item must be bid separately and no
attempt is to be made to tie any item or Items in with any other item or Items.
Cash or quantity discounts offered will not be a consideration in determi-
nation of award of bid(s). If a bidder offers a discount, It is understood that a
minimum of 30 days will be required for payment, and the discount time will
be computed from the date of satisfactory delivery at place of acceptance and
receipt of correct Invoice at the office specified.
A. TAXES: The School District of Palm Beach County, is exempt from any
taxesImposedby the State and/or Federal Government. State Sales Tax
. 59.
74•0257F Exemption
Certificate
oon eachpurchaseo0and rder. Thisrexempl ltion doee Tax s not
apply to purchase of tangible personal property made by contractors
who use the tangible personal property In the performance of contracts
for the improvements of School District -owned real property as defined in
Chapter 1n of the Florida Statutes.
B. MISTAKES: Bidders are expected to examine the specifications, delivery
schedules, bid prices and extensions, and all instructions pertaining to
supplies and services. Failure to do so will be at bidder's risk.
C. Bidder warrants by virtue of bidding that prices shall remain firm for a
period of ninety (90) days from the date of Board approval or time stated
n special conditions.
D. USE OF OTHER CONTRACTS: The District reserves the right to utilize any
other District contract, any State of Florida Contract any contract awarded
by any other city or county governmental agencies, any other school
board, any other community college/state university system cooperative
bid agreement, or to directly ne otlatelpurchase per School Board policy
and/or State Board Rule 6A-1012 (6) in lieu of any offer received or award
made as a result of this bid, if it la in the best Interest to do so. The District
also reserves the right to separately bid any single order or to purchase
any item on this bid if it is In Its bestlnterest to do so.
E. CONDITIONS AND PACKAGING: it Is understood and agreed that any
Item offered or shipped as a result of this bid shall be new (current
production model at the time of the bid). All containers shall be suitable
for storage or shipment, and all prices shall inctude standard commercial
packaging.
F, UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the
bid, all manufactured items and fabricated assemblies shall be UL listed or
re-examination testing where such has been established by UL for the
Items offered and furnished.
4, DELIVERY: Unless actual date of delivery is specified, show number of days
required to make delivery after receipt of purchase order in space provided.
Delivery time may become a basis for making an award {See Special Condi-
tions). Delivery shall be within the normal working hours of the user, Monday
through Friday, excluding holidays.
5. BRAND NAMES: Use of a brand name trade name, make, model, manufactur-
er, or vendor catalogg number In specifications le for the purpose of establish-
ing a grade or quail fv of material only. it is not the District's Intent to rule out
artier comppetition, tfiherefore, the phrase OR ACCEPTABLE EQUAL is added.
However, if a product other than that specified Is bid, it is the vendor's
responsibility to submit with the bid brochures, samples and/or detailed
specifications on Items bid. The District shall be the sole Judge concerning
the merits of bid submitted.
Bidder shall indicate on the bid form the manufacturer's name and number If
bidding other than the specified brands, and shall Indicate ANY deviation
from the specifications as listed. Other than specified items offered requires
complete descriptive technical literature marked to Indicate detall(s) confor-
mance with specifications.
6. QUALITY: The Items bid must be new and equal to or exceed specifications.
The manufacturer's standard guarantee shall apply. During the guarantee
period the successful bidder must repair and/or replace the unit without cost
to the District with the understanding that all replacements shall carry the
same guarantee as the original equipment. The successful bidder shall make
any such repairs and/or replacements Immediately upon receiving notice from
the District.
7. SAMPLES DEMONSTRATIONS AND TESTING:
A. Samples of Items, when required, must be furnished free of expense and
If not destroyed, will upon request, be returned at the bidder's expense.
Request for the return of the samples must be Indicated on his or her bid.
Each individual sample must be labeled with bidder's name, bid number
and Item number. Failure of bidder to either deliver required samples or
to clearly identify samples as Indicated may be reason for rejection of the
bid. Unless otherwise Indicated samples should be delivered to the
Purchasing Department, School District of Palm Beach County.
B. When required, the District may request full demonstrations of any units
bid prior to the award of any contract.
C. Items may be tested for compliance with specifications under the
direction of the Florida Department of Agriculture and Consumer
Services or an independent testing laboratory. Bidders shall assume full
responsibility for payment for any and all charges for testing and
analysis of any materials offered or delivered that do not conform to the
minimum required specifications. Bidder's disposition of all items
delivered In this category must be at no expense to the District.
8. INSPECTION AND ACCEPTANCE: The successful bidder shall be responsible
for delivery of items in good condition at point destination. Bidder shall file
with the carrier all claims for breakage, Imperfections, and other losses
which will be deducted from invoices. The District will note, for the benefit of
successful bidder, when packages are not received In good condition. In the
event the material and/or services supplied to the District Is found to be
defective or does not conform to specifications, the District reserves the right
to cancel the order upon written notice to the seller and return the product to
seller at the seller's expense.
9. DEFAULT PROVISION: In case of default by the bidder or contractor, the
District may procure the articles or services from other sources and hold the
bidder or contractor responsible for any excess costs Incurred thereby.
10. COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no
violation of copyrights or patent rights In manufacturing producing or selling
the goods shipped or ordered as a result of this bid. Seller agrees to hold the
purchaser harmless from any and all liability, loss or expense occasioned by
any such violation.
11. MANUFACTURER'S CERTIFICATION: The District reserves the right to
request from bidders separate manufacturer certification of all statements
made In the proposal.
12. Blp ABSTRACTS: Bidders desiring a copy of bid tabulation may request It by
enclosing a self-addressed, stamped envelope with bid.
13. OCCUPATIONAL HEALTH AND SAFETY: Vendor, as a result of award of this
bid delivering any toxic substances item as defined in Florida Statute
L442.102(21) shall furnish to the Purchasing Department a Material Safer
Dial —Met (MSDS). The material safety data sheet shall be provided with
initial shipment and shall be revised on a timely basis as appropriate.
The MSDS must include the following information:
A. The chemical name and the common name of the toxic substance.
B. The hazards or other risks in the use of the toxic substance, Including:
(1) The potential for fire, explosion, corrosively and reactivity; pp
(2)
including known
conditionsawhieffects generally recogniziedas
being aggravated by exposure to the toxic substance; and
(3) The primary routes of entry and symptoms of overexposure.
C. The proper precautions, handling practices necessary personal
protective equipment, and other safety precautions In the use of or
exposure to the toxic substances including appropriate emergency
treatment in case of overexposure.
D. The emergency procedure for spills, fire, disposal and first aid.
E. A description in lay terms of the known specific potential health risks
posed by the toxic substance intended to alert any person reading this
Information.
F. The year and month, If available, that the information was compiled and
the name, address and emergency telephone number of the manufactur-
er responsible for preparing the Information.
Any questions regarding this requirement should be directed to: Department
of Labor and Employment Security Bureau of Industrial Safeand Health,
Toxic Waste Information Center, 255Safety and
Executive Center Circle West, Tallahas-
see, FL 32301-5014, Telephone 1-800.367-4378.
14. OSHA: The bidder warrants that the product/services supplied to the School
District of Palm Beach County shall conform In all respects to the standards
set forth in the Occupational Safety and Health Act 1970, as amended, and the
failure to comply with this condition will be considered as a breach of contract.
15. ANTI -DISCRIMINATION: The bidder certifies that they are In compliance with
the non-discrimination clause contained in Section 202, Executive Order 11246,
as amended by Executive Order 11375 relative to equal employment opportuni-
ty for all persona without regard to race, color religion, sex or national origin.
18. ADVERTISING: In submitting a proposal, bidder agrees not to use the results
therefrom as a part of any commercial advertising without prior approval of the
School District.
17. CONFLICT OF INTEREST: The award hereunder Is subject to the provisions of
Chapter 1Z2, Florida Statutes. All bidders must disclose with their bid the
name of any officer, director or agent who is also an employee of the School
Board of Palm Beach County. Further, all bidders must disclose the name of
any Board employee who owns, directly or indirectly, an Interest of 5% or more
in the bidder's firm or any of Its branches.
16. DISPUTES: In case of any doubt or difference of opinion as to the items to be
furnished hereunder, the decision of the District shall be final and binding on
both parties.
19. LEGAL REQUIREMENTS: Federal, state, county, and local laws, ordinances,
rules and regulations that in any manner affect the Items covered herein apply.
Specifically,
to' the followingg, with adhere
respect to any criminal BoardPoliciesconvict ons,
and is on notice thereto that any employees Involved In any Chapter 435 Florida
Statutes offenses are precluded from continuing to work on the pro ect and
must be replaced. Failure to comply may result In the Immediate termination of
the vendor's contract at the sole discretion of the School District Lack of
knowledge by the bidder will in no way be a cause for relief from responsibility.
20. SIGNED BID CONSIDERED AN OFFER: This signed bid shall be considered an
offer on the part of the bidder, which offer shall be deemed accepted upon
approval by the Board. In case of a default on the part of the bidder after such
acceptance, the District may take such action as It deems appropriate
including legal action for damages or specific performance.
21. LIABILITY, INSURANCE, LICENSES, AND PERMITS: Where bidders are
required to enter or go onto School District property to deliver materials or
perform work or services as a result of bid award, the bidder will assume the
full duty obligation and expense of obtaining ail necessary licenses, permits
and insurance. Bidder shall be liable for any damage or foss to the !District
Incurred by bidder, bidder's employees, licenses of the bidder or agent or any
person the bidder has designated In completion of his or her contract as a
result of their bid; further bidder shall be liable for all activities of bidder
occasioned by performance of this bid. Not withstanding the foregoing, the
liability herein shall be limited to ten million dollars ($10,000,000) and the
bidder recognizes that and covenants that it has received consideration for
Indemnification provided herein.
22. SPECIFICATIONS: Any omissions of detail specifications stated herein that
would render the materials/service from use as specified will not relieve the
bidder from responsibility.
23. BID BONDS AND PERFORMANCE BONDS: Bid bonds when required, shall be
submitted with the bid in the amount specified In Special Conditions. Bid
bonds will be returned to unsuccessful bidders. After award of contract, the
District will notify the successful bidder to submit a performance bond In the
amount specified In Special Conditions. Upon receipt of the performance
bond, the bid bond will be returned to the successful bidder.
24. PAYMENT: Payment will be made after the items/services awarded to a vendor
have been received/completed, inspected and found to comply with award
specifications, free of damage or defect and properly Invoiced.
25. SPECIAL CONDITIONS: Any and all Special Conditions that may vary from
these General Conditions shall have precedence,
PBSD 1186
(Rev. 2/2001)
INVITATION TO BID NO. 02C-6E
SPECIAL CONDITIONS
A. SCOPE: The purpose and intent of this invitation to bid is to secure firm discounts and prices and
establish a term contract for the purchase of Portable and Mobile Radios and Accessories, as
specified herein.
B. DELIVERY: All radios shall be shipped to the School Police Department, Radio Communications,
1481 Australian Avenue, Riviera Beach, FL 33404
C. AWARD: For Items 1 — 8, the contract will be awarded to the lowest and best bid from a responsive,
responsible bidder, subject to the terms and conditions contained herein. Items in groups, as marked,
will be awarded by group. (A group is defined as an item with several parts labeled A, B, C with a total
for the group.) Therefore, it is necessary for a bidder to bid on every item in the particular group for
which the bidder submits a bid in order to have a bid considered. It is also required that the bidder
carefully consider each item, and make sure that each one meets the specifications as indicated. In
the event that one item does not meet such specifications the entire group bid will be disqualified.
For Item 9, the contract will be awarded to the responsive, responsible bidder offering the highest
fixed percentage discount off the balance of line for each manufacturer's price list/catalog submitted
that results in the lowest price for the District.
The Board reserves the right to use the next best bidder(s) in the event the original awardee of the bid
cannot fulfill their contract. The next bidder's prices and discounts must remain the same as originally
bid and must remain firm for the duration of the contract.
It is anticipated that award will be made at the October 17, 2001 Board meeting.
D. MIWBE GOAL: The Goal Setting Committee has not established a bid preference for participation/ -
utilization of Minority/Women's Business Enterprises.
The Board strongly encourages the use of Minority/Woman owned business enterprises for participa-
tion as partners, joint -venturers, prime contractor, sub -contractors, and in contracting opportunities.
Inquiries regarding listings of District and State Certified Minority, Women and Disadvantaged Con-
tractors can be made to the Palm Beach County School District's Department of Equity Assurance,
3322 Forest Hill Boulevard, Suite C-323, West Palm Beach, FL 33406, or phone (561) 434-8508.
E. TERM OF CONTRACT: The term of this contract shall be for two years from the date of award, and
may, by mutual agreement between the School Board and the awardee, be renewable for two
additional one-year periods. The Board, through the Purchasing Department, will, if considering to
renew, request a letter of intent to renew from the awardee 60 days prior to the end of the current
contract period. If needed, the contract will be extended 90 days beyond the contract expiration date.
The awardee will be notified when the recommendation has been acted upon by the Board. All prices
shall be firm for the term of this contract. The awardee agrees to this condition by signing their bid.
F. BIDDERS RESPONSIBILITY: Before submitting their bid, each bidder is required to carefully
examine the invitation to bid specifications and to completely familiarize themselves with all of the
terms and conditions that are contained within this bid. Ignorance on the part of the bidder will in no
way relieve them of any of the obligations and responsibilities which are a part of this bid.
G. SEALED BID REQUIREMENTS: The "INVITATION TO BID" bidder's acknowledgement sheet must
be completed, signed, and returned. In addition, the Bid Summary Sheet page(s) on which the bidder
actually submits a bid, needs to be executed and submitted with this bid. Bids received that fail to
comply with these requirements shall not be considered for award.
3
INVITATION TO BID NO. 02C-6E
H. 'CONTRACT: The submission of your bid constitutes an offer by the bidder. Upon acceptance by the
District, the Purchasing Department will issue a notice of award and purchase order(s) for any
supplies, equipment and/or services as a result of this bid. The bid and the corresponding purchase
order(s) will constitute the complete agreement between the successful bidder and the District.
Unless otherwise stipulated in the bid documents, no other contract documents shall be issued or
accepted.
I. QUANTITIES: The quantities shown are estimates of the quantity of items expected to be purchased
during the term of award. Actual quantities purchased may often exceed or be less than quantities
shown. Orders will be placed as needed by individual locations during the contract period.
J. SPECIAL ACCOMMODATION: Any person requiring a special accommodation at the bid opening
because of a disability should call the person named in the Special Condition QQ prior to the bid
opening. If you are hearing or speech impaired, please contact the person named by using the Florida
Relay Service which can be reached at 1-800-955-8771 (TDD)
K. QUANTITY DISCOUNTS: Bidder is urged to offer additional discounts for one-time delivery of large,
single orders of any assortment of items on a separate sheet. Such discounts will not be considered
in evaluation of bid.
L. BALANCE OF LINE: The "balance of line" shall include new product and upgraded catalogs.
Additions shall be submitted as they occur. Deletions and discontinued items shall be reported by bid
awarded vendors as they occur.
M. SALES PROMOTION / PRICE REDUCTION: It is understood that sales promotions occur during the
course of this contract that will lower prices of products for the period of the sales promotion. The
District shall receive the full benefit of such reductions if lower than the price/discount established by
this bid. The Purchasing Department must be notified of these promotions in writing, specifying the
beginning and ending dates of the sales promotion.
Successful bidder(s) may always offer the District an additional education discount at any time and
invoice the District at a lower cost.
N. PRICE ADJUSTMENT: The discounts, terms and conditions of this bid are to remain firm throughout
the contract period. If, during the contract period, the vendor issued an upgraded catalog,
replacements to the catalog submitted with the bid, such replacements are to be forwarded to the
Palm Beach County School District Purchasing Department, 3326 Forest Hill Boulevard, West Palm
Beach, FL 33406-5813, Attention: Gaea Peary, Purchasing Agent. The replacements are to be
received no less than 21 days prior to the effective date of such changes. Vendor must deliver
copies of the replacement catalogs with new manufacturer prices to the School Police Department
Radio Communications, 1481 Australian Avenue Riviera Beach, FI 33404. The above replacement
catalogs shall not be upgraded more than once a year.
O. PRICE REDUCTIONS: If, from date of bid opening, the successful bidder either bids the same
products at a lower price than offered to the District or reduces the price of the bid product, the lowest
of these reduced prices will be extended to the District.
P. ORDERS: The District is not obligated to place any order with any vendor participating in this bid.
However, all schools and departments will be urged to refer to catalogs and discounts of participating
vendors in their attempts to fill their requirements at the lowest prices. Individual orders will be placed
for all schools and departments in the county as needed and all shipments are to be FOB each
destination specified on the purchase orders.
4
INVITATION TO BID NO. 02C-6E
Q. WARRANTY: Items specified herein shall be guaranteed by the successful bidder to be free of
defects of materials and workmanship for a period of no less than one year from the date of delivery.
All models delivered are to be of the latest and newest model(s) available from the manufacturer and
must be so certified.
R. PARTS WARRANTY: The bidder shall provide a certification from the manufacturer that replacement
parts for all models bid will be available for a minimum period of five years. Failure to comply with this
requirement may result in the disqualification of your bid response.
S. INSTRUCTION MANUALS: Contractor shall be required to furnish an instructional manual for each
unit ordered.
T. REPAIR AND MAINTENANCE MANUALS: Manuals containing trouble -shooting procedure, parts
list, disassembly instructions, schematic diagrams, etc., shall be available for purchase for each unit of
equipment furnished under any contract resulting from this bid.
U. TECHNICAL LITERATURE: The availability of technical literature is a requirement of this bid to
accommodate an evaluation to assure that products offered meet or exceed the specification. Hence,
two copies of product information, including technical and descriptive literature, shall be made
available to the District within five work days after receipt of request. Information submitted shall be
sufficiently detailed to technically evaluate the product.
V. SERVICE: Bids will be considered only from manufacturers, manufacturer's authorized distributors or
dealers that are normally engaged in the sale and distribution of the materials offered herein. Bidder
must have adequate organization, facilities, equipment and personnel to ensure prompt and efficient
service to the School District.
W. ADDITIONAL TERMS AND CONDITIONS: No additional terms and conditions included with the bid
shall be evaluated or considered and any and all such additional terms and conditions shall have no
force and effect and are inapplicable to this bid. If submitted either purposely through intent or design
or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or
warranties, it is understood and agreed the general and special conditions in this bid solicitation are
the only conditions applicable to this bid and the bidder's authorized signature affixed to the bidder
acknowledgement form attests to this.
X. USE OF OTHER CONTRACTS: The District reserves the right to utilize other District contracts, State
of Florida Contracts, contracts awarded by other city or county governmental agencies, other school
boards, other community college/state university system cooperative bid agreement, or to directly
negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012 (6) in lieu of any offer
received or award made as a result of this bid, if it is in its best interest to do so. The District also
reserves the right to separately bid any single order or to purchase any item on this bid if it is
in its best interest to do so.
Y. JOINT -BIDDING, COOPERATIVE PURCHASING AGREEMENT: All bidders submitting a response
to this invitation to bid agree that such response also constitutes a bid to all State Agencies and
Political Subdivisions of the State of Florida under the same conditions, for the same prices and for
the same effective period as this bid, should the bidder(s) deem it in the best interest of their business
to do so.
This agreement in no way restricts or interferes with any state agency or political subdivision of the
State of Florida to rebid any or all items.
Z. INSPECTION AND READING OF BID: As per Florida Statute 119.07(3)(o) the reading of this bid is
hereby waived until such time as the agency provides notice of a decision or intended decision
pursuant to 5. 120.57(3) or within ten days after bid or proposal opening, whichever is earlier.
5
INVITATION TO BID NO. 02C-6E
AA. CORRECTIONS: All corrections of unit prices must be initialed by the same person signing the bid.
This includes the use of correction fluid (white out) or any other method of correction. See General
Condition 1, Execution of Bid, for acceptable means of correction.
BB. POSSESSION OF FIREARMS 1 DRUG FREE WORKPLACE: Possession of firearms will not be
tolerated on School District property; nor will violations of Federal and State laws and any applicable
School Board policy regarding Drug Free Workplace be tolerated. Violations will be subject to the
immediate termination provision heretofore stated in General Condition 19, Legal Requirements.
"Firearm" means any weapon (including a starter gun or antique firearm) which will, is designed to, or
may readily be converted to expel a projectile by the action of an explosive; the frame or receiver of
any such weapon; any destructive device; or any machine gun.
No person who has a firearm in their vehicle may park their vehicle on School District property.
Furthermore, no person may possess or bring a firearm on School District property.
If any employee of an independent contractor or sub -contractor is found to have brought a firearm on
School District property, said employee will be terminated from the School Board project by the
independent contractor or sub -contractor. If the sub -contractor fails to terminate said employee, the
sub -contractor's agreement with the independent contractor for the School Board project shall be
terminated. If the independent contractor fails to terminate said employee or fails to terminate the
agreement with the sub -contractor who fails to terminate said employee, the independent contractor's
agreement with the School Board shall be terminated.
CC. ASSIGNMENT: The successful bidder shall not sub -contract, assign, transfer, convey, sublet, or
otherwise dispose of this contract, or of any or all of its rights, title, or interest therein, or its power to
execute such contract to any person, firm, or corporation without prior written consent of the District.
DD. ORDERING PROCEDURE:
After approval of contract award by the School Board, a letter of contract acceptance will be issued to
each successful bidder acknowledging which items / services have been awarded. Separate
purchase orders will be issued based on specific items at firm, fixed prices listed in the bid.
No item may be shipped or service performed that is not listed on the purchase order. Unless
otherwise specified, entire shipment must be completed within 60 days.
EE. PAYMENT TERMS: The District's payment terms are net 30 days. Payment will not be processed
until the following occurs:
1. The complete and satisfactory receipt of all items ordered on a purchase order.
2. The receipt of a properly billed invoice in the Accounting Services Department.
3. The issuance of a change order for unit price increase, quantities ordered, and/or items sub-
stituted.
Invoices to the School District MUST include the following to permit verification of prices and expedite
payment to vendors. Therefore, every invoice MUST list the items below where applicable:
1. Purchase order number.
2. Name and address of vendor, a unique invoice number and date of shipment.
3. Description of item ordered, model number and manufacturer.
4. Line item unit price, quantity, and description as reflected on our purchase order.
5. Line item total or extended price, minus bid discount as listed on our purchase order.
6. Name and address of the location where merchandise was delivered.
6
INVITATION TO BID NO. 02C-6E
7. All original invoices must be mailed to Accounting Services/Accounts Payable as listed on the
right top corner of the purchase order.
Failure to correctly invoice in accordance with these guidelines may result in delay of pay-
ment. No payment will be made on partial shipments.
FF. WITHDRAWAL: A bidder may not withdraw a bid after the final call for bids at a designated time of
opening. When a bidder wishes to withdraw a bid, a written request shall be submitted to the Director
of Purchasing and their request will be reviewed for consideration. In no case shall a bidder be
granted a release from their bid or proposal more than one (1) time in a two (2) year period without
penalty.
GG. PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a contract to provide any goods
or services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcon-
tractor, or consultant under a contract with any public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for
a period of 36 months from the date of being placed on the convicted vendor fist.
The bidder certifies by submission of this bid, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in
this transaction by any State or Federal department/agency.
HH, DEFAULT: In the event that the awarded vendor should breach this contract, the Board reserves the
right to seek all remedies in law and/or in equity.
II. CANCELLATION: In the event any of the provisions of this bid are violated by the awarded vendor,
the Superintendent or designee will give written notice to the vendor stating the deficiencies and
unless the deficiencies are corrected within ten days, recommendation will be made to the Board for
immediate cancellation. Upon cancellation hereunder the Board may pursue any and all legal
remedies as provided herein and by law. The Board reserves the right to terminate any contract re-
sulting from this invitation at any time and for any reason, upon giving 30 days prior written notice to
the other party. If said contract should be terminated for convenience as provided herein, the Board
will be relieved of all obligations under said contract. The Board will only be required to pay to the
vendor that amount of the contract actually performed to the date of termination.
JJ. SUBCONTRACTING: If a vendor intends to subcontract any portion of this bid for any reason, the
name and address of the subcontracting firm must be submitted along with their bid for approval. No
subcontracting will take place prior to bid -awarded vendor furnishing this information and receiving
written approval from the Board.
The Purchasing Department reserves the right to reject a subcontractor who previously failed in the
proper performance of an award or failed to deliver on -time contracts of a similar nature, or who is not
in the position to perform this award. The School District Representative reserves the right to inspect
all facilities of any subcontractor in order to make determination as to the foregoing. The subcontractor
will be equally responsible for meeting all requirements specified in this Invitation to Bid.
KK. MINORITY BUSINESS PARTICIPATION: The School District of Palm Beach County strongly
encourages the use of MinoritylWoman owned business enterprises for participation as partners,
joint -venturers, prime contractor, subcontractors, and in contracting opportunities. Inquiries regarding
listings of District and State Certified Minority, Women and Disadvantaged Contractors can be made
to the School District of Palm Beach County's Department of Equity Assurance, 3322 Forest Hill
Boulevard, Suite C-323, West Palm Beach, FL 33406, or phone (561) 434-8508,
7
INVITATION TO BID NO. 02C-6E
Contractors who list minority subcontractors as participants in their bids will complete the M/WBE
SUBCONTRACTING UTILIZATION REPORT (Form 1528) which can be obtained from the
Department of Equity Assurance (address listed above). This form will be submitted with all requests
for payment.
The District only recognizes as acceptable for certification as minority/woman business enterprises
those firms, vendors, and consultants that have successfully completed the certification requirements
of the State of Florida Minority Business Advocacy and Assistance Office or the School District of
Palm Beach County's Department of Equity Assurance, In the case of those firms or small business
enterprises that are certified with the State of Florida Minority Business Advocacy and Assistance
Office the firm shall be required to include a copy of their certification letter or certificate. The letter or
certificate will only be deemed valid if the dates for certification have not expired. Any pending appli-
cation with the School District of Palm Beach County or the State of Florida Minority Business Advo-
cacy and Assistance Office shall not be considered as certification of the vendor making application
for consideration as a M/WBE firm.
The School District of Palm Beach County does not currently by implication or direct means have
reciprocity with any governmental or non -governmental entity, with the exception of the State of
Florida Minority Business Advocacy and Assistance Office for the purpose of sharing and/or accep-
tance of M/WBE vendors, consultants, small business enterprises for certification.
LL. LOBBYING: BIDDERS ARE HEREBY ADVISED THAT THEY ARE NOT TO LOBBY WITH ANY
DISTRICT PERSONNEL OR BOARD MEMBERS RELATED TO OR INVOLVED WITH THIS BID
UNTIL THE ADMINISTRATION'S RECOMMENDATION FOR AWARD HAS BEEN POSTED IN THE
PURCHASING DEPARTMENT. ALL ORAL OR WRITTEN INQUIRIES MUST BE DIRECTED
THROUGH THE PURCHASING DEPARTMENT.
LOBBYING IS DEFINED AS ANY ACTION TAKEN BY AN INDIVIDUAL, FIRM, ASSOCIATION,
JOINT VENTURE, PARTNERSHIP, SYNDICATE, CORPORATION, AND ALL OTHER GROUPS
WHO SEEK TO INFLUENCE THE GOVERNMENTAL DECISION OF A BOARD MEMBER OR
DISTRICT PERSONNEL AFTER ADVERTISEMENT AND PRIOR TO THE BOARD'S VOTE ON
THE AWARD OF THIS CONTRACT.
ANY BIDDER WHO IS ADVERSELY AFFECTED BY THE RECOMMENDED AWARD MAY FILE A
PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES.
FAILURE TO POST BOND WITH THE SCHOOL BOARD OR TO ADHERE STRICTLY TO THE
REQUIREMENTS OF STATUTES AND STATE BOARD RULES PERTAINING TO PROTESTS WILL
RESULT IN SUMMARY DISMISSAL BY THE PURCHASING DEPARTMENT. ADDITIONALLY, ANY
BIDDER WHO IS ADVERSELY AFFECTED BY THE RECOMMENDED AWARD MAY ADDRESS
THE SCHOOL BOARD AT A REGULARLY SCHEDULED BOARD MEETING.
ANY BIDDER OR ANY INDIVIDUALS THAT LOBBY ON BEHALF OF BIDDER DURING THE TIME
SPECIFIED WILL RESULT IN REJECTION / DISQUALIFICATION OF SAID BID.
8
INVITATION TO BID NO. 02C-6E
MM. DELIVERY OF BIDS: When hand delivering your bid, bidders must follow the School District's
security access procedures. The procedures are as follows:
A. Park in visitors' parking area.
B. Enter building through the front door.
C. Sign -in at the front desk and receive visitor's pass.
D. Proceed to the Purchasing Department located in A -Wing, Third Floor, Room A-323.
E. Present bid to the Purchasing receptionist for official date/time stamping.
BIDDERS SHOULD ALLOW AT LEAST 30 MINUTES TO FOLLOW THE ABOVE PROCE-
DURES AND SUBMIT THEIR BID TO THE PURCHASING DEPARTMENT, ROOM A-323,
A -WING, THIRD FLOOR, NO LATER THAN THE DATE AND TIME DESIGNATED IN THE
BID.
NN. POSTING OF BID AND SPECIFICATIONS: Invitation to bid with specifications will be posted for
review by interested parties, at 3326 Forest Hill Boulevard, Suite A-323, West Palm Beach, FL
33406, on the date of bid mailing and will remain posted for a period of 10 days. Failure to file a
specification protest within the time prescribed in Florida Statutes 120.57(3) will constitute a waiver of
proceedings under Chapter 120, Florida Statutes.
00. POSTING OF BID RECOMMENDATION / TABULATIONS: Bid recommendations and tabulations
will be posted in the Purchasing Department for review by interested parties, at 3326 Forest Hill
Boulevard, Suite A-323, West Palm Beach, FL, on September 19, 2001 at 3:00 p.m., and will
remain posted for a period of 72 hours. If the bid tabulation with recommended awards is not posted
by said date and time, A "Notice of Delay of Posting" will be posted to inform all proposers of the
new posting date and time.
Any person adversely affected by the decision or intended decision must file a notice of protest, in
writing, within 72 hours after the posting. The formal written protest shall state with particularity the
facts and law upon which the protest is based. Failure to file protest within the time prescribed in
Section 120.57(3), Florida Statutes, will constitute a waiver of proceedings under Chapter 120,
Florida Statutes.
PP. BID PROTEST: If a bidder wishes to protest a bid, they must do so in strict accordance with the
procedures outlined in FS 120.57(3), and Section LL, Lobbying, Paragraph 3, of this proposal and
School Board Policy 6.14.
Any person who files an action protesting a decision or intended decision pertaining to this bid
pursuant to FS 120.57(3)(b), shall post with the Purchasing Department, at the time of filing the formal
written protest, a bond secured by an acceptable surety company in Florida payable to the School
District of Palm Beach County in an amount equal to 1 percent (1%) of the total estimated contract
value, but not less than $500 nor more than $5,000. Bond shall be conditioned upon the payment of
all costs that may be adjudged against the protester in the administrative hearing in which the action is
brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check,
certified bank check, bank certified company check or money order will be acceptable form of
security. If, after completion of the administrative hearing process and any appellate court
proceedings, the District prevails, it shall recover all costs and charges included in the final order of
judgment, including charges by the Division of Administrative Hearings. Upon payment of such costs
and charges by the protester, the protest security shall be returned. If the protest prevails, he or she
shall recover from the District all costs and charges, which shall be included in the final order of
judgment.
9
INVITATION TO BID NO. 02C-6E
QQ, INFORMATION: Any questions by the prospective bidders concerning this invitation to bid should be
addressed to Gaea Peary, CPPB, Purchasing Agent, Purchasing Department (561-434-8210), who is
authorized only to direct the attention of prospective bidders to various portions of the bid so they may
read and interpret such for themselves. Neither Ms. Peary nor any employee of the District is autho-
rized to interpret any portion of the bid or give information as to the requirements of the bid in addition
to that contained in the written bid document. Interpretations of the bid or additional information as to
its requirements, where necessary, will be communicated to bidders by written addendum.
10
INVITATION TO BID NO. 02C-6E
BID SUMMARY SHEET
Item 1. KENWOOD, VHF 150-174 MHz, 5W, 8 Channel
A. Portable Radio (#TK-260GK) $
B. Helical Antenna (#KRA-14M) $
C. Nicad Battery (#KNB-15A) $
D. Single Unit Desk Charger (#KSC-16) $
(Estimated Quantity 700 each) TOTAL ITEM 1 (A — D INCLUSIVE) $
Item 2. KENWOOD, UHF 450-470 MHz, 4W, 8 Channel
A. Portable Radio (#TK-360GK) $
B. Whip Antenna (#KRA-15) $
C. Nicad Battery (#KNB-15A) $
D. Single Unit Desk Charger (#KSC-16) $
(Estimated Quantity 700 each) TOTAL ITEM 2 (A — D INCLUSIVE) $
Item 3. KENWOOD, UHF 450-490 MHz, 40W
A. Mobile Radio (#TK-880HK) $
B. External Speaker (#KES-3) $
C. UHF Antenna w/ coil (#SN450A) $
D. Crimp Connector (#PL259) $
(includes KMC-27B Mic., DC Cable, Mounting bracket)
(Estimated Quantity 200 each) TOTAL ITEM 3 (A — D INCLUSIVE) $
Item 4. KENWOOD, VHF 150-174 MHz, 15 to 50 watt
A. Desk -top Repeater (#TKR-750K) $
B. Control Station Microphone (#KMC-9) $
C. Crimp Connector (#PL259) $
(Estimated Quantity 15 each) TOTAL ITEM 4 (A — C INCLUSIVE) $
Item 5. KENWOOD, UHF 450-470 MHz, 2 to 20 watt
Desk -Top Repeater (#TKR-820K) $
(Estimated Quantity 15 each)
Item 6. MULTIPLIER, Battery
For Kenwood 260GK/360GK (#MKNB-15A) $
(Estimated Quantity 400 Each — Purchased in Tots of 100 each)
Item 7. MULTIPLIER, Battery
Battery for Kenwood TK353 (#MKNB-12) $
(Estimated Quantity 400 Each — Purchased in lots of 100 each)
Item 8. FEDERAL SIGNAL, Informer
Dual Relay Version (#I-U10) $
(Estimated Quantity 25 Each)
11
INVITATION TO BID NO. 02C-6E
Item 9. ANTENNA SPECIALISTS, EAC-50 Repeater Kit
800 MHz (Cellular & Trunking) (ASPA9806-50
OR ASPD9824-50)
(Estimated Quantity 15 each)
Item 10. KENWOOD, UHF 450-490 MHz, 5W
A. Portable Radio (#TK-380K) $
B. Whip Antenna (#KRA-15M) $
C. Nicad Battery (#KNB-17A) $
D. Single Unit Charger (#KSC-20) $
(Estimated Quantity 50 each) TOTAL ITEM 10 (A — D INCLUSIVE)$
Item 11. KENWOOD, Charger Adapter
Six Unit Charger Adapter (#KMB-14) $
(Estimated Quantity 50 each)
Item 12.ALEXANDER, Battery, 10 volt
For GE MPI (#R6393) $
(Estimated Quantity 100 each)
Item 13.ALEXANDER, Battery, 7.5 volt
For GE MPI (#R6391) $
(Estimated Quantity 150 each)
Item 14.ALEXANDER, Battery, 7.5 volt
For Ericsson PCS (#R2931) $
(Estimated Quantity 150 each)
Item 15.MULTIPLIER, Battery
For GE MPI
(#M639G3) $
(Estimated Quantity 100 Each (Purchased in lots of 100 each)
Item 16.ANTENNA SPECIALISTS, UHF Antennae
445-470 MHz (ASP 7657)
(Estimated Quantity 100 Each)
Item 17.ANTENNA SPECIALISTS, Ground Plane
108-512 MHz (ASP 7A)
(Estimated Quantity 50 Each)
12
INVITATION TO BID NO. 02C-6E
J.
K.
L.
M.
N.
Item 18.
(If bidding on more than one manufacturer, pages 11 — 12 are to be reproduced and completed as needed for each
manufacturer's product line and/or catalog bid.)
COMPANY REPRESENTATIVE: MANUFACTURER OF PRODUCT BEING BID:
Name: Company:
Address: Sales Rep.:
Telephone:
Telephone: Delivery:
Fax Number:
Email Address:
You are: (check one) Manufacturer Distributor Dealer
Terms:
(Days From Date You Receive P.O.)
Discounts based on single fixed discount including balance of line. Bidder is requested to bid all of the
items listed.
NO. DESCRIPTION
A. Portable Radios, includes PL Code, VHF 1 to 5 watts and two channels
B. Portable Radios, includes PL Code, UHF 1 to 5 watts, minimum two channels
C. Portable Radios, includes PL Code, 800 MHZ 1 to 3 watts, minimum of two
channels. Shall include minimum of 25 channel scan and priority feature.
D. Mobile radios all be available with PL feature, VHF - 1 to 100 watts, two
channel minimum with trunk and dash mount capability.
E. Mobile radios all be available with PL feature, UHF - 1 to 100 watts, two
channel minimum with trunk and dash mount capability
F. Mobile radios all be available with PL feature, 800 MHZ 1 to max. watts, two
channel minimum. Shall include scan and priority features and trunk and
dash mount capability.
G. Remote desk -top stations with transmit indicators
H. Control Stations: shall be multi frequency with PL feature available. Output 1
to max wattage and remote capability, VHF 1 to max watts
I. Control Stations: shall be multi frequency with PL feature available. Output 1
to max wattage and remote capability, UHF 1 to max watts
Control Stations: shall be multi frequency with PL feature available. Output 1
to max wattage and remote capability, 800 MHZ 1 to max watts
Repeaters: 1 to maximum of 125 watts and shall include
multiplex operation, VHF - output 1 to maximum watts
Repeaters: 1 to maximum of 125 watts and shall include
multiplex operation, UHF - output 1 to maximum watts
Repeaters: 1 to maximum of 125 watts and shall include
multiplex operation, 800 MHZ output 1 to maximum watts
Crossband Repeater, VHF to 800 MHZ
PL feature and
PL feature and
PL feature and
PERCENTAGE
DISCOUNT
ok
ok
%
%
13
INVITATION TO BID NO. 02C-6E
NO. DESCRIPTION
O. Crossband Repeater, UHF to 600 MHZ
P. Batteries
Q. Chargers
R. Antennae
S. Accessories
Is manufacturer's unaltered price list as originally published in general distribution and
in effect on date of bid opening attached?
If bidder is .other than manufacturer, then is manufacturer's list of authorized
distributors/dealers names, addresses, and phone numbers attached?
Is list of authorized service facilities, including addresses, telephone numbers and
contact persons attached?
PERCENTAGE
DISCOUNT
Yes No
%
14
INVITATION TO BID NO. 02C-6E
Minority Certification applications are available through the Minority Business Enterprise
located at:
Department of Equity Assurance
School District of Palm Beach County
3322 Forest Hill Boulevard, Suite C-323
West Palm Beach, FL 33406-5871
Phone: (561) 434-8508
http://www.palmbeach.k12.fl.us/bids/mwbe
Are you a minority vendor certified by: (Check if appropriate)
Palm Beach County School District
State of Florida
If yes, expiration date
Minority Classification
If you are not a certified minority vendor and intend to sub -contract with a certified minority
firm(s), please list the vendors and the estimated dollar value below:
Vendor
Estimated Dollar Value
For information on other bids currently being solicited for the School District of Palm Beach
County, please call the BID HOTLINE at (561) 434-8111.
Bids/RFPs are available to view and print at no charge on the Purchasing Department's Internet
Hotline. Simply go to http://www.palmbeach.k12,fl,us/bids and click on those documents you
are interested in. This will allow you to register, view and print the solicitation.
2 ATTACHMENTS
15
INVITATION TO BID NO. 02C-6E
ATTACHMENT A
DRUG -FREE WORKPLACE CERTIFICATION
Preference must be given to vendors submitting a certification with their bid/proposal certifying they have a
drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all
public entities of the State and becomes effective January 1, 1991. The special condition is as follows:
IDENTICAL TIE BIDS - Preference shall be given to businesses with drug -free workplace programs.
Whenever two or more bids which are equal with respect to price, quality, and service are received by the
State or by any political subdivision for the procurement of commodities or contractual services, a bid
received from a business that certifies that it has implemented a drug -free workplace program shall be
given preference in the award process. Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug -free workplace program, a business shall:
1) Publish a statement notifying employees that the unlawful manufacture, distribution, dis-
pensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for
drug abuse violations.
3) Give each employee engaged in providing the commodities or contractual services that are
under bid a copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or plea of
guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of
the United States or any state, for a violation occurring in the workplace no later than five (5)
days after such conviction.
5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who
is so convicted.
6) Make a good faith effort to continue to maintain a drug -free workplace through implementation
of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements.
COMPANY NAME
VENDOR'S SIGNATURE
Must be executed and returned with attached bid at time of bid opening to be considered.
PBSD 0580 New 3/91
16
INVITATION TO BID NO. 02C-6E
STATEMENT OF NO BID
ATTACHMENT B
If you are not bidding on this service/commodity, please complete and return this form to: Purchasing
Department, School District of Palm Beach County, 3326 Forest Hill Boulevard, West Palm
Beach, FL 33406-5813. (Please print or type, except signature)
Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the School
District of Palm Beach County.
COMPANY NAME:
ADDRESS:
CITY: STATE: ZIP:
CONTACT PERSON: TELEPHONE:
We, the undersigned, have declined to bid on your bid No. SB
for because of the following reasons:
Service/Commodity
We do not offer this product or the equivalent.
Insufficient time to respond to the invitation to bid.
Remove our name from this bid list only.
Our product schedule would not permit us to perform.
Unable to meet bond requirements.
Other. (Specify below)
REMARKS:
SIGNATURE: DATE:
17
AGENDA ITEM
INVITATION NO. 02C-6E TERM CONTRACT FOR PORTABLE & MOBILE RADIOS & ACCESSORIES
DATE:
July 30, 2003
PRESENTED TO BOARD: September 17, 2003
CONTRACT PERIOD: October 18, 2003 through October 17, 2004
DEPARTMENT: Various FUNCTION: Various OBJECT: 6420/5110 FUND: Various
FUNDING SOURCE: Various Budgets -Equipment, Materials, & Supplies
REQUESTING DEPARTMENT: School Police - Radio Communications
FINANCIAL IMPACT
The financial impact to the District budget is estimated at $650,000. The
source of funds is various schools and departments budgets.
Purchase orders processed from October 18, 2001 through July 30, 2003 total
$ 1,001,010.
AF
CONTRACT RENEWAL
Term Contract No. 02C-6E was awarded by Board action on October 17, 2001, to
Antenna Specialists, Bearcom Operating LP, Car -Comm, Citation Communications,
Express Radio, Martronics, Inc., Mes Industries, Motorola, Inc., Multiplier
Industries, and Tedi, for two year(s) with the option to renew for two addi-
tional one-year periods.
The first option to renew is now being exercised for the period October 18,
2003 through October 17, 2004.
By Board action on July 17, 2002, the estimated expenditure was increased by
$750,000.
Antenna Specialists, Car -Comm, Citation Communications, Express Radio, Mes
Industries, Multiplier Industries, and Motorola, Inc., have agreed to honor
terms, conditions and pricing of existing contract for the forthcoming
contract period. Bearcom Operating LP, Martronics, Inc., and Tedi do not wish
to renew this contract.
Items to be purchased include Portable & Mobile Radios, Repeaters, Antennas &
Batteries.
RECOMMENDATION: Based on satisfactory performance during the past contract
period, it is recommended that the term contract for
Portable & Mobile Radios & Accessories, be renewed with
Antenna Specialists, Car -Comm, Citation Communications,
Express Radio, Mes Industries, Multiplier Industries, and
Motorola, Inc. for the period October 18, 2003 through
October 17, 2004.
Note: Original RFP / Bid document is available upon request.
SS:DG:RB:hs
C:IDocuments and Settings\JMartin\Locai Settings\Temporary Internet Files\OLK930102C-BE (2).doc Last printed 10/21/2004
11:59:00 AM
REVISED
AGENDA ITEM
INVITATION NO. 02C-6E TERM CONTRACT FOR PORTABLE & MOBILE RADIOS AND
ACCESSORIES
DATE: October 10, 2001 DATE OPENED: September 19, 2001
DATE SOLICITED: August 22, 2001 DATE POSTED: October 10, 2001
PRESENTED TO BOARD: October 17, 2001
CONTRACT PERIOD: October 18, 2001 through October 17, 2003
DEPARTMENT: Various FUNCTION: Various OBJECT: 6420/5110 FUND: Various
FUNDING SOURCE: Various Budgets — Equipment, Materials & Supplies
REQUESTING DEPARTMENT: School Police -Radio Communications
112 Bids Solicited 13 Responses ( 12 Bids, 1 No Bids) 99 No Response
6 M/WBEs Solicited, 0 M/WBE Responses ( 0 Bids, 0 No Bids) 6 No Response
FI
NANCIAL IMPACT
The annual financial impact to the various schools and departments budget is estimated at $500,000.
The source of funds is various budgets.
Purchase orders processed from May 17, 1999 through August 15, 2001 total $986,554
Items to be purchased include portable & mobile radios, repeaters, antennas, and batteries.
VENDOR
Antenna Specialists
Bearcom Operating, LP
Car -Comm, Inc.
Citation Communications
• EF Johnson Company
Express Radio, Inc.
Martronics, Inc.
MES Industries
Motorola
Multiplier Industries
TEDI
AWARD RECOMMENDATION / TABULATION
MINORITY
STATUS ITEM 1
285.79
282.00
286.25
ITEM 2 ITEM 3
311.62
305.00
312.25
466.70
465.00
469.50
C:IDocuments and Settings\JMartin\Local Settings\Temporary Internet Files\OLK930102C-8E (2).doc Last printed 10/21/2004
11:59:00 AM
INVITATION NO. 02C-6E AGENDA ITEM
Page 2
VENDOR ITEM 4 ITEM 5 ITEM 6 ITEM 7
Antenna Specialists
Bearcom Operating, LP
Car -Comm, Inc.
Citation Communications
1099.86
1.022.50
971.50
1247.04
1160.00
1100.00
49.79 48.38
31.00 33.75
35.00 38.00
EF Johnson Company - -
Express Radio, Inc. - 38.40 42.00
Martronics, Inc. 24.50 26.50
MES Industries
Motorola -
Multiplier Industries 23.00 24.00
TEDI - 28.24 31.76
VENDOR
Antenna Specialists
Bearcom Operating, LP
Car -Comm, Inc.
Citation Communications
ITEM 8 ITEM 9 ITEM 10 ITEM 11
1998.75
315.00 2425.95
295.00 2195.00
00741 2500.00
EF Johnson Company
Express Radio, Inc.
Martronics, Inc.
MES Industries
Motorola
• Multiplier Industries
tat:
321.30 2798.00
379.00
431.58 123.75
419.00 108.00
430.25 110.00
123.75
INVITATION NO. 02C-6E AGENDA ITEM
Page 3
VENDOR ITEM 12 ITEM 13 ITEM 14 ITEM 15
Antenna Specialists
Bearcom Operating, LP
Car -Comm, Inc. - - 35.00 103.85 42.35
Citation Communications 25.90 75.00 26.00
bilhalrePli 30.00 29.00 83.00 29.00
EF Johnson Company
Express Radio, Inc. 31,24 92.70 37.80
Martronics, Inc. 21.50 26.50 45.50 21.50
MES Industries
Motorola - -
Multiplier Industries - 11.97 40.00 17.00
TEDI 22.35 18.82 51.18 22.35
VENDOR
Antenna Specialists
Bearcom Operating, LP
Car -Comm, Inc.
Citation Communications
ITEM 16 ITEM 17
31.63 50.25
44.28 35.70
34.95 49,95
e o. i*to
35.00 35.00
EF Johnson Company
Express Radio, Inc. 38.70 37.80
Martronics, Inc.
MES Industries
Motorola
Multiplier Industries
TEDI 29.76 29.65
INVITATION NO. 02C-6E AGENDA ITEM
Page 4
Item 18 — Balance of Line Awarded by Vendor
Antenna specialists
Antennas 50% Express Radio
Repeater Kits 25% Maxon 25-31%
Motorola Inc. 20-34%
Bearcom Operating LP Nextel 25%
Icom America, Inc. 25-45%
Mes Industries
Car -Comm Federal Signal 10%
Kenwood (Items A-F) 37%
Ritron 10-20% Motorola, Inc.
Vertex Standard (Items A-J) 26% Motorola, In.c 15%
Citation Communications
Kenwood (Items G — S) 20-30% TEDI
CES Wireless Technologies 10% Jbro Bateries 43%
EF Johnson/Smartnet 15-20% Multiplier Industries 52%
EF Johnson/Land Mobile 18-20%
MIA Com 10%
Nextel 15-25%
Pyramid Comm 15-20%
Tait Electronics 20-25%
Vertex Standard (Items K-S) 23-27%
LEGEND:
Award - Primary
( ) = Reject
MINORITY - (2-Black, 3-Hispanic, 4-Indian/Alaska, 5-Asian, 6-Women, 7-Disabled, 8-Other)
RECOMMENDATION: I recommend award be made to the lowest and best bid from the responsive and
responsible bidder(s), as indicated above, and authorize the use of the next
lowest bidder(s) meeting the same conditions in the event the original awardee
cannot fulfill their contract.
INVITATION NO. 02C-6E AGENDA ITEM
Page 5
SUMMARY OF AWARDS
Citation Communications Martronics, Inc
Item 1 $197,400 Item 12 - $2,150
2 $213,500
3 $ 93,000 Multiplier Industries
4 $15,337 Item 6 $9,200
5 $17,400 7 $9,600
8 $ 7,375 13 $1,795
10 $ 20,950 14 $6,000
11 $ 5,400 15 $1,700
Total $537,625 Total $28,295
TEDI
Item 9 - $28,217
16 - $2,976
17 - $1,485
Total - $32,678
EXCEPTIONS:
DEMBAR CORP. — Bid withdrawn, per special condition FF.
BID PROTEST
Failure to file a protest within the time prescribed in s. 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under
Chapter 120, Florida Statutes. Offers from the vendors listed herein are the only offers received timely as of the above opening
date and time. All other offers submitted in response to this solicitation, if any, are hereby rejected as late.
If a bidder wishes to protest a bid, they must do so in strict accordance with the procedures outlined in FS 120.57(3). Any person
who files an action protesting a decision or intended decision pertaining to this bid pursuant to FS 120.57(3)(b), shall post with the
Purchasing Department, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida
payable to the School District of Palm Beach County in an amount equal to 1 percent (1%) of the total estimated contract value,
but not less than $500 nor more than $5,000. Bond shall be conditioned upon the payment of all costs that may be adjudged
against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court
proceeding. in lieu of a bond, a cashier's check, certified bank check, bank certified company check or money order will be
acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the
District prevails, it shall recover all costs and charges included in the final order of judgment, including charges by the Division of
Administrative Hearings. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the
protest prevails, he or she shall recover from the District all costs and charges, which shall be included in the final order of
judgment.
SS:DN:SB:GP:jm