/
     
Res No 207-12-13764RESOLUTION NO. 207-12-137 6 4 A Resolution authorizing the City Manager to spend $20,000.00 from the Federal Forfeiture Fund to provide an 800MHz Bi- directional Amplifier (BDA) being charged to account number 615- 1910 - 521 -6430 (Operating Equipment) and paid to TLC Specialties, LLC. WHEREAS, the Police Department is required to maintain communications in order to maintain homeland security, enforce the laws of the State of Florida, provide for the safety of the employees and the public, thereby making our community safer; and WHEREAS, the current system is outdated, receives undue radio frequency interference and does not allow for clear communication between the police dispatchers and officers out in the field, using the SMPD car -to -car channel, which is an officer safety hazard, and does not allow for effective policing; and WHEREAS, the mandatory county radio re- banding project will be operating at 800 MHz frequency, and M -D County Communications Engineers completed an analysis and have recommended the Bi- directional Amplifier (BDA) system in order to mitigate this dangerous situation; and WHEREAS, the Commission for Florida Accreditation (CFA) Chapter 20, addresses situations of an emergency nature that result from disasters, civil disturbances, and civil defense emergencies, Chapter 33 addresses communications, and Chapter 17 addresses 24 -hour two -way radio capability providing continuous communication between a communications center and sworn members on duty, all of which mandate a radio system which is able to operate. The BDA would assist the police department in meeting these accreditation standards. WHEREAS, the proposed expenditure is permissible under Section VIII, A, 1, (d) of the Department of Justice publication titled: "Guide to Equitable Sharing for State and Local Law Enforcement Agencies. " NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: The City Manager is authorized to allow these expenditures to be charged to the FF Operating Equipment account #615- 1910 -521 -6430 for a cost not to exceed $20,000.00 to be paid to TLC Specialties, LLC. The amount to be expended also includes engineering fees to be paid to the Miami -Dade County Enterprise Technology Services Management. Pg. 2 of .Res. No. 207 -12 -13764 Section 2: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 3. This resolution shall become effective immediately upon adoption by vote of the City Commission, PASSED AND ADOPTED this 16th day ofoctober , 20120 ATTEST: CLERK APPROVED: )RM, COMMISSION VOTE: 5 -0 Mayor Stoddard: Yea Vice Mayor Liebman: Yea Commissioner Newman: Yea Commissioner Harris: Yea Commissioner Welsh: Yea To: From: Date: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission Hector Mirabile, PhD, City Manager I September 28, 2012 Agenda Item # South Miami A114m6deaChy 'I I I IMF 2001 Subject: A Resolution authorizing the City Manager to expend funds not to exceed $20,000.00 from the Federal Forfeiture Fund to provide an $OOMHz 131-directional Amplifier (BDA) being charged to account number 615- 1910 -521 -6430 (Operating Equipment) and paid to TLC Specialties, LLC. Background: The Police Department is required to maintain communications between the dispatch center and the officers out in the field. The current system is outdated, receives undue radio frequency interference and does not allow for clear communication between the police dispatchers and officers out in the field, using the SMPD car -to -car channel, which is an officer safety hazard, and does not allow for effective policing This proposed expenditure is permissible under Section VIII, A, 1, (d) of the Department of Justice publication titled: "Guide to Equitable Sharing for State and Local Law Enforcement Agencies. " Expense: Not to exceed $20,000.00 with a current balance of $68,500.00 Attachments: ❑ Proposed Resolution • Scope of Work from MDC • Quotes from MDC Pre - qualified Vendors • Summary of BID Responses • Contract Award Sheet from Miami -Dade County SCOPE OF WORK FOR THE INSTALLATION OF A PUBLIC SAFETY 800 MHZ BI- DIRECTIONAL AMPLIFIER AT SOUTH MIAMI POLICE STATION. PLACE OFPERFORMANCE: The work described below shall take place at the South Miami Police Station (6130 Sunset Drive, South Miami, Fl. 33143) BACKGROUND. The purpose of this RFQ is to request the installation of all the necessary hardware and miscellaneous components to deploy a Bi- directional Amplifier, including (but not limited to) one (1) rooftop donor antenna, the corresponding transmission line, two (2) in- door antennas and corresponding wiring, as well as grounding and lightning protection components. The work will take place at the above captioned place of performance. To ensure personnel safety, all construction tasks shall be conducted in accordance with OSHA safety and /or local safety regulations (whichever is more stringent). Contractors must comply with applicable Federal, State and Local Codes and requirements including the Florida Building Code. All site development and equipment installation work shall comply with all applicable codes in use by the authority having jurisdiction. Government and local codes shall take precedence over the requirements of this document provided they offer added safety. CONTRACTOR QUALIFICATIONS: Contractor must be knowledgeable and adhere to the following industry codes and guidelines, or superseding standard /code /guidelines whichever is more stringent. ■ Motorola R -56, "Standards and Guidelines for Communication Sites." ■ MA /Com, "Site Grounding and Lightning Protection Guidelines" ■ EIA /TlA- 222 -G. ■ Florida Building Code 2007 with 2009 Amendments. ■ NFPA 70, National Fire Protection Code or "National Electrical Code." ■ NFPA 780, "Standard for the Installation of Lightning Protection Systems." Page: l ■ IEEE Std 142 -1991 "Green Book ", "Recommended Practice for Grounding of Industrial and Commercial Power Systems" ■ ANSI /TIA /EIA- 568 -A, "Commercial Building Telecommunications Cabling Standard. ■ ANSI /TIA /EIA - 569 -A, "Commercial Building Standards for Telecommunications Pathways and.Spaces." ■ ANSI /TIA /EIA -606, "The Administration Standard for the Telecommunications Infrastructure of Commercial Building." ■ ANSI /TIA /EIA -607, "Commercial Building Grounding and Bonding Requirements for Telecommunications." ■ All applicable Federal, State and Local Building Codes and Requirements including the South Florida Building Code. TIME OF COMPLETION: It is expected the Vendor will complete the tasks associated to this Scope of Work in no more than ten (10) calendar days. PERMITS: Vendor must obtain the required permits from the AHJ before initiating any work. PROFESSIONAL ENGINEER SEALS: If needed, it will be the responsibility of the Contractor to provide Florida Professional Engineer seals for the project documentation, permits applications, and any other plan or as -build documentation, etc involving the execution of this project. SUBMITTAL DATA REQUIREMENTS: All technical submittals required herein shall be delivered to the following Miami -Dade County representative: Ramiro Diaz Phone number: (305) 596 -8693 e -mail: ramdiaz @miamidade.gov Page: 2 DELIVERABLES The following is a general description of the basic materials, equipment, etc the Vendor is expected to provide and /or install. It is understood that miscellaneous parts and materials needed to accomplish this proiect will be furnished and installed by the Vendor and shall be part of the quote the Vendor will submit as a result of this RFO. The Vendor shall be responsible for all labor, permitting, and the acquisition of materials for the project. All materials in this project shall be new. The contractor shall warrant the work and parts for at least one year. Materials to be provided shall include but not be limited to the following items: • Donor antenna: The Vendor shall permanently install one (1) 700/800 MHz, SY450 -SF 1 SNM yagi antenna on the external wall of the elevator tower on the roof top of the building. The antenna will be provided by ITD Miami -Dade County. The antenna will be mounted on a Schedule 40 pipe attached to the wall of the elevator tower. The maximum height of the pipe above the top of the elevator tower shall not exceed five (5) feet. The orientation of the antenna will be specified during site visit. • Transmission line: Two different types of transmission line will be used for this installation: for exterior areas it will be used LDF4 -50A; and for interior installation it will be used plenum rated HL4RP -50A cable. The Tx line will enter the building via an existing roof penetration as described on the attached figure. The segment of LDF4 -50A cable will extend from the antenna to a DSXL (with BFN flange bulkhead adapter) polyphaser installed in a mast - mounted MGB. From this point on, plenum rated cable shall be used. The HL4RP -50A plenum cable will extend through the Dispatch area on the first floor of the building where the BDA device will be installed. The connection between the HL4RP -50A plenum cable and the BDA will be accomplished via a Belden 83242 (or similar) low loss jumper cable, for example Tessco 313582, Low Loss Jumper Assembly. The connection between the HL4RP -50A plenum cable and the BDA will be accomplished via a Belden 83242 (or similar) low loss jumper cable, for example Tessco 313582, Low Loss Jumper Assembly. Page: 3 MIAMI•DADE e • Installation of in -door antennas: The Vendor shall permanently install two (2) in- door antennas in the first floor of the building. Specific locations will be indicated during site visit. Installation of a third antenna at the second floor shall also be quoted as a separate item. A decision whether to install this third antenna will be made at a later time. • Installation of the BDA, the UPS, the filter and the power divider: The vendor shall utilize a single piece of plywood to wall -mount these elements. • Grounding and nd li htning protection: Grounding and lightning protection will be accomplished by bonding together the antenna mast, the transmission line, and the new grounding as shown in the attached figure. In addition, one (l) DSXL plus BFN adapter polyphaser will be installed as indicated. • Identification of the transmission line: The transmission lines coming from the donor antenna shall be identified with stamped brass tags at three different points, which are the following: the antenna, at the rooftop entry port, and at the BDA location. The transmission lines going from the BDA through the indoor antennas shall be identified at the power divider /BDA deployment point and at each in -door antenna location. The in -door antennas shall also be identified by labeling them, and indicating antenna number and name of the system they belong to. • Test: The Vendor shall sweep each transmission line using test equipment having valid calibration. Any anomalies detected during the sweep test shall be corrected by the vendor. Copy of results for the transmission line sweep shall be delivered to the Miami -Dade County representative. • B &Z permit and documentation: The Vendor is responsible for all building department permit processing. A copy of the building permit showing signed inspections of the work taken place shall be delivered to South Miami Police Department for the records. The following is a list of some basic hardware needed to implement this project. Other materials, like transmission line, grounding kits, mounting hardware etc., as well as miscellaneous parts, shall be furnished by the Vendor and shall be included on the quote the Vendor will submit as a result of this RFa 1) One (l) 700/800 MHz yagi antenna. Manufacturer: Sinclair. Model #: SY450- SF 1 SNM. 2) Two (2) In -door ceiling - mounted omni antennas, 698 -2700 MHz. Manufacturer: CommScope (Andrew) Model #: CELLMAX- O- CPUSE. Page: 4 3) One (1), 15 -dB, 2 -watt attenuator. Manufacturer: MECA Electronics Inc. 4) Two (2), 10 -dB, 2 -watt attenuators. Manufacturer: MECA Electronics Inc. 5) One (1) SMR /Public Saftey, full band, 800 MHz BDA. Model #: CSI- BDA51062 -58. Manufacturer: Cellular Specialties, Inc. 6) One (l) NPSPAC, 3 MHz Rebanded Filter. Model: CSI - FLTR- 3NF10- 807.5/852.8, 3MHz Filter. Manufacturer: Cellular Specialties, Inc. 7) One (1) 700 -2500 MHz 2 -way power divider. Model: CSI -SPD 2/700- 2.5K/N, Manufacturer: Cellular Specialties, Inc. 8) APC Smart-UPS I000watts /1500 VA Uninterruptible Power Supply, Input & Output: 120 Volts Model #: SMNT1500 Manufacturer: American Power Conversion (APC) As a separate quote The Vendor shall provide a separate quote to furnish and to fully install the following items. This quote will be exercised upon Customer decision. 1) One (1) 700 -2500 MHz 3 -way power divider. Model: CSI -SPD 3/700- 2.5K/N, Manufacturer: Cellular Specialties, Inc. (would replace item 97 above) 2) One (1) In -door ceiling - mounted omni antenna, 698 -2700 MHz. Manufacturer: CommScope (Andrew) Model #: CELLMAX- O -CPUSE (The location of this third antenna would be specified during site visit) Vendor shall submit a detailed breakdown of the materials costs and labor planned for this project. GENERAL CONSIDERATIONS ABOUT GROUNDING All field welds and abraded areas must be touch up with two coats of galvanized paint. Page: 5 • Grounding connections shall be joined using high- compression fittings. Connectors and fitti for the type of conductor, and for the size mechanical connections shall be coated with an • • _ 00 exothermic • or .•• • • .igs shall be listed for the purpose, • number of • • • anti-oxidant compound, • All exothermic and irreversible compression connections for use on external grounding applications shall be UL 467 listed, IEEE 837 approved. • Grounding conductors shall be run as short, straight, and smoothly as possible. A minimum bending radius of 8 inches shall be maintained, applicable to grounding conductors of all sizes. • All bends and curves shall be made toward the ground location (grounding electrode system or ground bar). • Use of braided ground conductors shat l be avoided. Radius i I i The radius of any bend shall not be less than 203 mm (8 in.) 90 degrees minimum The angle of any bend shall not be less than 90 degrees. Minimum bending radius for grounding conductors DISSIMILAR METALS AND CORROSION CONTROL. The bonding of dissimilar metals shall be avoided as much as possible in order to prevent galvanic corrosion that eventually will result in a high- resistance connection. The following guidelines shall be followed to prevent galvanic corrosion: • Use the same metal throughout the system whenever possible. Page: 6 • Grounding connections to galvanized structures shall be exothermally welded whenever possible. When exothermic welding is not possible, the grounding conductor shall be constructed of tinned- copper. • Exothermically welded joints on galvanized material shall be coated with a zinc- enriched paint to prevent corrosion. • Aluminum and copper shall not be directly connected to each other unless using exothermic welding materials specifically intended for the two metals to make the connection. • Copper shall not come in contact with galvanized steel. • Tinned copper shall be used when connecting to a galvanized steel structure. • Use a listed conductive anti - oxidant compound on all mechanical connections. • Exothermically welded joints on galvanized material shall be coated with a zinc- enriched paint Page: 7 CONTRACT NO.: 5917 -9/17 Contact: Manny Fernandez PHONE: 305 -596 -8103 SOW ATTACHED ® YES ❑ NO REQUEST FOR QUOTE MIAMI -DADE COUNTY Enterprise Technology Services Management IT Business Office 5680 SW 87" Ave. Miami, Florida 33173 QUOTE NO: 201101401028 FAX: 305 -275 -7696 See next pages for Terms & Conditions & instructions to bidders Schedule for this solicitation: DUE DATE: 9/27/2012 TIME: 5 pm E -MAIL: mannyf @miamidade.gov 1. 9/21/2012 10:00 am Mandatory Site visit 6130 Sunset Drive, South Miami I"1 2. 9/24/2012 5 pm Deadline for asking clarification question on site visit. 3. 9/25/2012 5 pm Deadline for County to respond to questions 4 9/27/2012 5 pm Responses due QUOTES SHALL INCLUDE ALL MATERIAL, SERVICES AND PERMITTING CHARGES QTY DESCRIPTION TOTAL I Materials Required for installation of Public Safety 800MHz BDA as detailed on Section 3 and other areas of attached SOW Titled: Public Safety 800MHz Bi Directional Amplifier at the South $- 9,000.65 Miami Police Department 1 Installation charges for installation of Public Safety 800MHz BDA as detailed on Section 4, 5 and other areas of attached SOW Titled: Public Safety 800MHz Bi Directional Amplifier at the $_51760.00 South Miami Police Department 1 Testing, Inspection and Post - Installation Documents; BDA as detailed on Section 6, 7 and $- 2,800900 other areas of attached SOW Titled: Public Safety 800MHz Bi Directional Amplifier at the South Miami Police Department I Project Management and Scheduling — BDA as detailed on Section 8 and other areas of attached $_1,860.00 SOW Titled: Public Safety 800M11z Bi Directional Amplifier at the South Miami Police Department. Permits: $_ 498.00 In addition to completing this price sheet, to be responsive bidders shall a submit an itemize price list for all materials and provide a detailed narrative of their interpretation of the scope of work and any addendum that may be issued after the site visit. The narrative should not be a copy of the SOW but a detail explanation on the approach your company will take to complete the project requirements Please provide contract price, or any additional discounts that may be offered, and extend prices for all items on the above table. Award will be based in the aggregate and determined by the responsive, responsible bidder submitting the lowest grand total price for all items on the above table. $_191918.65_ 1 Contract Measure -Small Business Contract (SSE/Micro Business .Enterprise): This solicitation may 4116 Subject'to a bid prefereacelselection factor. Check Section 2.2 of the Master Contract (ITIM) to verity applicable measure. 0 Plitee it check mark here only if affirming bidder is a Miami -Dade SMALL BUSINESS ENTERPRISE (SBE) / or Micro SAE certified vendor. If SBE! Micro Busyness certified, please provide your Certification Number_ LOCAL PRI E'ERENCE CERTInCATION: The responding vendor hereby attests, by checking one of the following blocks, that it is .[j, or is net Q, a local business. Far the purpose of this certification, a 'local busincss" is:a business located witch the limits of Miazni -dada. County (orBroward County in accordance with the Interlocal Agreem=d between the two counties) that contributgs.to the• econaa7iie develdpmenf of the community in.-a verifiable and mcasuxable way. INS may_ include, but not bc.lim tod to, the retention and expansiou.nf employment opportunities and the support and increase to the County's talc base. Failure to complete this ceriificatidn at thia time (by ehecking the appropriate :box above) shall render the vendor ineligible foi Locall'referenice. The execution of this form eonstituies the unequivocal offer of Bidder to be bound by the terms of its quotes. Failure to sign this quote where indicatdd below by-an Authorized Represe*tive shall render the quote iron- xerpousive. Th6 County may, however, at W sole discretion, Accept any quote that includes an executed document which unequivocally binds the Bidder tq the ternio of its dler. It is bereby certified and affirmgd that the Bidder shall accept any awards.made as a result of this quotation.. Firm Name: Prktasion Tower System LLC X r L.W Nor: .1.j 6 ^'1 1 7 P 3�7_a I / I / 2 Address: 3949 3"d Sheet 8outb, #13.5 City: Jacksonville Beach State: Fl; _ w Print Name: Authorized Signature: Phone: 9Q4:33-32057 Fax: , = 7rte .a Title: INSTRUCTIONS TO idiDDERS Signed: 9 / 26 1 2012 I. The Bidder may submit its written quotniioa by fax, mail,, or a -mail. to the specialist ideatified on the front of this dociime it, unless otherwise specified. .U. Quotes received afterthe time and date specified may not be. accepted, 2 CONTRACT NO.: 5917 -9/17 Contact: Manny Fernandez PHONE: 305-596 -8103 SOW ATTACHEI) ® YES ❑ NO REQUEST FOR QUOTE MIAMI -DARE COUNTY Enterprise Technology Services Management IT Business Office 5680 SW 87`x' Ave. Miami, Florida 33173 QUOTE NO: 201101401028 FAX: 305- 275-7696 See next pages for Terms & Conditions & instructions to bidders Schedule for this solicitation: DUE DATE: 9/27/2012 TIME: 5 pm E -MAIL: mannyf @,miamidade.gov 1. 9/21/2012 10:00 am Mandatory Site visit 6130 Sunset Drive, South Miami Fl 2. 9/24/2012 5 pm Deadline for asking clarification question on site visit. 3. 9/25/2012 5 pm Deadline for County to respond to questions 4 9/27/2012 5 pm Responses due QUOTES SHALL INCLUDE ALL MATERIAL, SERVICES AND PERMITTING CHARGES QTY DESCRIPTION TOTAL, I Materials Required for installation of Public Safety 800MHz BDA as detailed on Section 3 and other areas of attached SOW Titled: Public Safety 800MIIz Ili Directional Amplifier at the South $ 9495.69 Miami Police Department I Installation charges for installation of Public Safety 800MHz BDA as detailed on Section 4, 5 and other areas of attached SOW Titled: Public Safety 800MI -1z Ili Directional Amplifier at the $ 5850.00 South Miami Police Department I Testing, Inspection and Post - Installation Documents; BDA as detailed on Section 6, 7 and other areas of attached SOW Titled: Public Safety 800MHz Ili Directional Amplifier at the South $ 2300.00 Miami Police Department I Project Management and Scheduling — BDA as detailed on Section 8 and other areas of attached SOW Titled: Public Safety 800MIIz Ili Directional Amplifier at the South Miami Police $ 1300.00 Department. In addition to completing this price sheet, to be responsive bidders shall a submit an itemize price list for all materials and provide a detailed narrative of their interpretation of the scope of work and any addendum that may be issued after the site visit. The narrative should not be a copy of the SOW but a detail explanation on the approach your company will take to complete the project requirements Please provide contract price, or any additional discounts that may be offered, and extend prices for all items on the above table. Award will be based in the aggregate and determined by the responsive, responsible bidder submitting the lowest grand total price for all items on the above table. $ 18945.69 Section 2.2 of the Master Contract (ITB) to verify applicable measure. ❑ Place a check mark here only if affirming bidder is a Miami -Dade SMALL BUSINESS ENTERPRISE (SBE) / or Micro SBE certified vendor. If SBE/ Micro Business certified, please provide your Certification Number: LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is a or is not [], a local business. For the purpose of this certificition, a "local business ". is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interloeal Agreement between the two counties) that contributes to the economic development of the community in a verifiable and measurable way_ This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box above) shalt render the vendor ineligible for Local Preference. The execution of this form constitutes the unequivocal offer of Bidder to be bound by the terms of its quotes. Failure to sign this quote where indicated below by an Authorized Representative shall render the quote non - responsive. The County may, however, at its sole discretion, accept any quote that includes an executed document which unequivocally binds the Bidder to the terms of its offer. It is hereby certified and affirmed that the Bidder shall accept any awards made as a result of this quotation. quotation. Firm Name: � (4 i4L1 teS F.E.I. ID NO.; (6�/ t5 - I / 11.3 j ! J / /� Address: li� X7["1 {�So0S�;I, City: YD��I_( ?�g {r���j State: Print Name: Name: `&,t& 0 i y Title: � V� Authorized Signature: Date Signed: 2 kx a—to I=W). Phone: 4tr?�y_ 77?' 49100 Fax: 66/ roOt y –r— E -mail: O% INSTRUCTIONS TO BIDDERS The Bidder may submit its written quotation by fax, mail, or c -mail to the 'specialist identified on the front of this document, unless otherwise specified. II. Quotes received after the time and date specified may not be accepted. Ill. Requests for additional information or clarification must be made in writing to the person identified on the front of this form. The County will issue additional information by written addenda prior to the scheduled opening date. It is the Bidder's responsibility to assure receipt of all addenda. z 1. PTS 2. TLC 3. N.I.E. SUMMARY OF BID RESPONSES RFQ# 201201401028 Contract # 5917 - 8/19 -3 PROJECT: Installation of BDA at South Miami Police Headquarters Project Manager: Ramiro Diaz Contract Officer: Manny Fernandez 305-596 -8103 BIDDER I I I SBE TOTAL BID 4 GOFF COMMUNICATIONS 5 BETA COM 6 Tower Construction 6 $19,918.65 $18,945.69 No Bid* Did not participate Did not participate Did not participate Note: N.I.E. `s Insurance has expired so they were told their bid could not be accepted without proof of insurance Those that did not participate, did not attend the site visit, which was mandatory so they were disqualified from bidding Review and approved by: Engineering Award Recommendation. Reasons for rejecting low bid. CONTRACT •D SHEET DEPARTNIENT OF PROCUREMENT MANAGEMENT Bid No. 5917- 9/17 -4 i:rcrrd She;>z Purchasing DIVISION BID NO.: 5917- 9/17 -4 PREVIOUS BID NO.: TITLE: ANTENNA TOWER MAIN /REPAIRANSTALL CURRENT CONTRACT PERIOD: 11/01/2011 through 10/31/2012 Total # of OTRs: 9 MODIFICATION HISTORY Bid No. 5917- 9/17 -4 DPM Notes Award Sheet APPLICABLE ORDINANCES LIVING WAGE: No UAP: Yes IG: No OTHER APPLICABLE ORDINANCES: CONTRACT AWARD INFORMATION: Yes Local Preference No Micro Enterprise No Full Federal Funding No Perfonnance Bond No Small Business Enterprise (SBE) No PTP Funds No Partial Federal Funding Yes Insurance Miscellaneous: PROCUREMENT AGENT: Erick Martinez PHONE: 305 375.1075 FAX: EMAIL: ernmezrrmiamidade.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Purchasing DIVISION Page I of 3 Bid No. 5917- 9/17 -4 Award Sheet VENDOR NAME: BETACOM INC DBA: FEIN: 650255494 SUFFIX: 01 33637 STREET: 12802 TAMPA OAKS BLVD SUITE 155 CITY: TEMPLE TERRACE ST: FL ZIP: FOB—TERMS: DEST' -P DELIVERY: PAYMENT TERMS: NET'30 TOLL PHONE: 813- 326 -1319 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goat Other: Vendor Record Verified? kk *kk *kkkk *k *k * * *k *k *k *k * *k * *kk *kkkkk * * * * * * * * *k **kk * *kk* *kkkkk * **k* ** Vendor Contacts: Name Phonei Phone2 Fax Email Address - --._ MYLES O'REILLY - - - -- - - --- . 813- 986 -4922 813- 326 -1319 ----- ...-. 813 - 982 -0882 -- -- -- - -- --- OREILLYM(n7,BETACOMINC.COM VENDOR NAME: TLC SPECIALTIES LLC DBA: FEIN: 651131558 SUFFIX: 01 33064 STREET: 2521 NW 16TH LANE SUITE / BAY C CITY: POMPANO BEACH ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS; NET30 TOLL PHONE: F,NDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside Bid Pref. Micr.............. - - - - -- - Other: - --.......... _ _.._._.._ - -- . _.... . .... ....... - - - --- - Vendor Record Verrfted? Vendor Contacts: Phonei Phone2 Fax Email Address __ - - -- - DENT /OWNER 914- 497 -7244 L --- 954- 979 -2990 - --- ANN�TOW[ RANDI.AND.COM DEPARTMENT OF PROCUREMENT MANAGEMENT' Purchasing DIVISION Page 2of3 Bid No. 5917 - 9/17 -4 Aivard Sheet ITEMS AWARDED Section: Details: Item # Description I Antenna Tower Repair, Installation, and Services End of ITEMS AWARDED Section AWARD INFORMATION Section BCC Award: DPM Award: No BCC Date: DPM Date: 09/26/2011 ContractAmount: $ 990,000.00 1 Items Allowed: Conditions: BPO INFORMATION Section: Qty Unit Price l 990000 Agenda Item No.: .,O ttt Commodities Department Code Description- Department ld Dollar Allocations '968-16 ANTENNA TOWER t0 $89%000.00 $100;000.00 . _-.:gip , �_,. n;. .xa�J- s-n - .�,...:,.�.• .•., . . �� v oa.,. .: �.,• _�, �- ;F rr_�� „- �,� �,K �•,�: mss; End of BPO Information Section „s.: r...: -: _ . - ..:-.r +�.. szca,'; ,- ,�r.'x�. ..� �a...�.�a.., aa,�'�.•... .. . � � �, ; -,, ss... rz� s., sr ..�z'..a... L,... DEPARTMENT OF PROCUREMENT MANAGEMENT Purchasing DIVISION Page 3 of 3