R-93-02-25-10E - 2/25/1993RESOLUTION NUMBER R-93 - Oct 45- JOE
THE SUPPORTING DOCUMENTS RELATIVE TO THE PURCHASE AUTHORIZED
BY THIS RESOLUTION ' ARE FILED WITH PURCHASE ORDER
NUMBER 94'I / . PURCHASE ORDERS ARE FILED IN THE
FINANCE DEPARMENT IN ALPHABETICAL VENDOR NAME ORDER BY
FISCAL YEAR.
WORMYNIMESOLN
BY: AC''ffIv
DATE: el V y3r
, - ..e4:4:9-wi
- bilifit ---
iteE, ----' — City of Round Rock
t. q ; !. '
JAPORTANTI This number should appear
, 221 E. Main St.
Round Rock, Texas 78664
on all shipments and correspondence
T i of i
9417
DIE
03-01-93
LOCATION
FIRE DEPARTMENT -
DEPARTMENT
FIRE DEPARTMENT
BUYER
H8
VENDOR INC 830 Ill
PO BOX 730023
DALLAS, TX 75373-0023
BILL TO:
FINANCE
221 E. MAIN ST.
ROUND ROCK, TX 78664
SHIP TO:
FIRE DEPARTMENT
203 COMMERCE
ROUND ROCK, TX 78664
TERMS .
COL/PPD
PREPAID
SHIP VIA
BEST WAY
DELIVERY DATE
FOB
DESTINATION
SE0
ITEM NUMBER
OUANTITY
UNIT
UNIT PRICE
AMOUNT
REOUISITION
1
.
DELIVERY:
PAGER.SELECTIVE
AND 810 DATED
10-22-000-6113
16 DAYS
18.00
TONE ALERT
2-9-93. MOTOROLA
t.R0
EA '
N AC:ORDANCE
MINITOR
'
370.0000
WITH
II MODEL
P A
6,660.00
SPECIFICATION NO
H03 UMC 12223C
•
1 D Nn s 1992
FD-93-001
.
THE CITY OF ROUND ROCK, TEXAS IS A TAX-EXEMPT MUNICIPALITY.
TAX I D. #74-6017485
SUBTOTAL 6,660.00
0.00
FREIGHT 0.00
NET TOTAL $6,660.00 '
Deliver no materials or supplies without purchase order or number
APPROVED FO SUE
•
RESOLUTION NO. E-93- a "'Q
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of pagers for the Fire Department, and
WHEREAS, Motorola Communications and Electronics, Inc. has
submitted the lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of Motorola
Communications and Electronics, Inc. and to authorize the purchase of
said pagers, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the bid of Motorola Communications and Electronics, Inc. is
hereby accepted as the lowest and best bid and the purchase of pagers
for the Fire Department is hereby authorized.
RESOLVED this 25th day of February, 1993.
ATTEST:
RS02253E
LAND, City Secretary
MIKE ROBINSON, Mayor
City of Round Rock, Texas
DESTINATION•
SEE 1 6 ON BACK FOR INSTRUCTIONS.
City of Round Rock
}
Fire Department r
203 Commerce
Round Rock, TX 78664
TAX IDENTIFICATION NO•
LEGAL BUSINESS NAME:
ADDRESS:
1-3 6-1 1 1 58 00 -O
Motorola Communi Cat i on & E1 Prt
,
1950 Rutland IlriwP # ?00
ADDRESS A ustin, T Pxas 7 8758
CONTACT: .70P Pitman /.john Gray
TO COMPLY WITH ALL CONDITIONS BELOW AND ON
SIDE OF IRIS 1118
TELEPHONE NO: S1Z 873 -7721
BIDDER AGREES
REVERSE
BUSINESS ENTITY TYPE: C�rpOrat 1 on
ITEM NO.
CLASS d REM 4 DESCRIPTION
QUANTITY
UNIT
MAKE/MODEL
UNIT PRICE
EXTENSION
1.
■
Pager, Selective Tone Alert, Monitor in
Accordance with Specification No. FD -93 -0001
dated January 1993, 3 pages attached.
r
i
i
Deliveries to be ; made between 8 A.M. and
4 P.M., Monday through Friday.
t
i
i
i
*MAKE: MOTOROLA MINITOR II
MODEL: H03 UMC 1222 C
SEE ATTACHED SPECIFICATION INFOR-
MATION 1
i
i
1
I
.
)
4
i
i
1
I
f
18
ea.
See
below
370.00
6660.00
BIDS SHALL ARRIVE IN THE OFFICE OF THE CITY
2.00 P.M. ON V T , T Fe ADDRESS 199
i HEREIN BY
INVOICE TO.
City of Round Rock
Finance Dept.
221 E. Main Street
Round Rock, TX 78664 -5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BE
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main St.
Round Rock, Texas 78664 -5299
FACSIMILE RESPONSES
SHALL NOT BE ACCEPTED
DATE. 1 -20 -93
SHOW 510 OPENING DATE AND
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED 81D
ENVELOPE AND SHOW RETURN
ADDRESS OF BIDDING FIRM
Ty the signature hereon affixed. the balder hereby tens that norther the bidder nor the entity represented by the bidder. et anyone acting for such
enldy has vblated the entnnut laws al Mrs Slate. codified m Soclion 15.01 el sap . Texas Business and Commerce Code. or Ile Federal anutnrst laws.
nor commun.caled dueclly or indirectly. tie b.d made to any compnlllor or any other person engaged m such fine of business ••
4
Return Original and One Copy of Bid
BIDDER SHALL SIGN BELOW
BID OPENING 2.00 P.M. February 9, 1993
BID NUMBER FD - - 0001
• FAILURE TO IS
V � n },,,,,, �,L PAGE i 9
OF 9
SIGN SHALL ^ r�-w 111 �
DISQUALIFY BID UTHORIZEO SIGNATURE DAT
JoE PIT MAN
PRINTED NAME
DELIVERY IN 1 F
DAYS
11
DESTINATION:
SEE 1.6 FOR INSTRUCTIONS:
City of 'Round Rock
Fire D e p a r t m e n t
203 f Ommer&'
Bound Bock; T% - 78664
TAX IDENTIFICATION NO
' LEGAL BU NAME..
ADDRESS 8312
°
• 74-2071234
q & P CnTIP111 rl i CIA I i nTS 4 s,' • `-' _
Burnet #121 Austin,Tx. 78759 '
ADDRESS: 61712 Randolph rd. San Antonio, Tx: 7823
CONTACT: CPARPr Mel 1 E
ryya -
BIDDER AGREES TO.IfbilkY WITHAL CONDITIONS BELOW AND ON
REVERSE SIDE OF THIS IFB.
TELEPHONE NO: 512-413-1 or 512 - 454 = 4601 - '1
'
BUSINESS ENTTTY TYPE. -2-way raAio 4- 1P4 f`• C.or,ri r`P -
M NO.
cuss & REM • - DESCRIPTION
QUANTITY
MT
MAKE/MODEL
UNIT PWCE-
' EXTENSION,
.,:on - -
Pager,!Sele Tone Alert, Monitor in
Accoxi auce with Specification No FD-93 -0001
dated :January 1993, 3 pages attached. •
- ,DEliireries;to -be made'.between 8 A.M. te
;� 4 P M r "Friday.
NOTE Exception to specification 4.43:--
5 year' parts & labor to he
4cu t;bmer mail -in to Florida
•serviae Depot. .
ate;
i
18
a.
d of 41
_
Motorola
IiNSH142.101
H.3UMC1222
•
..
'
4R
$374.0(
.
•
..'
4673,2.0
BIDS SHALL ARRIVE IN'THE OFFICE OF THE CITY
PURCHASER AT THE ADDRESS SHOWN HEREIN 8?
o P.M. ON 9P-February 1993
INVOICE TO:
City of Bound Rock
Finance De{Tt.
221 E. ffiaip Street
Round 8ock,,,�T% 78664 -5299
BID.1;.O.B. DESTINATION
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main St.
Round Rock, Texas 78664 -5299
FACSIMILE RESPONSES
SHALL NOT BE ACCEPTED
DATE- 1 -20-93
SHOW BID OPENING DATE AND
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED 010
ENVELOPE AND SHOW RETURN
ADDRESS OF BIDDING FIRM
entity has violated the antitrust laws of :hie Slate. codified In Section 15 01 el eep , Texas Dimness and Commerce Code. or the Federal antitrust laws
nor mmmnnteMM ■r.•+H ...MN the Md m.o. env em onfoor or em nn.w no•enn noonnM In [ix. nne M hnNrwxa ••
Return Original and One Copy of Bid
BIDDER SHALL SIGN BELOW ^ ;I�. • f '
OPENING 2:00 P.M. February 94. 9 '
NUMBER FD -93 -0001 1:,.
PAGE: . OF ` 1
FawRE x �`�l 6 ---i, 2/5/(43
SIGN SH
DISQUAUFY WO AUTHORIZED SIGNATURE 1 .,} DATE n
Baser Mellencter '
PRINTED NAME
DELIVERY IN SV DAYS
rr
•
Items Below Apply To And Become A Part Of Terms And Conditions Of Bid
Any Exceptions Thereto Must Be In Writing
1. BIDDING REQUIREMENTS:
1.1 Bidding requires pricing per unit shown and extensions. II trade discount is shown on bid, n should be deducted and net line extensions shown. Bidder guaran-
tees product offered will meet or exceed specifications identified In this IFB.
1 2 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified. Seo instructions on reverse side.
Bids must be in the office of the City Purchasing Agent before the hour and date specified on the reverse side of this IFB.
1.3 Late bids properly identified will be returned to bidder unopened. Late bids will not be considered. -
1 4 Quote F.O.B. destination. If otherwise, show exact cost to deliver. Bid unit price on quantity and unit 01 measure specified, extend and show total. In case
of errors in extension, unit prices shall govern. Bids subject to unlimited price increase will not be considered.
1.5 Bid prices shall be firm for acceptance 30 days from bid opening date. "Discount from La" bids are not acceptable unless requested Cash discount will not
be considered in determining the low bid. All cash discounts offered will be taken it earned
1.6 Bids shall give Tax Identification Number- full name and address of bidder. Failure to sign bid will disqualify bid Person signing bid shall show title and authonty
to bind signatories firm in a contract. Firm name should appear on each page in the block provided in the upper right corner. Business Entity shall be one
(1) of the following. Individual, Partnership. Sole Proprietorship. Estate/Trust, Corporation, Governmental, Non - profit. all others shall be specified. INDIVIDUAL
List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: List legal name followed by legal business name and Social Security
Number. ALL OTHERS: List legal name of entity and Tax Identification Number (TIN).
1 7 Bid cannot be altered or amended atter opening time. Any Alterations made before opening lime shall be initialed by bidder or an authorized agent. No bid
can be withdrawn after opening lime without approval of the City based on a written acceptable reason.
, 1.8 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax m bid. . -
1.9 The City reserves the right to accept or reject all or any part of bid, waive minor technicalities and award the bid to best serve the interests of the City, Split
awards may be made at the sole discretion of the City.
1.10 Consistent and continued tie bids could cause rejection of bids by the City and/or investigation for antitrust vlolations.•
1.11 Telephone bids and facsimile bids are not acceptable in response to this Invitation for Bids
1.12 CAUTION: Bid Invitation allows sufficient rime for receipt of the preferred mail response. The City shall not be responsible for bids received late, illegible.
incomplete, or otherwise non- responsive.
2. SPECIFICATION: -- -
2.1 Any catalog, brand name or manufacturer's' reference used in Invitation for Bids is descriptive only (not restrictive), and is used to indicate type and quality
desired. Bids on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Govemment
Code. It other than brand(s) specified is offered, illustrations and complete descriptions of product offered are requested to be made a part of the bid. If bidder
takes no exceptions to specifications or reference data in his bid, bidder will be required to furnish brand names, numbers, etc.. as specified in the IFB
2.2 All Items bid shall be new, In first class condition, including containers suitable for shipment and storage, unless ahem!. Indicated In IFB. Verbal agreements
to the contrary will not be recognized. - -
2.3 Samples, when requested, must be furnished free of expense to the City. If not destroyed in examination, they will be returned to the bidder, on request, at
bidders expense. Each example should be marked with bidder's name and address, City bid number and code. Do not enclose in or attach to bid.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2 5 Manufacturer's standard warranty shall apply unless otherwise stated in the 118.
3. TIE BIDS:
In case of he bids, the award will be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY: • •
4.1 Bid should show number of days required to place material in City's designated location under normal conditions Failure to state delivery time obligates bidder
to complete delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet
delivery promises without valid reason may cause removal from bid list (See 4.2 following.)
4.2 11 decay is foreseen, contractor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Contractor must keep
the City advised al all times of status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City
to purchase supplies elsewhere and charge full increase, if any, in cost and handling to defaulting contractor. •
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City. unless otherwise specified
in the IFB.
5. INSPECTION AND TESTS:
All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to
any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed an samples submitted with the bid or on samples taken
from regular shipments. 8 the products tested fail to meet or exceed all conditions and requirements of the speaficatiens, the cost of the sample used and
the cost of the testing shall be borne by the supplier. Gads which have been delivered and rejected in whole or in part may, at the City's option, be returned
to the Vendor or held for disposition at Vendor's risk and expense. Latent defects may result In revocation of acceptance. -
6. AWARD OF CONTRACT: - - r
A response to an IFB is an offer to contract with the City based upon the terms, conditions, and specifications contained in the IFB. Bids do not become contracts
unless and until they aro accepted by the City through its designates and a purchase order is issued. The contract shall be governed, construed, and interpreted
under the Charter of the City and the laws of State of Texas. All contracts are subject 10 the approval of the City Council.
7. PAYMENT:
Vendor shall submit three (3) copies of an Invoice showing the purchase order number on all copies
8. PATENTS AND COPYRIGHTS:
The contractor agrees to protect the City from claims invoking Infringements al patents or copyrights.
9. VENDOR ASSIGNMENTS:
Vendor hereby assigns to purchaser any and all clams for overcharges associated with this contract which arise under the antitrust taws of the State of Texas
Tx. Bus. and Comm. Code Ann. Sea 15.01, el seq. (1967).
10. BIDDER AFFIRMATION:
Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shalt be removed
from all bid lists. By signature hereon affixed, the bidder hereby certifies that
10.1 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future employment, gift, lean, gratuity, special discount,
top, favor, or service to a public servant In connection with the submitted bid. -
10.2 The bidder is not currently delmquenl in the payment of any debt owed the City.
10.3 Neither the bidder nor the fine, corporation, partnership, or any entity represented by the bidder. or anyone acting for such fine, corporation, or entity has
violated the antitrust laws of this State codified in Section 15.01 eL seri , Texas Business and Commercial Code, or the Federal Antitrust laws, nor communicated
directly or Indirectly the Ind made to any competitor, or any other person engaged in such line of business.
10.4 The bidder has not received compensation for participation in the preparation of the specification for this IFB.
11. NOTE TO BIDDERS: ,
Any terms and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid form.
WARNING: Such temps and conditions may result in disqualification of the bid (e.g , bids with the taws of estate other than Texas, requirements for prepayment.
limitations on remedies, etc ). The City of Round Rock can only accept bids which contain all the terms and conditions of ifs formal IFB; in particular, all bidders
affirmations and certifications must be included. Submission of bids on forms other than Ciry bid form may result in disquafificalan of your bid.
12. INQUIRIES:
Inquiries pertaining to bid invitations must give bid number. codes, and opening date. .. •
• �:,:. .Cxr:rc _.a M, - „ txltt, r .i, .51:11:-_ •
DATE: February 23, 1993
SUBJECT: City Council Meeting, February 25, 1993
ITEM: 10.E. Consider a Resolution Authorizing the Mayor to enter into
an Agreement to Purchase Pagers for the Fire Dept.
STAFF RESOURCE PERSON: Lynn BizzelI
STAFF RECOMMENDATION:
On February 9, 1993 the Round Rock Fire Department received, and opened
bids for the purchase of Eighteen (1 8) Selective Alert Monitor Pagers.
There were two bid proposals received.
1) S & P Communications, an Austin Company submitted bid for
$374.00 per unit for a total of $6,732.00.
2) Motorola Communications & Electronics, another Austin Company,
submitted bid for $370.00 per unit for a total of $6,660.00.
The proposed monitors met the specifications of the Round Rock Fire
Department. The purpose of the Pagers allows on - duty Personnel to
receive emergency calls while on duty. Also, in the'event of a major
accident, off -duty personnel can be notified for manpower call -back. We
have 10- pagers which cost more to repair than the new pagers cost. We
have added additional personnel in the past, but have not added pagers.
Therefore 8 pagers will be placed with those who do not have pagers. We
have attempted sharing pagers, however they require battery re- charging
time, and maintenance. This causes a shortage for on -duty personnel. In
the event of a call they may not hear the dispatches message. Staff
recommendation would be awarding the low bid to Motorola
Communications & Electronics in the amount of $6,660.00 for Eighteen
(18) pagers.