Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-1511 TEMP. RESO # 8239 PAGE 1 Revision #4: 5/20/98 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98- /!5/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO PURCHASE PORTABLE RADIOS AND ACCESSORIES FROM MOTOROLA INC., BASED ON THE PALM BEACH COUNTY BID SB 98C-192J, AT A TOTAL COST OF SEVENTEEN THOUSAND TWENTY SI: DOLLARS ($17,026.00), PURSUANT TO SECTION 6-155 OF THE CODE OF ORDINANCES OF THE CITY OF TAMARAC; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the city purchased a rescue vehicle for delivery in May of 1998; and WHEREAS, radio communication equipment is needed for the emergency response vehicle; and WHEREAS, the City of Tamarac desires to purchase three (3) Motorola portable radios model MTS2000 II at a cost of $2,300.00 each, one (1) six slot battery charger at a cost of $574.00, three (3) single slot battery chargers at a cost of $107.00 each, one (1) 800mhz mobile radio at a cost of $4,688.00, one (1) 400mhz mobile radio at a cost of $2,560.00, three (3) nylon cases at a cost of $7.00 each, three (3) pagers at a cost of $345.00 each, and a status head at a cost of $927.00, for a total cost of $17,026; and WHEREAS, Motorola is the provider of the radio system for Broward County; and WHEREAS, the Tamarac Fire Rescue Department is dispatched by Broward County Dispatch; and WHEREAS, the Motorola system is not compatible with any other radio system and Motorola is the sole source for this radio system; and TEMP. RESO # 8239 PAGE 2 Revision #4: 5/20/98 WHEREAS, Palm Beach County has awarded the contract (Exhibit AA=), to Motorola for purchasing of radios and supplies; and WHEREAS, City Code 36-155 allows the Purchasing Officer waive purchasing procedures and procure supplies, materials and equipment which are the subject of contracts with the state, or with other governmental agencies; and and WHEREAS, funds for this purchase have been budgeted in the Fire/Rescue fund; WHEREAS, it is the recommendation of the Fire Chief and Purchasing Officer that this purchase be awarded to Motorola, Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac that the City purchase five portable radios and accessories from Motorola. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: Motorola is awarded the purchase of three (3) Motorola portable radios model MTS2000 II, one (1) six slot battery charger, three (3) single slot battery chargers, one (1) 800mhz mobile radio, one (1) 400mhz mobile radio, three (3) nylon cases, three (3) pagers, and a status head, for a total cost of $17,026. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 TEMP. RESO # 8239 PAGE 3 Revision #4: 5/20/98 SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this o27 day of Malm 1998. JOE SCHREIBER MAYOR ATTEST: CAROL GOL MC/AAE CITY CLERK E�I REBY CERTIFY that I have pproved this LUTZN.&`st&o �TCHELL S" CITY ATTORNEY c:\userdata\wpdata\res\75 88. pf RECORD OF COMMISSIPN VOTE MAYOR SCHREIBER c,_f . DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF_ MST 4: OMM. ROBERTS EXHHIITA -r .m i af, P t $23l • IFAX • TO: Phone Fax Phone CC: Chief Foresberg Date 4998 Number ofP-aj(es ineludin cover sheer FROM. Tom Vannah Motorola, Inc. Eastern Division Senior Account Manager address: 1450 SE 10th St. Deerfield Beach, Fl. 33441 Phone 954 4Z1 6955 Fax Phone 954 4Z1 7063 Phone: 800 275 8035 *......... REMARKS: ❑ Urgent ® Far your review ❑ Reply ASAP ❑ Please Comment The price to add a single status head to the 800 MHZ , dual head head Spectra is quoted below. There will be no siren or PA option. The price will include install and modification. The single status tread is planned to be installed at the front location_ The price with install is $927.00 and valid for 30 days. rO. d E90Z 10V V56 4VUUVn wo1 VVZ = Zi 86-oi -..AdV * FAX _ TO: Chief Foresberg City of Tamarac FirelRescue Dept Phone Date 4 30 98 Nurrrber of es includin cover sheet FROM: Tom Vannah Motorola, Inc. Eastern Division Senior Account Manager address: 1450 SE 10th St. Deerfield Beach, Fl. 33441 Phone 954 421 6955 Fax Phone 954 421 7063 cC: Phone: 800 275 8036 • REMARKS: ❑ Urgent ® For your review ❑ Reply ASAP ❑ Please Comment C� The pricing submitted to you for the MTS2000 Smartnet it portables with 250 zone/mode and the MCS2000 Smartnet II mobiles with 250 zone mode are per the Palm Beach County School Board Contract #SB97C145J. Please note prices on the quotation include the zone mode programming. Please let me know if you have any questions. r0-d E90L iZV V96 yeuuen iuol VZZ=80 86-OE--AdV • AGENDA ITEM 20 B INVITATION NO. SB 98C-192J DATE: February 17, 1998 DATE POSTED: February 25, 1998 PRESENTED TO BOARD: March 25, 1998 PROJECT: TERM CONTRACT FOR PORTABLE AND MOBILE RADIOS & ACCESSORIES CONTRACT PERIOD: May 17, 1998 through May 16, 1999 DEPARTMENT: Various FUNCTION: Various OBJECT: 6420 FUND: Various FUNDING SOURCE: Various Budgets - Equipment Term Contract No. SB 97C-145J was awarded by Board action on April 23, 1997, to Citation Commu- nications, Cooper -General Corporation, Express Radio, Inc., Motorola, Inc., and Procomm Southeast for one year with the option to renew for a period of two additional one-year periods. Citation Communications, Cooper -General Corporation, Express Radio, Inc., Motorola, Inc., and Pro- comm Southeast have agreed to honor terms, conditions and pricing of existing contract for the forth- coming contract period. Prices submitted are in keeping with current market. Items to be purchased include various types and sizes of portable and mobile radios and accesso- ries. The Goal Setting Committee has reviewed the recommendation to renew this contract. RECOMMENDATION: Based on satisfactory performance during the past contract period, it is recommended that the term contract for Portable and Mobile Radios and Accessories be renewed with CITATION COMMUNICATIONS, COO- PER -GENERAL CORPORATION, EXPRESS RADIO, INC., MOTOROLA, INC., and PROCOMM SOUTHEAST for the period May 17, 1998 through May 16, 1999. Apr-28-98 06:22A Tom Vannah 954 421 7063 P.02 sCHUOL m1smcr OF PALL BEAC1l couNTy CONTRACTING AND PROCUREMENT DEPARTIKFAIT 33Z6 Fomst U111 Boulfflmn4 Sri1M �2T6 West Palm Beach, FL 33406-5813 PID NO. SB 9TC-145J i3ID TITLE:-rcoair r+nrtrrt a ..� INVITATION TO BID Bidder Acknowledgement Date. JANUARY 13, 1997 SOFMAN 1 of 11 Bids Must will be openeReceived no later than 2:00 P.M.��ua T at which time Olds Vendor Name: & p Vendor Mailing Address: City - State - 23p Code: n Area CodefTelephone Number. Zv I N q 7 - M �+ Terms: Bidder see PP a - Special Condl- tlona r sv .sEwZ-.- Delivery Calendar days after receipt of order. v 7f �.� F.F-I.D. No. (S.S. #) 3 Fax Number. It - rS9S� gs,� ANTI-COt.ufsiON_ The re Ww d b &S_ ow"I ex that he or the has not r*vutged dheetrssaa or cont�+erad his er leer t+lrt .rHN ott.tr trots not crtpoeted -p h "T ether bidder qr pates to al bid whatever. (NOTF: Me Prattktria, robahw or grvitio " pamot1ed elers 'read reaw"I firm the bid delore�°s),6ertat Any each vlolaflarn wul result im the CwKwiUttlan W War reh►m of ms lertah (as applicable) tand the � [wcA,U.VX II Ili feed Si(Inawre ( Maureen vi_tton Authorized Slgnatune (Type or Printed) and Title CONTRACTS INVITATION TO 131D This In Pa ti 4To Hid,"t;e nr,l ens, inehv Ions to Bidders, Special Conditions, Speclfk�tlons, Addenda, antVor arty other pert(n*rtt document farm a part f this p rld by reference a made A part thereof_ ij)Q(r3F +6tlballsnld Intent of lfttlOn to secure bids for Item(s) andfor services as listed herein for the School plat,lct of Palm Beacl Flo o as Istrlct FZD BIUS: Seated bids will be recetved In the Contracting find Procurement Department until the date and time as indieatrrd Above. Bids will to opened publicly In the Contracting and Procurement Department and all bidders and general public are Invited to attend. All bids nhalf be athhmittec In st PAI Pea,nml . F mailed or delivered to the School District Q f palm Beach, Contracting and Procurement Department, 332c, Forest Hlli Boutevsaroine . West Palm Etwa o FL a340"413. dtttstde pf envelope shall plainly Identifybid :BID NU MOM the label provided. It Is the sole rwspOnsiblgty of the bidder to. ensure their bid aches the C outing and PrAnd ocurement DATE DeeparrttrmnentTla befori the r.losing Bate and hour as shown above. BOAR'S AO�ANCF: Unions otherwise spe.Cifled heroin, the bidder will allow a minimum of ninety (130) days from the last date for receiving of bids fa acceptance of its bid by the Board. AWARDS: In the best Imerrst of the District, the Roard rt+ em" the right to irvio" any and all bids and to waive any Irregularity in bids'mcetyed: tc accept any item of group of Items unless qualified �hyy hidden, to acquire additional quantities Id prict"s quoted on this Invitation unless additiomf its are net acceptable, In which case the bid st/eets must be noted "BIO IS FOR SPECIFIED QUANTITY ONLY". All awards made as a result of ithis bid shall conform to applicable Florida Statutes. GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS 8FAI-M H0719: One of fhlw r'aeataed Ir raiffiftlart 1n B%4 APaAs and Bid '7' ('�s("I rnvetM rwhrrtw.l wrilh Ham bin in older for ties Mid M be ear.whr.d for wwwrd AN (rids an.totf" 10ae Hie colvl k4 r sa Cirerrwrd Ccatdirestw�• SP-i.l CwwdK-- on the �sttead bid t�antetka and wry add"01 Iwwwrl H..rwtea. Any 6iltm erh if.* perk rM eh+ h+ddar to CW" f4 -&h ties wpwcxfi'-V rxK. tonne end rxtnddlone e( Hriw 1rwMa8ewt 62 FM ahsM be reason Io► *er"arowtlen of rrttNtsrt t. F]rECtrn0N Or 01n: Old must Contain a mwnurl signature of on iuthorismd mpres*nMlfvm In the ■gene/ provided +hove- Follare to property wig,, proposal shall Involldafm ram*, end tt stall oat be earreld*rvd for award, All bld* Mull be comp) -toff In Ink or typowtltten. No erssurt•e are pemtHied• If a correction Is twee. -very, drew a single Nn- through rh* ontered figure and enter the cOrrwctod npure *hfyvq it carrwcth.... worm# he i*"" ray Nee 1`+r+o+r eigni.y the tm' nary Illegible snares, r.nell bin.. ew Corrections not h1sH.d will fx+t he totml:ed. The adgln-1 hid ennditlorm and oprtvWotlono cannot bm chengwd Or wirer*# in any wey. AHerrd bids wig ntrt be consld- wrrd. Ctertiiestlnn of bids submitted ahall he In letter form, signed by the bidders and attached to the hid. 2. NO ""M if tot submtnlrrg a bid, respond by returning the encl"ed 'Statement of No Hid-' form and exptsln the reason_ Rapmehad follum to tote withmtt s.dfkt-nt luotinc*tion *hell tw cave- for rmovel of a Ndd-rs me ream film bid mailing list Note: A Mdder, to quality as a respondent, reel submit s "no Md- and same must bo rmcelved no lat*rthon the stated d opening data and hour. 3. rRICFS St•1(f1 FFw : n*d'trl (redo dicrotrnts and quote firm net pflce*. Give both 11..0 price and *.land totai. Prices must be slated In units of quantity *p*cNled In hid ap Iflestlons. In come of ellacropenry in comrrrding Ora amount of the bid, the UNIT ri1t:E qunMd w1q povwm. All prices FrOA destlnstlon, fought pr*pald (unless othefwlee stshtd in special conditiona). DIseoumh for prompt peytnmPt: Award. If mw..te, writ be, in wCrordertee whh tole and con i tlym ■brhd horwln. Farah Item must hb bid ■eperstety and no attempt is Io be made to ll* any *am of Home In whh any other Ham or h+me. Cash or quantity discounts offend aryl net he r consideration In detafminetlan of award of bld(e). If a bidd*f effera a dtscoemt. H is tmdsr- stood that a minimum of 3(1 d1kya w01 he required for Payment, and th% d(aeeunl Ume vNll h* eompvt-d from th. data of .otl.feetory d-livery at puree of accerrtsnem and rer-*ipt of comet Invoke at the refire sp-stied. A. TAXFS: Tbo Schaal metro of i-alm mach crmmty, le aremrrt frf)m any Ores Impaaaff by the state and/Of FeMnal Govemment. State Soles Tar Exemppttion Cart teateNo. 03- MIOO9_72-MOO and Federal Fvctav Tex No. At). 74-47. TF appvstw net •weh prtrr•ha*a orriar. This arreml'. "on den- nor apply to purchase of tsnglhts pwrennel pm"rty made try eant"oors Who tow the t*nglbre parsr.nel property ki the performance of contracts for the Improvement* of Sch.spl Dlatrrrt-ovw&-d reel pmperty as defined In Chapter 192 of the Florida Statutes, A. FBISTAK1FS:nMMrsareowp*et.dtoexamine th-eperimrnllnne,delivery aeh*dulos, Old prfeee and erttenslnn*, and off lnetq%solone p*rtsining to supplies and service*. Failure to do so w10 be of hbfdves risk. C. 8kld-r warrants by virtue of Ndding that r H—s shall remain elan, fnr e rod of nln*ty (90) days from the date of Board approval or Ums statedIn apoclal conditions. EXHIBIT "Alt Apr-28_11"A 06:22A Tom Vannah 954 421 7063 P.03 D. Trw Board rawervea the EIU f�fpArurchase ftme an Sets Cantrset. R such Items can be obtalnet4 in the twat kdarwat of the Dioble4 E. COW 11" AM PACt1At w4Qt It Is 1"hdsratoad anitl speed dolt any Rom offered or aMpiead urn E reault of the bld shop be mow (current pprodtmtlon model at the time of the bid). AN CelKokeftl shelf be GIM*bie for atorsge or shlpmem, and ell prlees ehefi klWuda standard commer- cial packaging. F. 11 -n ER10fV IFF Ir IA111OftAT1CIt1M- UnMrr otherwise gtipuiiwbed In the bid, all mamAocfvmrd Items and Ie Wleeted asoombilos Shwk be UL listed or re+Ranh" Mn lost" where aueh has been estobhshwd by Ul. for the Roma offered and furnkhhed. a. DEI VOM. Unless actual date of do" Is specified, bhwW number of days required to make deNvwry after neelpt of purchase order In space provided DwiiverY "0 may become a basis for makkq an award (See Spatial Condl- llono). Delivery ohm"be within the normal working hours of the tsar, Monday through Friday. y, excluding haWkys. S. BRAND 11wwEs: Use of a brand moms, trade namo, make, motel, mwnufsc- hrrer, nr vendor cote" numtsor In spseffk adons h for the purpewe Of ostsblehing a grade or quality of material only. It Is not tfhe 0htrfet'f kltrnt to rue Out other eompetllon, therefore, the phrase OR ACCOPTABLE EQUAL Is added. titw+ever, N a product Other than that specified It bld, It Is the vendors responsibility to submit with the bid broehurea, samples a mfor detailed specNkatems on Memo burl The Olstriet shall be the sole Judge concerning the merits of bid submitted. Bidder shall Indlerto an lho bid form the mandwehures name end ramrler R bidding ofhof than the wpeetfled brendo, and shell Wodaeoe ANY deviatk" from the specifications as listed. Othor than speelf4d Items offend reghdreE complete dose rip" lwchnical Ilteroturs marked to Indicate detall(s) eonfor- monce with specifications. G. QUALFTY: The Items bed must bo oo n; and .oriel to a eResed spscwea"ona. The menvfaeturere standard gwrsntea shelf apply. During tlRe guwnrutsg period the ewceeswf ll bklder muot ropalrandlor region the omit wlthofit coot to the OkMet with the understanding that all rsplaenttowto shall carry pie same guarsntee oe the "lost equipment. The succeesfut bidder shell make any sueh repefn and/or replacements Immediately upon receiving notice from the Olstriet. T. 3A* Pt_V.S, DF"M"ATIOIR! AND TEST}st# A. Samples Of Itame.whon requited, must bo hsnhhod tees of expo"as and If not destroyed will upon regtmst, be returned at the biddora oxponas. Request for the shun Of tits oomp%* most be Mtnoated tin hie tar her bid. Foeh Indvfduel sompfe must be hbeled with biddies name, bud number and Nam number. Failure of bidder to /fifer deliver roquked eompes or to cloo"Ir Identify oamples all ktdlomtod may be reoeon for ro)eetbn of Ile bid Unless Otherwise Mdieatwd, tram should be doNvered to the Contrsctinngg End Procurement Depo tment. School Olobict of Palm Beach CovrtEY. B. When required, the District may nqu nitfult demonettaft cf tarry unfe bid prior to the award of any contract. C. home may be tasted for complisnee with Ipe�111iealtnxno tmriler the direction of the FloriMi Deportment of ARrictlhw and Consumof SErviees, or on Independent taHkq hboratgry, Blddem shelf eowums full romponalhiRty for payment for any End all ehvpes for taetnp End anslyeis of any mgtorlals offered ordellverrd that de not conform to the minlmornt required specifications. Bidders dlspasttarl of on home delivered In this cotagory must be at no expense to the District. IL RMT-47TWO1 AHD ACCFJ'TANCI;: The sueeeveful Melton shoal be reoptmgi. be for doltvory of Nome In good corhdttkm at p*Int dw+tln■tlaf. Gadder shelf fie with the carrier of Ctelnre for bmaWge, inspeefa end otter fee+es, which vAll be doductrd from lrfvokoe. Tie Viablett lhofe, for the bon efft of su eeeoeful bidder, when peeksppoee are font tweshrwd In good Condhlan In the event tho fmoteuisl owifor wwrvicwE ouppowd to the DbsHfct Is fou A to EiE defwcdw or does net comlorm to opeelncstanre, tie OWrkt ryoerYoo the right to cancel the fnrdwr upon written notice to the ester and rebor" the product to seller at the moNses Expense. t. DWAULT rVKNl!"OW In tore of dehtik by the bidder or eantrovW. the Olotrtet may procure the sitlele orservices from Other wourees and bold the bidder or con Inclor responsible for any exe+ee Costa kvourrod 111-mblf. to. COi—i"em T3 oR PATiry1T MWIT& Blkldar worronto that there has boon no vbkatlon of coffdghb rr pet■rnt r4hta In manufEetinkyl pnodfrhrg or 06441 the anode ohipped or Ordwr.d at a result of thM hidl Sitter wgwew to hold the purchawwr rmiees from any and tap SwbNIty, idea a whcpetlss eccaskxv*r4by any such violation. 11. saAMtlr"Ati:'t FRS CtFt7x4.AT"t The Oletiet rroor"it the OVA to request Brans b4r0l4re sapereto mrnidoctioW CorflmeEtlwr of sR otremontg made lyithe propeool. 12_ Bin AltwMACTS: Bidders floe" it dopy of bid tsho(all+ut may rwrtneot N by onclowing a **N-addressed, stempod envelope with bid. 13.: bCMMATK)HA1_ t -ALT14 Alen RAr-FTY: Vondnr, me a Moult of ■word a= this bK delivering any tow4c wubataneee Item of deflnod In F•kwW4 Statute 0 1-141.102(l1) ahall furnish tel the Contract" and PrgCtwrsment Drpmnment. ■ Materiel Ssfo D►ts Rhw+' (MSDS). Tito mefeH4lawfety Riau ahoot ohmll bur rwmrk'od welt klal oh6pment end ■hag be revised an a timely heals wa eppropriolo. The MSOS must Include the folloaMnp informndw* A The rhwrnicwl name and the Common name of the Cowie .ubttancw. If. Tho hazards or other rtaler In drs Uwe of the Oftae rubr4ehe% kasllueing (/) The prAarrtlsl for f1r'o. rxpla+brti eseftgslvlty anti rrscd.ify; (2) TM knowlt scar+ Brad ethrotflr ME"h eKeebe of rfwty lne+n e.prrevrr Ineluding the medical efxfdidniie ahieh urn g-ratar reeag eLd a being agong"ted by ORflv+urr to the taR1C ■ettrtonee; and (3) The primary routed of auf+Y and symplrEme of avrrrwpoeun. C. The proper pracauttorae. hef.dang praedeas, n+se+wary tenon pteeettw wsflty+msnt and ether srMty pMscEutiene kt 1=ie Ira% of l swpasffow to tour teEle wrrlet+anc�es Ifhehndhng Epproprtobs emorgenc frratmotrt In eggs of evereoposttrr. 0. The emNggacy procedure for spills, flue, disposal end Met Nd. E. EdC.Ozioxle In lay forms of the krfovm opoelfic potential health rbfl substance Intendedto alert any porsim reading thl F. The year and morn!% R aysashlio, that the Informatnn fn$o compned sn the noes, addreEe and omorgsney bat.pfhgrw number Of the msmdxehL or responsible for preperinp the Infdrmstica. Any q�rwetOne r+garding this requhnmordob"Id be direebrd to: Dopgrtmof It tuba end F�Ipleymeat goem:, Sanwa of Indurlrlr) Saheb and I/eold Toxic Waste Information Center, SIEK*cWveCenarC%mkV rat,Tsushsr sus, FL 323014010, Telophat 1400-097-43T$, 14. 09"k, The biddorworrennthat ths pr^ehn Vaorvlces alq"" tot he Scher Olotrlet of Palm Beach Co"nty shall motor m M elf respects to the ebndarci eat forte In the Occump%tionall Safaty end Hearth Aet 1070, so amended, an the falkaas to comply with this Condition w111 be Considered as a breach r contract 15. Alfa btsCFtMOK 1TOOft The hMdrr eertffl" that they saw M compt6Rnee wit the pofFdlacrlwdfoetiner Clause ca vlokwd In Se~ 202. Eha►etalve Ord, 11249, as amended by (Executive Ordwr 1177E f$kadve to equal ewq*Tmel oopporhmIty for all peroom MAthmrt regard to race, Cofer reRgaon, so: t national ac4*L It. ADVEY"TW M In oubmil" a pnpoewi, bidder ■gfsffe not to uses tf moults therefrom all a part of any Commercial sdvorflakq V00W R prk approvof of the School Delrict. 17. C tWgJC- r OF VOTOWMr, The rvrrard Mretnwer Is el*" to five p•svfebn of the f"T 112. rlorhta ShteMeaE. All bidden mtlwt dfae wait trek bid tr name or any t:flfeor, AireCtorar sJ�'`� erArp a sits wn.m of the SctheM Board at Palm Beach Coin. Further. all bidder$ meat aftelove tho nan of any ffosrd employee she ewe w, elkweily, Of (rdlroetly, on ketorawt of 5%4 mom 1n the blddnro fkm or any of Ito brsnChoE- Is. Ow"ITEK: In twee of any doaE$! ordif rwrica of *&tOn es to the Itonne 1 bt furnished Iheretrrxlor, tfhe decision of the 01mb, tatvall be final and bImIn on both peahm 1t. Lt_xs u, r+def$l wtwer, c--mr. and Ioecd Isrua, ord4gner mum% and reguia"Onie that in say monn+r sheet the Marne covered hen apply. Lack of tomwaodpg ley the bidder WIN In fig wey be a tsars forroll from rowpon ftAty. 20. =;PM 04 C'O MOWE n AM COTIiJt ThM eignwd bud .hall bE CenekiwM on der on the pgrt•M tar Mdd- wtltch aAYr. aholl be doomed neecapb argon oppraysl by Mho Boon t In arse of a default on the pert of the hkf4 afl+r sueh gee""", NM pi■trirt "toy take much %C1Mn se it Men oppropflsts krekk" legal weft*" for dwmogwe or Ep+effic perfeerreotxs 21. l.><IUP TY. Ratlfll�., Vt AteP ff""WM When btddwre a ngVired to Enloe of ge n.wes behest ITMhk1 freperty b doRv+M rawfag ore p+"V.rm work er V:O rkae w■ a rrafit Of Mel taw*- r.fr =tie bwAor "An wwarwne d fvN duty eMigefsam and .xpwn.e d t>lfbiiffknp eM ory �+ Ew'. �'t^ she kheuranRR Battier aheR M swbte ter any d■mwge nr hew+ ter the Mel Ineurrod by budder, hlddwrve empkhyeao. Reaneee of HM bk$4w er agent any Perron tea bidder hews 40-4 000 1" c+r Prlstlnn of eta or her ee"" " a nook of t-wit N+dk 61111 tar budder oMR by Noble for Eat 0~44 bm*w neeseiofwd by porrnromenee of fish bit. Not wMhebenwAi+r(t e ftnegelnM trs NsbloMy heroin ehwR be Fmk to taw matION doNe (S10,000iio0) and the bkader r+e�rp h a he�fMne duwt It received corirld■rollm for Ine4wh 22. SPECarfCATK)"dk- Amy erniovinih. of etatea opwclrl..wllnr.e etsted hrroln t pwndd rendar the from am* As $poem" W I "ot relieve t bidder from roope—W MY. 13. pM n01*% AM rFVWOfV1AAaar-`E RM b!a^'de, when r+qut/ed eh be a Ulm EjthrA .+eth tf.w had Fn "Is orE4ynr eporslad to npoe44 CwnMMk++rw. t bon,% will be rw-tred"nueneeSvevfid ta�. Atv r41 rd of eowirsM I ntau.letwoa nMOty tit. en--Kfefnel Weldor to euhmIt a Porfertrenew bend Fn 1 @".W.vt spend M Speerel come "-va. tlpnn receipt of hiss psrfannar band. tha bit bond VAN be r*Uwnerl in the over"of-A t"W. 24. PAYIN-14r i -Yment w111 he nett ■her tf+. iMrneh*rvirwe owef400 u wMrhr have boon raceir+eYCn+nmpM'frd, Mepeebd aMl fnarhd to enmMr w award opecineatlone, here of dmo nepo or defeet End p"KwKy (mo+rwd. 25. 59-F-4 IAL CUWIT1r7Nx' Arry end *11 mf—el.l C.r,ndlftena thal rwwy very fr these Garwal CawikiOns r R have ptgcedenea_ M", tip (Rev. er96 EXHIBIT "A" r W1:1,11:1Y1i�1 r� AGENDA ITEM U INVITATION NO. SB 97C-145J DATE: April 2, 1997 DATE SOLICITED: January 13, 1997 DATE OPENED: February 19, 1997 DATE POSTED: April 2, 1997 PRESENTED TO BOARD: April 23, 1997 PROJECT: TERM CONTRACT FOR PORTABLE & MOBILE RADIOS & ACCESSORIES (Radios and Accessories) CONTRACT PERIOD: May 17, 1997 through May 16, 1998 DEPARTMENT: Various FUNCTION: Various OBJECT: 6420 FUND: Various FUNDING SOURCE: Operating/Capital Budgets - Equipment 19 Bids Solicited, 6 Responses (5 Bids, 1 No Bid) 13 No Response 1 M/WBEs Solicited, 0 M/WBE Responses (0 Bids, 0 No Bids) 1 MI BE No Response . School Police $ Various $ - - - $ - _ - $300,000.00 Actual cost during existing contract period is $315,000 MINORITY VENDOR STATUS TERMS DELIVERY ITEM 1 ITEM 2 CITATION COMMUNICATIONS Kenwood - Maxon America, Inc. 3131 % 29 % Uniden % 29% Standard 20% 20% Pyramid Comm. 25% 25% Tait Communicaations Yaesu E. F. Johnson 20% 20% 26% 260/a COOPER -GENERAL CORPORATION - - - - - 15 days Ericsson Inc. 26% 26% EXPRESS RADIO, INC. - - Net 30 As Req. Motorola Inc. Maxon America, Inc. 31.5% 31.5% 31.5% 31.5% MOTOROLA, INC. - - Net 30 5-60 days HT 1000 MT 2000 26% 26% 40 Vlsar 26% 26% a 26 /0 o 26% PROCOMM SOUTHEAST - - Net 30 10-15 days Motorola 35% 35% AGENDA ITEM Page 3 INVITATION NO. SB 97C-145J VENDOR ITEM 8 ITEM 9 ITEM 10 ITEM 11 ITEM 12 MOTOROL.A, INC. Maxtrac 26% 26% 18% - - Desktrac 26% 26% 18% 18% 18% Quantar - - - - - . 10% 1 Q% Quantro - - 900 10% MCS 2000 15% 15% 15% - - Systel - - - - - - 18% 18% PROCOMM SOUTHEAST Motorola 35% 35% 35% 35% 35% VENDOR. ITEM 13 ITEM 14 ITEM 15 ITEM 16 ITEM 17 CITATION COMMUNICATIONS Kenwood 25% 20% 20% 20% 20% Maxon America, Inc. _ _ 20% 20% 20% 20% Uniden 20% 20% 20% 20% 20% Standard 20% 15% 15% 20% 20% Pyramid Comm. - - 15% 15% 15% 15% Tait Communicaations 15% - - Yaesu 20% 20% 20% 15% 15% E. F. Johnson 20% 20% 20% 15% 15% COOPER -GENERAL CORPORATION Ericsson Inc. 26% 26% 26% 26% 26% EXPRESS RADIO, INC. Motorola Inc. 25.5% - - - - 31.5% 20.5% Maxon America, Inc. - - - - - - 31.5% 31.6% MOTOROLA, INC. Quantar 10% - - - 15% 15% Quantro 10% - - - - 15% 15% MTR 2000 100/ - - - - 15% 15% Desktrac 18% PROCOMM SOUTHEAST Motorola, Inc. - - - - - - 20% 20% VENDOR ITEM 18 ITEM 19 CITATION COMMUNICATIONS Kenwood 20% 20% Maxon America, Inc. 20% 15% Uniden 20% 15% Standard 20% 20% Pyramid Comm. 15% 15% MEE A I r r U+p r0 lG� INVITATION NO. SB 97C-145J SPECIFICATIONS / BID SUMMARY SHEET �f (THIS PAGE IS TO BE REPRODUCED AND COMPLETED AS NEEDED FOR EACH MANUFACTURER'S f PRODUCT LINE AND / OR CATALOG BID.) Bidder's Name and Address: Motorola C&E, Inc. 7928 Plantation Lakes Drive Port St. Lucie, Florida 34986 Attn: James D. Carlson Area Code and Telephone Number (561 ) 595-9440 '10 0 You are: Mfg. X Distributor Dealer_ (Check One) Manufacturer of Product Being Bid: Motorola Sales/Service Representative Name: James D. Carlson Delivery: (Days From Date of Receipt of Purchase Order): 5 days to 60 days Terms: Net 30 days Discounts Based on Single Fixed Discount Induding Balance of Line 1. Portable Radios, indudes PL Code, HT1000, MT2000, 26% VHF 1 to 5 watts and two channels VISAR. 2. Portable Radios, includes PL Code, HT1000, MT2000, 26% UHF 1 to 5 watts, minimum two channels. VISAR 3. Portable Radios, includes PL Code, HT1000, MT2000 18% 800 MHZ 1 to 3 watts, minimum of two VISAR channels. Shall include minimum of 25 channel scan`and priority feature. 4. Mobile radios all be available with PL feature, Maxtrac 26% VHF - 1 to 100 watts, two channel minimum with trunk and dash mount capability. 5. Mobile radios all be available with PL feature, Maxtrac 26% UHF - 1 to 100 watts, two channel minimum with trunk and dash mount capability. 6. Mobile radios all be available with PL feature, Maxtrac 18% 800 MHZ 1 to max. watts, two channel mini- mum. Shall include scan and priority fea lures and trunk and dash mount capability. E*UBII' A INVITATION NO. SB 97C-145J ()- o r-0 I G SPECIFICATIONS / BID SUMMARY SHEET jf (THIS PAGE IS TO BE REPRODUCED AND COMPLETED AS NEEDED FOR EACH MANUFACTURER'S ( PRODUCT LINE AND / OR CATALOG BID.) Bidder's Name and Address: Motorola CBE, Inc. 7928 Plantation Lakes Drive Port St. Lucie, Florida 34986 Attn: James D. Carlson Area Code and Telephone Number (561 ) 595-9440 You are: Mfg. X Distributor Dealer_ (Check One) Manufacturer of Product Being Bid: Motorola Sales/Service Representative Name: James D. Carlson Delivery: (Days From Date of Receipt of Purchase Order). 5 days to 60 days Terms: Net 30 days Discounts Based on Single Fixed Discount Induding Balance of Line 1. Portable Radios, indudes PL Code, VHF 1 to 5 watts and two channels 2. Portable Radios, includes PL Code, UHF 1 to 5 watts, minimum two channels. 3. Portable Radios, includes PL Code, MTS2000 15% 800 MHZ 1 to 3 watts, minimum of two (Trunked) channels. Shall include minimum of 25 channel scan and priority feature. 4. Mobile radios all be available with PL feature, MCS2000 15% VHF - 1 to 100 watts, two channel minimum with trunk and dash mount capability. 5. Mobile radios all be available with PL feature, MCS2000 15% UHF - 1 to 100 watts, two channel minimum with trunk and dash mount capability. 6. Mobile radios all be available with PL feature, MCS2000 15% 800 MHZ 1 to Max. watts, two channel mini- mum. Shall include scan and priority fea tares and trunk and dash mount capability. E*EEIT A r' t a-�—o r o l 1 INVITATION NO. SB 97C-145J 7. Remote desk -top stations with transmit indicators: Command 15% �f Series, C100 8. Control Stations: shall be multi frequency Maxtrac, Desktrac 26% with PL feature available. Output 1 to max wattage and remote capability, VHF 1 to max watts 9. Control Stations: shall be multi frequency Maxtrac, Desktrac 26% with PL feature available. Output 1 to max wattage and remote capability, UHF 1 to max watts 10. Control Stations: shall be multi frequency Maxtrac, Desktrac 18% with PL feature available. Output 1 to max wattage and remote capability, 800 MHZ 1 to max watts 11. Repeaters: 1 to maximum of 125 watts and shall MTR2000 10% include PL feature and multiplex operation, Quantar VHF - output 1 to maximum watts Quantro 12. Repeaters: 1 to maximum of 125 watts and shall MTR2000 10% include PL feature and multiplex operation, Quantar UHF - output 1 to maximum watts Quantro 13. Repeaters: 1 to maximum of 125 watts and shall MTR2000 10% r include PL feature and multiplex operation, Quantar 800 MHZ output 1 to maximum watts Quantro .. _ 14. Crossband Repeater, VHF to 800 MHZ NO BID 15. Crossband Repeater, UHF to 800 MHZ NO BID 16. Batteries 15% 17. Chargers 15% 18. Antennae goo 19. Accessories 15% BIDDER IS REQUESTED TO BID ALL THREE COMMODITIES ABOVE, IF POSSIBLE. Manufacturer's Unaltered Price List as Originally Published in General Distri- X YES NO button and in Effect on Date of Bid Open ing Attached. It E*EHIT A VIT N B 97C-145J �/'WHIS PAGE IS TO BE REPRODUCED AND COMPLETED AS NEEDED FOR EACH MANUFACTURER'S PRODUCT LINE AND/OR CATALOG BID.) If bidder is Other Than Manufacturer, then Manufacturer's List of Authorized YES NO Distributors/Dealers Names, Addresses, Phone Numbers and Principals in Compli ante with Special Condition "O". List of Authorized Service Facilities, Including Addresses, Telephone Numbers YES NO and Contact Persons Attached; Per Spe cial Conditions O - "Service" - Para graph 3. Signal Communications 5580 NW 36th Ave. Ft. Lauderdale, Florida 33309 Suite B Phone:954-739-8901 Fax:954-739-3716 Contact: Mr. James Allen 0 Apr---28-98 06: 23A -"ram Vannah 954 421 7063 P - 04 H`X-tC, E*=r A t DRUG-FR,EE 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: IDENTIQALjjE 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 b 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, dispensing, 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 adrug-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. B) 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. * Per Motorola'n attached nrvg --Prey± Workforce Policy. Although lSotarola. doe�t not rrqui.rn self-repcar.tinq, MOtorola wxiI advifiP i h`m�loyeea on th.* Caurlty Rita that r2t.i is a legal requirement. -L n'lG�/` C F X I COMP NY NAME r] VENDOR'S SIGNATURE Must the executed and returned with attached bid at time of bid opening to be considered. PBSD 0580 New 3191 EXHIBIT "A" Apr--28-98 05:24A Tom Vannah 954 421 7063 P-05 r� • • LAND N40BILE PRODUCTS -SECTOR - SMALL BUSINESS DEVELOPMENT AND PARTICIPATION STATEMENT Motorola's Land Mobile Products Sector believes its strong commitment to identifying, developing and partnering with Small, Minority and Women owned businesses to provide quality products and services, significantly contributes to our fundamental objective of Total Customer Satisfaction and our world class leadership role in the markets and communities we serve. We clearly recognize and support the efforts of City of Cincinnati to utilize Minority and Women owned businesses. Because we are a manufacturer and this solicitation is solely for our manufactured equipment( portable and mobile subscribers), there is no direct opportunity to have subcontracting participation on this solicitation. Unless there exist subcontracting opportunities, MBEJWBE participation can not occur. It is the policy of Motorola, Land Mobile Products Sector to purchase goods and services necessary for the effective operation of our business from Small, Minority and Women owned businesses to the fullest extent possible consistent with the merits of the suppliers' offerings. The Sector uses its best efforts to source and utilize qualified Minority, Women and DS-DBE owned businesses for available subcontracting opportunities. The Sector has established a formal Stuall Business Development Program that has the endorsement and full support of the Sector's President and the members of the Sector staff. Goals have been established for the businesses and plans for achieving the goals have been created and are being implemented. The program requires all individuals making purchasing / sub -contracting decisions and the Small Business Development Group to make every effort to achieve the objectives of the program. We are seeking to screen -in subcontractors through identification of strengths and development opportunities. Overall our focus is on developing mutually beneficial long term relationships with our subcontractors. In addition, our goal is to unitize Minority and Women owned businesses in all aspects of our business, not just when there are specific Minority ,Women and DS-DBE owned businesses participation requirements. The Sector's Small Business Program identifies specific subcontracting needs and using a variety of tools will source to Minority ,Women and DS-DBE owned companies that can meet and satisfy those needs. We are currently seeking to identify more businesses that can contribute value added capability in our system subcontracting business. Motorola's rand Mobile Products Sector is committed to the identification, development and utilization of Small, Minority ,Women and DS-DBF owned businesses that. meet Motorola's objectives for quality products and services. it is important that these partnerships assist in achieving the overall fundamental goal of C' roomer Satisfaction and provide a competitive advantage while ensuring compliance with Federal, State and Local contractual requirements. HXHIBI'l "A"