Loading...
HomeMy WebLinkAboutInvitation to bid Palm Beach attachmenttNVJTATION 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 ATTACHMENT B STATEMENT OF NO BID 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. 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:IDocurnents and Settings\JMartin1Local Settings\Temporary Internet FileslOLK930102C-6E (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 Pciice-Radio Communications 112 Bids Solicited 13 Responses ( 12 Bids, 1 No Bids) 99 No Response 6 MIWBEs Solicited, 0 MIWBE Responses ( 0 Bids, 0 No Bids) 6 No Response FINANCIAL 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. AWARD RECOMMENDATION I TABULATION VENDOR Antenna Specialists Bearcom Operating, LP Car -Comm, Inc. Citation Communications p R? ?a, r e EF Johnson Company Express Radio, Inc. Martronics, Inc. MES Industries Motorola Multiplier Industries TEDI MINORITY STATUS ITEM 1 ITEM 2 ITEM 3 285.79 282.00 286.25 311.62 305.00 312.25 466.70 465.00 469,50 C:10ocurnents and Settings\Martin\Local Settings\Ternporary Internet Files`OLK930102C-6E (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. 1099.86 1247.04 49.79 48.38 Citation Communications 1022.50 1160,00 31.00 33,75 itiiientaliii 971.50 1100.00 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 aag EF Johnson -Company Express Radio, Inc. Martronics, Inc. MES Industries Motorola ' Multiplier Industries TE. ITEM 8 ITEM 9 = - 1998.75 315.00 2425.95 295.00 2195.00 2500.00 321.30 2798.00 379.00 1781)711 ITEM 10 ITEM 11 431.58 419.00 430.25 123.75 108,00 110.00 123.75 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 ara „or s 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 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% Repeater Kits 25% Express Radio Maxon 25-31 Motorola Inc. 20-34% Bearcom Operating LP Next& 25% loom America, Inc. 25-45% Mes Industries Car -Comm Federal Signal Kenwood (Items A-F) 37% Ritron 10-20% Motorola, Inc. Vertex Standard (Items A-J) 26% Motorola, In.c Citation Communications Kenwood (Items G — S) 20-30% TED1 CES Wireless Technologies 10% Jbro Bateries EF Johnson/Smartnet 15-20% Multiplier Industries 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% 10% • 15% 43% 52% 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, shalt 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 state 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 tiles 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 tiling 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