Loading...
HomeMy WebLinkAboutR-00-0335J-00-324 4/7/00 0 =5 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF VISION BUILDING SOLUTIONS, L.L.C., PURSUANT TO INVITATION FOR BIDS NO. 99-00-047, FOR THE PURCHASE OF AN OFFICE TRAILER, IN AN AMOUNT NOT TO EXCEED $18,398; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF POLICE GENERAL OPERATING BUDGET ACCOUNT CODE NO. 001000.290201.6.840. WHEREAS, the Department of Police seeks to purchase an office trailer for its Fleet Liaison Detail which must move from. its current office location; and WHEREAS, the trailer will provide a site location close to the fleet operating facility; and WHEREAS, pursuant to public notice, Invitation for Bids No. 99-00-047 were mailed to thirteen (13) potential bidders; and WHEREAS, two (2) responsive bids were received on February 9, 2000; and WHEREAS, the City Manager and the Chief of Police recommend that the bid of Vision Building Solutions, L.L.C., be accepted as the lowest responsive and responsible bid; and CITY COMMISSION MEETING OF APR 2 7 2000 Resolution No. d^y e a�� WHEREAS, funds are available from the Department of Police General Operating Budget, Account Code No. 001000.290201.6.840; NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on February 9, 2000, from Vision Building Solutions, L.L.C., pursuant to Invitation for Bids No. 99-00-047, for the purchase of an office trailer, for the Department of Police, in an amount not to exceed $18,398, is hereby accepted, with funds therefor hereby allocated from the Department of Police, General Operating Budget, Account Code No. 001000.290201.6.840. Page 2 of 3' • • Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayorl/. PASSED AND ADOPTED this 27th day of April , 2000. JOE CAROLLO, MAYOR ATTEST: in accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said le '^l -?.ion 1-10AN becomes effective with the elapse of ten (10) daye om t date of is€icn regarding same, without the Mayo xerc in to. Foema.n, City Clerk WALTER J. FOEMAN' CITY CLERK APPROVE , S �O FO AND CORRECTNESS: LLO I TY TTORNEY W4095:RCL �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes the Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 TO 0 CITY OF MIAMI, FLORIDA CA=5 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members DATE : APR 1 7 2000 FILE of the City Commission FROM: nald H. Warshaw City Manager RECOMMENDATION SUBJECT: proposed Resolution REFERENCES: Office Trailer ENCLOSURES: Bid No. 99-00-047 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Vision Building Solutions, L.L.C., a Non-Local/Non-Minority vendor, located at 2455 Hollywood Boulevard, Suite 310, Hollywood, FL 33020, for the purchase of an office trailer for the Police Department's Fleet Liaison Detail, in an amount not to exceed $18,398. Funding is available from the Police General Operating Budget, Account Code No. 001000.290201.6.840. BACKGROUND The Department of Police has analyzed the bids received pursuant to Bid No. 99-00-047. Thirteen (13) Invitations for Bids were mailed and two (2) responses were received. Vision Building Solutions, L.L.C., submitted the lowest responsive and responsible bid and is, therefore, recommended for the award. The Police Department's Fleet Liaison Detail has been directed to move from its current office location. It is necessary that the Fleet Liaison Detail be located in close proximity to the General Services Administration (GSA) which services the Police Department's vehicles, as well as, maintain a spare fleet of vehicles located near the Sanitation Department. This trailer will serve as the office for the Fleet Liaison Detail and provide for a site location close to the fleet operating facility. DHW:WEO: CMM: Ir �v d, �' Q, r 1 BID ITEM: 0 • CITY OF MIAMI OF THE CITY CLERIC BID SECURITY LIST OFFICE TRAILER BID NO: 99-00-047 1 DATE BID(S) OPENED: MARCH 6, 2000 TIME 11:00 a . m . BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK ADVANCED MODULAR SYSTEMS, INC. See attach 0 0 'd magi VISION BUILDING SOLUTIONS, L.L.C. "Offers the mr.%ars':-:,4,eherein ra the only offers received timely' as ' f tj G c-7�,;;,e o --en°-; are hereby rejected cs le+e. " V -date and t= e. A71 CD C received { ) envelops on behalf of Person receiving bid(s) PURCHASING DEPARTMENT on �. (City Department) (Date) SIGNED Vg" Ciry 130AWARD RECOMMENDATION AM BID NUMBER: 99-00-047 COMMODITY/SERVICE: Office Trailer DEPARTMENT/ DIVISION: Police TERM OF CONTRACT: Single Purchase NUMBER OF BIDS DISTRIBUTED: 13 NUMBER OF BIDS RECEIVED: �. METHOD OF AWARD: Lowest responsible and responsive bidder RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Vision Building solutions, L:L.C. Non-Local/Non-Minority $18,398.00 TOTAL: $18,398.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Police Department's Fleet Liaison Detail has been directed to move from its current office location. It is necessary that the Fleet Liaison Detail be located in close proximity to the General Services Administration (GSA) which services the Police Department's vehicles, as well as, maintain a spare fleet of vehicles located near the Sanitation Department. This trailer will serve as the office for the Fleet Liaison Detail and provide for a site location close to the fleet operating facility. =0 n N rn _ VV N � l05/ ®0 is r ACCOUNT CODE(Sh 001000.290201.6.840 avaft IPWI 11i1 maber: /000 l -20.6, 640 • Mid br. W614AWJRE DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: Department Director/ ���-� LUie Brennan J S. Ca Designee U Interim Director Dirt for OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 TITLE: • TABULATION OF BIDS OFFICE TRAILER BID NO. 99-00-047 Item No. Description 1 New customized office trailer Manufacturer/Model No.: Manufacturer Standard Warranty Options: A. Cost of pre -wiring for theft and fire alarm B. Extended Warranty: I 1) 2 year extended warranty 2) 5 year extended warranty Prepared by Maritza Suarez, 3/9/00 Advanced Modular Systems, Inc. Vision Building Solutions, L.L.C. 1911 NW 15th Street I 2455 Hollywood Blvd., #310 Pompano Beach, FL 33069 Hollywood FL 33020 Non-Minority/Non-Local Non-Minority/Non-Local Cost $ 24,404.00 /trailer 1256 1 year $ 1,400.00 /trailer Cost $ 17,919.00 /trailer Std. Stock 12'X56' Innovative Modular 1 year $ 479.00 /trailer $ 200.00 /yr no bid /yr $ 300.00 /yr no bid /yr Approval: Page 1 Departent Director si n BID ITEM: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST OFFICE TRAILER R� Y BID NO: 99-•00-047 DATE BID(S) OPENED: MARCH 6, 2000 TIME 11 :00 a.m.- BIDDER .m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK ADVANCED MODULAR SYSTEMS, INC. See attached bid VISION BUILDING SOLUTIONS, L.L.C. " "Offers from the ycra�lors l>sted herein are tl�e onl' offers received timely as of the r1);;*e o­en.7ncf are hereby rejected as la!e, • drr.in and time. All I Person receiving 6id(s) PURCHASING DEPARTMENT on (City Department) SIGNED Deputy City C envelops on behalf of 3--�-zo 1D (Date) i CITY OF MIAMI r ADVERTISEMENT FOR BID J - Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 99-00-047 OFFICE TRAILER OPENING DATE: 10:00 A.M. Wednesday, February 9, 2000 (Deadline for Request of additional information/clarification: February2, 20001 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Florida 33130, Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD NO. 3494 __ ..� F, i � C_n, Ink GS/PC - 503 Rev. 12/89. Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink' copy. DISTRIBUTION: White - G.S.A.; Canary Department City of.M.iami This number must REQUISITION.. FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type and -attach a copy of the advertisement with thia r6duisition. 1.. Department:. 2. Division: POLICE ADMINISTRATION 3, Account Code. number: 4. Is this. a confirmation: 5. Prepared by: 001000.250201.6.287-- 0 Yes El No Lourdes Rodriguez 6. Size of advertisement: 7. Starting.clate: 8. Telephone number: 1/24/9Q305-579-6413 9. Number of times this advertisement is. to be 16.. Type of advertisement: CE publi . shed: ONCE YE Legal E1 Classified:' El—Display 11. Remarks: Purchase and installation of office trailer'for the Police Department's .Fleed Liaison Detail. BID NO. :99-00-047' 12. Date(s) of Publication Advertisement Invoice No.. 'Amount MAMI TIMES MIAMI REVIEW MARIO' LAS 'AMERICAS 77 7 (A cn 13. U App v E Di sapp ved Department Director/ Designee Date Approved for -Payment Date GS/PC - 503 Rev. 12/89. Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink' copy. DISTRIBUTION: White - G.S.A.; Canary Department GE Capital Modular Space General Electric Capital Corporation 5000 NW 72nd Avenue, Miami, FL 33166 A GE Capital Services Company n:. LOP v(i ' GE Capital Space Modular Sp , Juan A. Broche ' Sales Representative 1 General Heclnr. Capital Corpuiation F >_ 5000 NW 72nd Avenue Miami, FL 33166, 305 592-7998, hjx. 305477-0,02 2600 E EB Voice Mail: 800444-0950#2728 � f 16j 24 Hulas Sales & Service Center. 800 523-79 18 A GL Capital SeiVli;eS Company _.------- - _ ci r`ti� F. BID No. 99-00-047 t t# of iau* YOFy JUDY S. CARTER F = DONALD H. WARSHAW "����� All ' Cit Manager Director c „ Hom Y 4 ADDENDUM NO. 1 VIA FAX & REGULAR MAIL BID NO.99-00-047 FEBRUARY 3, 2000 OFFICE TRAILER The opening date for the above mentioned Invitation for Bid (IFB) has been changed to Wednesday, February 16, 2000 at 10:00 a.m. In addition, Section 3.4 of the Special Conditions (page 1 of 4) should be change to read as follows: 3.4. BIDDER QUALIFICATIONS Bids will be considered only from firms or bidders (person, principal of firm, owner) that have been regularly engaged in the business of providing the goods as described in this bid for at least two (2) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactory execute the services if awarded a contract under the terms and conditions herein stated. Subsequently, the Bidder will: c> > a A second addendum will soon follow with additional changes and clarifications to this IF.R. -n ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. try t SIN RELY, "M n DY S. CARTER v CHIEF PROCUREMENT OFFICER :M THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBXHSSION OF BID RESPONSES. SIGNATURE: DATE: NAME OF FIRM: DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 E -Mail Address: purchase0ci.miami.fl.us/ Website Address: httpV/ci.miami.fl.us/ Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 2- G- 0 ;12 : 21PM ; PROCURDENT "G""' -' ""v",.... �ti�� �r:�rrr ur �ianli CITY OF MARI PU CHASINC DEPARTMENT 444 SW 2'"" AVENUE, 6Tu FLOOR MIAMI. FLOP -IDA 33130 PHONE. (305) 416.1900 FAX; (303) 416-t935 EMAIL ADDRESS: purchase 0 ci.miaml.fl.us/ WEBSITE ADDRESS: http://ci.mi;lmi.fl.us/ loll FACSIMILE TRANSMITTAL SHIFT TO, �''. FROM COMP DAT14 FAX "X& OF PAGES INdLUDING PAX COVER: RE: t 1 T SENT BY ;CITY OF MIAMI 2-16- 0 :10:061M PROCUREMENT MG119T. i .. 0 - AP � UTtJorf 'ffiiaml Jl,1UY S.C.AMtILK Dircaol' d � ADDENDUM NO.2 V1 _FAX BID NO. 99-00-047 FEBRUARY 16, 2000 OMCE TRAILER 93058581610;# 2/ 2 DONALD 11. WARSHAW i,lty Manage:[ Please be advised the opening date for the above mentioned Invitation for Rid (fPR) ha.; heen postponed until further notice. If you have already nuhmitted a bid response, it will be returned for your re- submission by the new opening date and time. An addendum will soon folluw whit mlditiunal changes and clarifications to this Ih13;and notification of the new opening date and time. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. SINCERELY, TI Ir)Y S. CARTER CPIEF PROCUREMENT OF1710ER THIS ADDENDUM 1S TO BE STONED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF RECEIFT WITH THE SUBMISSION OF BID RESPONSES. SIGNATURE - DATE: NAME OF FIRM: DEPARTM[NI Or VURCI 1ASiNG/41145.w, 2nd iwerxia, hth FI60r1M�iil111, hlnntla 3:17 aW(;q5; 416-19001Fax: Citl5i41 G 1921 r-tAA0 Adrleacr purr;}iaccQYeimimn,.fl.utjlM�h;ilrAddre..: httpJ/i'�•rninmi.fl.u;/ k&iling Atklmw: P.U. Box .33R70d Miami, FL 33233.07M SENT BY : C 1 TY OF M 1 Ali 1 2-16- 0 ;10:06,101 ; PROCUREMENT MGMT. -; 03058581610;# 1/ 2 CITY OF MlAiNi mw PURCHASING DEPARTMENT dos 91V 2"' AVENUE, 6""' FLOOR MIAMI, FLORIDA 33130 PHONE. (305) 416-1900 PAX. (305) 516-1925 COMPANY: FACSIMILE TRANSMITTAL SHEET f FROM: Y1�'Gul�l C.rti._ l DA'T'E: FAX NUM ER: OF PAGES INCLUDING F co c•: RE: s LIU &qil 7 MOTU/cQ>p1m r r r SENT BY:CITY OF MIAMI 2-17- 0 ;11:39AM PROCUREMENT MGMT.- V �xx JUDY S. (:AR'rr.R r. Director + lolls um n h ADDENDUM NO.3 VIA FAX BID NO. QMO 447 FEDRUARY 17, 2000 OFFICE TRAILER 93058581610; 2/ 2 DONAI 1) H WARSHAW City Manager The fallnwing information is submitted regarding questivus ruc;eived pursuant to the above-cited Invitation for Bids (1FB): 1. 'Cho vendor shall be responsible for obtaining any necessary construction and installation permits and inspection fees and &hall comply with all IuVal codes and ordinances, as may be required for this project, without additional cast to the City. I?amages, penalties, and/or tines imposed on the City for the Bidder for failure to obtain required liw m,, pannits or tlnes shall be boma by the bidder. 2. The City of Miami's Public Works Department will provide the surrey and site plan to the sucenecfirl bidder aflot c;vulrect award. 3. The City will be responsihie for all electrical and plumbing hook-ups. 4y The electrical installation drawing will be provided bythe City, after the successful bidder submits a drawing of 'die trailer indicating the location of the circuit board. S. Attached is a floor plan lay -out of the requested trailer. in addition, based on the number orquestiom raWA by various vendors regarding this bid, div City has determined in its best interest to hold a voluntary pre -hid conference. 'rhe voluntary prc-bid conrumnce is scheduled far February 24 2000 at 9:30 a.m. at the City of Miami Police Department, 400 NW 2"d Avenue, Miami, Florida. The purpose of this pre-bid conference is to allow potential bidders an opputlunity to present questions to Staff and obtain further clarification of the requirements of the bid documents. Bm;ause the City considers the confercoce to be signiFrcant to underctattding the bid requirements, attendance rs highly encouraged. THE NF.W OPENING DATE AND TIME FOR TH13 IFB iS MARCH 6, UW AT 11.00 A.M. A it other terms and conditions remain the milt. Sincerely, t, of Procurement Officer THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF RECEIPT W1T)lI THE SU$MISSION OF BID RESPONSES. SIGNATURE.: DATE: NAME OF FIRM: DEPARTMENT OF PURCHASIN(J444 S.W. 2nd Avenue, fth d wr/Mivrii, I Iwida 331100305) 416.74(>(yFax: {:1c15y416-1925 E -Mui) Addro,,, wehsite Address: h(4)Vj i.miami,II.u51 MailinN Addraea v r.,. Boy :cimo81Aimti,i, rl. 33233.0710 2-17- 0 ;11:39AM PROCUREMENT MGMT.i 930585g161u; s� SENT BY � G 1 TY OF l!i 1 AM 1 CI ,-�„ Y, OF M i A I PUR(�HASING DEPARTMENT O URGE >Cyt 444 SVS 2"" NVENUS, 011 FLOOR MIAMI, FLORIDA 33130 PHONE: (305) 416-1900 FARC: (305) 416.1925 8 -MAIL ADDRESS: purchase 0 ci.milmi.il-us/ WEBSITE AnDRESS: http://ci.ruiam'i.fi.us/ 4 FACSIMILE TRANSMITTAL SHEET w °� '7- •• r IJt FAX CQV JL - SENT BY:CITY OF MIAMI ; 2-18- 0 ;10:.08AM ; PROCUREMENT MGMT.- 03058581610;# 1/ 2 CITY OF MIA*l PURCHASING DEPARTMENT 444 SW 2"" AVEN11F. 6711 FLOOR MIAMI. FLOP.IDA 3J 1 3 0 PHONE.- (305) 416.1900 FAX: (30S) 416-1925 E-MAIL ADDRESS- purchase C cj,rnjarnj.fj.Uq/ WERSITE ADDRESS: http.-/Jci.miarni.fl.u3/ FACSIMILE TRANSMITTAL SHEET - COMPbLil' t 'o �n 'Ll n.. .6 01e -a PAX bRAWM(., OtIRGINT DAT— OF- L� PAGES ..- 0 - RL: PAX RL - PAX COVERt f ES > w z CA Citg of Miami, Florida FLOOR PLAN (Addencum No. 3, pg,�e 2) Bid No. 99-00-047 I ALUM. SIDING, VCP, VINYl TILE FLOORS, DEFUSED LIGHTS, STANDARD WINDOWS, STANDARD ,An DOORS,( ?) J BC S SENT BY:CITY OF MIAMI2-28- L ; 9:44ANI ; of4H PROCUREMENT MGMT, 40 to F I� JUDY S. CARTER r4 Diractur r � A]DIDENnUM NO.41 DID NO.49-00-047 l EBRUARY 28, 2000 OiFFIOE TRAILER W585816104 2 3 VLA;, FAX W)NALD i -t, WARSHAW City A13nuhUr Pursuant to tete voluntary pre-bid conference held on Thursday, February 24, 2000, the fullowing changes were made to the Invitation fnr Bids issued for the purchase of au Office Trailer for ttbe Police Department: Please add the following to the Specifications: 1. Handicap ramps and steps of pressure treated wood. 2. Wiremash skirting 3. Tow hitch shall be removed, 4. Tires shall he removed and stored under trailer. The City will waive any permit fees pertaining to this project, The successful bidder; however, shall be responsible for obtaining any and all construction and installation permits and shall comply with all local codes and ordinances, as may be required for this project. In addition, an option has been added to the Price Sheet for the cost of pre -wiring the trailer for theft and fire alarm. Attached is a revised Price Sheet. This rvvised Price Sheet shall replace the price sheet originally included with yout bid pu:kagc. All otitur terms and conditions remain the Raine. SinpFleely, C �? fi1dyS. C•artur Procurement Officer THIS ADDENDUM IS TO BE SICNF.i7 AND DATED BY BIDDERS AND SUBMITI`ED A5 PROOF OF RECEIPT WITH THR SUBMISSION OF DID RE, SPONSESi. SIGNATURE, NAME OF FIRM: DATE: DEVAKIMLNT OF PW K MASINC /444 SM. 2nd Mitmaul, 6111 F1�x,nrMilmi, Florida 3:117JfluSl air r<Irnf'Fnx:0014011 1112; l: WH address: Website Address: hltpJ/CiWi wifl.W. nM;olinS ,k.1 ,v9; r.b. r4ra 330700 Mlami, FI, JJZ3A-07U8 SENT U U TY OF M I AM 1 2-28- tl ; 0 : 4Wf ; PROCURDIENT NGNT. a Wuatsoo! a 1 u : r City of Miami, Florida � Addendum No, 4 � Rid No_ 99-00-047 6.4. PRICE SHEET (Rovised 2)2RIQn) Unit of Unit Extended Item 1st. Utv. Measure , Prices Price 1. New Customized Office Trailer I ea k -_ _lea $ as per Bid Specifications Manufactwer/Modcl No, Manufacturer Standard Warranty: Options: A. Cost of pre -wiring for theft and (ire alarm: $� -'trailer B. Extended) Warranty; Bidder shall give p icing for extended warranty for the period after the Manufacturer's str n.dard warraaity expires: 1). 2 year extended warranty: $,r -Iyr 2), 5 year extended warranty: $ - - /yr Bidder: Authorized Signature: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DISQUALIFY TIJIS 131D • 2-2g- Q ; 9:44AM PROCUREMENT MGMT.- boubd6oloiu3* s sENT BY:CITY OF MIAMI l k l, t► i PUAHASING DEPik 444 Svc x" AVENUE, 6'1111 FLOOR t1 IAM1.-FLORIDA 33134 PHONE: (303) 416-3900 FAX: (30S) 416,1925 R -MAIL ADDRESS; purchase a ci.miami.f0.us/ WESSITE ADDRESS: http://ci.t4i2Mi.fl.US/ FACSDialLB TRANSMITTAL SHEET FROM; COAC4WY; DATE -.4 FAXNUMNMJ OF Pjr IIdCLlUD]NO PAX COVEL .r 44 v At=W PLEASE COMIGM• ; Old,% ",o erl i ni