2To:
From:
Date:
CITY OF SOUTH M lAM I
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor and Members of the City Commission
2001
Hector Mirabile, PhD, City Manager f ( ........
September 28, 2012 Agenda Item # __ t::::7' ___ _
Subject: A Resolution authorizing the City Manager to expend funds not to exceed $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.
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 The current system is outdated, receives undue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) ofthe Department
of Justice publication titled: "Guide to Equitable Sharing/or State and Local Law
Enforcement Agencies. "
Expense: Not to exceed $20,000.00 with a current balance of $68,500.00
Attachments: 0 Proposed Resolution
o Scope of Work from MDC
o Quotes from MDC Pre-qualified Vendors
o Summary of BID Responses
o Contract Award Sheet from Miami-Dade County
1
2
3 RESOLUTION NO. _______ _
4
5
6 A Resolution authorizing the City Manager to spend $20,000.00 from the
7 Federal Forfeiture Fund to provide an 800MHz Bi-directional Amplifier
8 (BDA) being charged to account number 615-1910-521-6430 (Operating
9 Equipment) and paid to TLC Specialties, LLC.
10
11 WHEREAS, the Police Department is required to maintain communications in
12 order to maintain homeland security, enforce the laws of the State of Florida, provide for
13 the safety of the employees and the public, thereby making our community safer; and
14
15 WHEREAS, the current system is outdated, receives undue radio frequency
16 interference and does not allow for clear communication between the police dispatchers
17 and officers out in the field, using the SMPD car-to-car channel, which is an officer
18 safety hazard, and does not allow for effective policing; and
19
20 WHEREAS, the mandatory county radio re-banding project will be operating at
21 800 MHz frequency, and M-D County Communications Engineers completed an analysis
22 and have recommended the Bi-directional Amplifier (BDA) system in order to mitigate
23 this dangerous situation; and
24
25 WHEREAS, the Commission for Florida Accreditation (CF A) Chapter 20,
26 addresses situations of an emergency nature that result from disasters, civil disturbances,
27 and civil defense emergencies, Chapter 33 addresses communications, and Chapter 17
28 addresses 24-hour two-way radio capability providing continuous communication
29 between a communications center and sworn members on duty, all of which mandate a
30 radio system which is able to operate. The BDA would assist the police department in
31 meeting these accreditation standards.
32
33 WHEREAS, the proposed expenditure is permissible under Section VIII, A, 1,
34 (d) of the Department of Justice publication titled: "Guide to Equitable Sharingfor State
35 and Local Law Enforcement Agencies. "
36
37 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
38 COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA:
39
40 Section 1: The City Manager is authorized to allow these expenditures to be
41 charged to the FF Operating Equipment account #615-1910-521-6430 for a cost not to
42 exceed $20,000.00 to be paid to TLC Specialties, LLC. The amount to be expended also
43 includes engineering fees to be paid to the Miami-Dade County Enterprise Technology
44 Services Management.
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
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 __ day of _____ , 2012.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Liebman:
Commissioner Newman:
Commissioner Harris:
Commissioner Welsh:
SCOPE OF WORK
FOR
MIAMI em
THE INSTALLATION OF A PUBLIC SAFETY 800 MHZ BI-DIRECTIONAL
AMPLIFIER AT SOUTH MIAMI POLICE STATION.
PLACE OF PERFORMANCE:
The work described below shall take place at the South Miami Police Station
(6130 Sunset Drive, South Miami, FI. 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/TIA-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: 1
MIAMI·
~
• 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.
• ANSIITIA/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."
• ANSIITIA/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: Ifneeded, 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
DELI VERA BLES
The following is a general description ofthe 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 project will be furnished and installed bv the
Vendor and shall be part ofthe quote the Vendor will submit as a result ofthis RFQ.
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,
SY 450-SF 1 SNM yagi antenna on the external wall ofthe elevator tower on the
rooftop of the building. The antenna will be provided by ITO 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 oftransmission 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 BOA device will be installed.
The connection between the HL4RP-50A plenum cable and the BOA 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 BOA will be
accomplished via a Belden 83242 (or similar) low loss jumper cable, for example
Tessco 313582, Low Loss Jumper Assembly.
Page: 3
MIAMI
~
• 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 BOA, the UPS, the filter and the power divider: The vendor
shall utilize a single piece of plywood to wall-mount these elements.
• Grounding and lightning 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 (1) DSXL plus
BFN adapter polyphaser will be installed as indicated.
• Identification ofthe 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 BOA
location.
The transmission lines going from the BOA through the indoor antennas shall be
identified at the power divider/BOA 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 ofthe 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 o(this RFO.
1) One (1) 700/800 MHz yagi antenna. Manufacturer: Sinclair. Model #: SY 450-
SFlSNM.
2) Two (2) In-door ceiling-mounted omni antennas, 698-2700 MHz.
Manufacturer: CommScope (Andrew)
Model #: CELLMAX-O-CPUSE.
Page: 4
MIAMI
Bm
3) One (1), IS-dB, 2-watt attenuator. Manufacturer: MECA Electronics Inc.
4) Two (2), 10-dB, 2-watt attenuators. Manufacturer: MECA Electronics Inc.
S) One (l) SMRlPublic Saftey, full band, 800 MHz BOA.
Model #: CSI-BDASI062-S8.
Manufacturer: Cellular Specialties, Inc.
6) One (1) NPSPAC, 3 MHz Rebanded Filter.
Model: CSI-FL TR-3NF 10-807.S/8S2.8, 3MHz Filter.
Manufacturer: Cellular Specialties, Inc.
7) One (1) 700-2S00 MHz 2-way power divider.
Model: CSI-SPD 2/700-2.SK/N,
Manufacturer: Cellular Specialties, Inc.
8) APC Smart-UPS I 000watts/1S00 VA Un interruptible Power Supply,
Input & Output: 120 Volts
Model #: SMNTlSOO
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) 700-2S00 MHz 3-way power divider.
Model: CSI-SPD 3/700-2.SK/N,
Manufacturer: Cellular Specialties, Inc.
(would replace item #7 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 ofthe materials costs and labor planned (or
this project.
GENERAL CONSIDERATIONS ABOUT GROUNDING
All field welds and abraded areas must be touch up with two coats of galvanized paint.
Page: S
MIAMI· mm
• Grounding connections shall be joined using exothermic welding or approved
high-compression fittings. Connectors and fittings shall be listed for the purpose,
for the type of conductor, and for the size and number of conductors. All
mechanical connections shall be coated with an 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 shall be avoided.
Radius
----------.-.--------~,-----------
!
!
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
MIAMI·
~
• 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
QTY
1
1
1
1
REQUEST FOR QUOTE
MIAMI-DADE COUNTY
Enterprise Tecbnology Services Management
IT Business Office
TUIS IS NOT
.\N ORDER
5680 SW 87 th Ave.
Miami, Florida 33173
CONTRACT NO.: 5917-9/17
Contact: Manny Fernandez
PHONE: 305-596-8103
QUOTE NO: 201101401028 DUE DATE: 9/2712012 TIME: 5 pm
FAX: 305-275-7696 E-MAIL: mannyf@miamidade.gov
SOW ATTACH EO ~ YES 0 NO
See next pages for Tenns & Conditions & instructiolts to bidder ...
All prices shall bc F.O.B. deli, ('red
and all fl'l.'ight costs inl'ludt'd: unkss
othen\ ist' specilil'd on tht· quott' forlll
Schedule for this solicitation:
1. 9/21/2012
2. 9/24/2012
3. 9/25/2012
10:00 am
5 pm
5 pm
Mandatory Site visit 6'130 Sunset Drive, South Miami FI
Deadline for asking clarification question on site visit.
Deadline for County to respond to questions
4 9/27/2012 5 pm Responses due
QUOTES SI-IALllNCLUDE ALL MATERIAL, SERVICES AND PERMITTING CHARGES
DESCRIPTION TOTAL
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 Soutb $_9,000.65
Miami Police Department
Installation cbarges for installation of Public Safety 800MHz BDA as detailed on Section 4, 5
and otber areas of attacbed SOW Titled: Public Safety 800MHz Bi Directional Amplifier at the $_5,760.00
South Miami Police Department
Testing, Inspection and Post-Installation Documents; BDA as detailed on Section 6, 7 and $_2,800.00
other areas of attacbed SOW Titled: Public Safety 800MHz Bi Directional Amplifier at tbe Soutb
Miami Police Department
Project Management and Scbeduling -BDA as detailed on Section 8 and other areas of attached $_1,860.00
SOW Titled: Public Safety 800MHz Bi Directional Amplifier at tbe Soutb 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.
$_19,918.65_
'contract Measure -SmaDBusiness Contract (SBEIM"rero Business Enterprise): This solidtatioD may be subject to Il
bid preference/selection factor. Cheek Section 1.2 ofthe Master Contract (lTB) to verify applicable measure.
D :P1~ce it check mark Iiere only If affirming bidder is a Miami-Dade SMALL BUSINESS ENTER:PRISE (SBE) I or Micro SBE
certified vendor. If SBEI Mkro Business certified. please provide your Certification Number. _______ _
WCAL ENCE CEo TIFICA nON: The lespon~ling vendor hereby attests, by c1JeckiDg one of the follawing blocks, that it
is D. or is not , a local business. For the purpose of this certification~ a "loca1 b~inCS$" is. a wSiness located within the limits of
Miami·Dade County (orBroward County in accordance with the Interlocal Agreement between the two counties) thatoontribuUlstothe,
economic devclcipmentofthe community in 'a verifiable and ~,leway.This nlay ilIclude, but not beJimited to, the retention 8Dd
expansion. of employment opportunities and the support and mcreaseto the County's tax 'base. Failure toeompiete this eertifieation at
this time (by checking the appropriate'box above) shaD render the v!lndor ineligible for Local Preference.
The execution oi'thls fonn constitufesthe unequivocaJ ofier of Bidder to be bound by the terms onts quotes. 'Failure to sip this qnote
where indicated below by an Authorized RepreSentative shall render the quoteno~-~po~lve. 'fhi:; County roay, h.owever, tit its
SQle dim!retion, /lCceptany quote that mcludesan executed d()CUJllellt which unequivocally binds the Bidder t<)' the tetniS of its offer.'
It is hereby certified and at'firnIed thattbe Bidder shaH accept any awards made as arElsult of1his quotation.
Firm Name: Preclsioft Tow. Systems LLC F.E.~ IDNo;: _IJ~6,-·_1....l .... 7J.):.LO .. LUJL2_
Address: 3948 3rd Street South. #135 City~Jacksonvil1e Be@hState: FL
:Print Name: Bill Storms ,Title: MlIlllUlet >
A ...... ""'.'_, ~~ JIafe ......... /Ui /2012
Phone: 1J04.333~2057 , Fax~ ____________ _
E-mail: pts:rnia@aol,OOm
INSTRUCfIONSTO BIDDERS
I. The :6iddermay submit its written quotation by fax, I1l1lJl., or e.III!iil to the specialist identified ,on the front of this doctirnent, unless
otherwise specified.
II. Quotes received after the tilI\e and date specified may not be accepted.
2
REQUEST FOR QUOTE
MIAMI-DADE COUNTY
Enterprise Technology Services Management
IT Business Office
56S0 SW si" Avc.
Miami, Florida 33173
THIS IS NOT
AN ORDER
CONTRACT NO.: 5917-9/17
Contact: Manny Fernandez
PHONE: 305-596-S103
QUOTE NO: 201101401028 DUE DATE: 9/27/2012 TIME: 5 pm
FAX: 305-275-7696 E-MAIL: mannyf@miamidade.gov
SOW ATTACHED [gJ YES D NO
See next pages for Terms & Conditions & illstructions to bidders
All prices shull be F.O.B. delivered
nud nil freight costs included; unless
othe .. w~se specified on the quote form
Schedule for this solicitation:
QTY
I
I
1
1
1. 9/21/2012
2. 9/24/2012
3. 9/25/2012
10:00 am
5pm
5pm
5pm
Mandatory Site visit 6130 Sunset Drive, South Miami FI
Deadline for asking clarification question on site visit.
Deadline for County to respond to questions
4 9/27/2012 Responses due
QUOTES SHALL INCLUDE ALL MATERIAL, SERVICES AND PERMITIING CHARGES
DESCRIPTION
Materials Required for installation of Public Safety SOOMHz BDA as detailed on Section 3 and
other areas of attached SOW Titled: Public Safety 800M Hz Bi Directional Amplifier at the South $
Miami Police Department
Installation charges for installation of Public Safety SOOMHz BDA as detailed on Section 4,5
and other areas of attached SOW Titled: Public Safety SOOMHz Bi Directional Amplifier at the $
South Miami Police Department
Testing, Inspection and Post-Installation Documents; BOA as detailed on Section 6,7 and
other areas of attached SOW Titled: Public Safety SOOMHz Bi Directional Amplifier at the South $
Miami Police Department
Project Management and Scheduling -BDA as detailed on Section S and other areas of attached
SOW Titled: Public Safety SOOMHz Hi Directional Amplifier at the South Miami Police $
Department.
TOTAL
9495.69
5850.00
2300.00
1300.00
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.
$ 18945.69
Contract Measure -Small Business Contract (SBE/Micro Business Enterprise): Tltiuo.licitation may besllbjec.tio..a ____ ~
-6ii] preference/selection factor. Check Section 2.2 of the Master Contract (ITB) to verify applicable measure.
D Place a check mark here only if affirming bidder is a Miami-Dade SMALL BUSINESS ENTERPRISE (SBE) lor Micro SBE
certified vendor. If SBEI Micro Business certified, please provide your Certification Number: ________ _
LOC PREFER NCE C RTIFICA TlON: The responding vendor hereby attests, by checking one of the following blocks, that i(
is • or is not D, a local business. For the purpose of this certification, a "local business" is a business located within the limits of
Miami-Dade County (or Braward County in accordance with the Interlocal Agreement between the two counties) thaI contributes to the
economic development of the community in a verifiable iuld measurable way. This may include, but not be limited (0, 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) shall render the vendor ineligible for Local Preferenee.
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 affinned that the Bidder shall accept any awards made as a result of this quotation.
Firm Name: r I-c. S eec\G\..( tIes F.E.L ID No.: 61 5" --'-.J..Ll .3 ! ~ )i5...rK
Address: eO ~DtX Soo3d-.-City: PO\A.1.@A,W) BRack State:
PrirHName: A\a\A.~z.. .' . Title: V e
A.lh";,,. SIg .... ", ~ =-4:; D." s; ... " 9 ,;>a dol d-
Phone: qt[Lf-Cfl?-d--[oo Fax: 56/-'d'f<i-GS'O'j
E-mail: 0... ,,,-,,,, @. t-o\..()e,..r~ I o... ....... J. . Co iN"\,
INSTRUCTIONS TO BIDDERS
FL-
The Bidder may submit its-written quotation by fax, mail, or e-mail to the specialist identified on the froOl of lhis documenl, unless
otherwise specified.
II. Quotes received after the time and dale 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.
2
BIDDER
1. PTS
2. TLC
3. N.l.E.
4 GOFF COMMUNICATIONS
5 BETA COM
6 Tower Construction
6
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
SBE TOTAL BID
$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 AWARD SHEET
DEPARTMENT OF PROCUREMENT MANAGEMENT
Bid No. 5917-9/17-4
Purchasing DIVISION
BID NO.: 5917-9/17-4 PREVIOUS BID NO.:
TITLE: ANTENNA TOWER MAINIREP AIR/INSTALL
CURRENT CONTRACT PERIOD: 11/0112011 through 10/3112012
Total # ofOTRs: 9
MODIFICATION HISTORY
Bid No. 5917-9/17-4 Award Sheet
DPM Notes
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:
I REQUISITION NO.: I
PROCUREMENT AGENT:
PHONE: 305 375-1075
Erick Martinez
FAX: EMAIL: emtnez@miamidade.gov
DEPARTMENT OF PROCUREMENT MANAGEMENT
Purchasing DIVISION
Page 1 of3
Bid No. 5917-9/17-4 Award Sheet
VENDOR NAME: BETACOMINC
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: NET30 TOLL PHONE: 813-326-13 19
ENDOR INFORMATION:
CERTIFIED VENDOR ASSIGNED MEASURES
ocai Vendor: SBE Set Aside Bid Pref
Micro Ent. Selection Factor Goal
-
Other: Vendor Record Verified?
.;. * *-... *-*.;..;. *' Ie if. * .dd. ·;ddc Ie .. .;. '* -Jdddc *'.;. 'Ie * * * *.;. *' * '* *.;. '* *' I< * * '* *' -I< * *.;..;. *.;. * -I< Ie * -I< * * * * * * * * * 'Ie *
Vendor Contacts:
Name Phonel Phone2 Fax Email Address
-------
MYLES O'REILLY 813-986-4922 813-326-1319 813-982-0882 OREILL YM@BETACOMINC.COM
VENDOR NAME: TLC SPECIALTIES LLC
DBA:
FEIN: 651131558 SUFFIX: 01
STREET: 252 I NW 16TH LANE SUITE / BAY C CITY: POMPANO BEACH ST: FL ZIP:
FOB_TERMS: DEST-P DELIVERY:
PAYMENT TERMS: NET30 TOLL PHONE: -
WENDOR INFORMATION:
CERTIFIED VENDOR ASSIGNED MEASURES
-------------------------
,"ocai Vendor: SBE Set Aside Bid Pref
Micro Ent. Selection Factor Goal
----
Other: Vendor Record Verified?
---------------
************'******';ddddd,****************,x·Jddd.************************
Vendor Contacts:
Name Phonel
-------------------------
ANN SAIZ -PRESIDENT/OWNER 914-497-7244
Phone2 Fax Email Address
--------------------------954-979-2990 ANN@TOWERANDLAND.COM
DEPARTMENT OF PROCUREMENT MANAGEMENT
Purchasing DIVISION
Page 2 of3
33064
-----
Bid No. 5917-9/17-4 Award Sheet
ITEMS AWARDED Section:
Details:
Item # DescriQtion illY Unit Price
I Antenna Tower Repair, Installation, and Services I 990000
mi!!i~m ilj~ '" , ~!~t H
End o[JTEMS A WARDED Section
ti§lli!i~~ , ~~ Ii @ , illiili §m ~ ~ ~ 1ill i?Hjm!l , ..
AWARD INFORMA nON Section
BCC Award: DPMAward: No
BCC Date: DPM Date: 09/26/2011
Contract Amount: $ 990,000.00
Additional Items Allowed: Agenda Item No.:
Special Conditions:
BPO INFORMA nON Section:
BPO ID: ABCW1200032
--------------Commodities Info ------------------------------Department Info ------------
Code
968-16
7
Description Department Id
ANTENNA TOWER MAINTENANCE AND REPAIR ET******
Dollar Allocations
$890,000.00
$100,000.00 WS******
[[
End o(BPO Information Section
DEPARTMENT OF PROCUREMENT MANAGEMENT
Purchasing DIVISION
Page 3 of3
-