Loading...
HomeMy WebLinkAboutR-95-0492RESOLUTION NO.9 5 0" 4 9 2 A RESOLUTION ACCEPTING THE BID OF UNISYS CORPORATION FOR THE FURNISHING AND INSTALLATION OF FLOORING AT THE FIRE TRAINING FACILITY FOR THE DEPARTMENT OF POLICE, AT A TOTAL PROPOSED AMOUNT OF $20,475.00; ALLOCATING FUNDS THEREFOR FROM E911 OPERATING BUDGET ACCOUNT CODE NO. 290461-340, PROJECT NO. 196002; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received May 10, 1995 for the furnishing and installation of flooring at the Fire Training Facility for the Department of Police; and WHEREAS, invitations for Bid No. 94-95-132 were mailed to fifteen (15) potential bidders and two (2) bids were received; and WHEREAS this flooring is to be installed at the E911 backup site located at the Fire Training Facility; and WHEREAS, funds for this purchase are available from E911 Opearting Budget, Account Code No. 290461-340; and WHEREAS, the City Manager and the Chief of Police, recommend that the bid received from Unisys Corporation be accepted as the lowest responsive and responsible bid; and NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY C ]OF! A�EETIPi J U L 1Resolutio95 49 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 May 10, 1995 bid of UNISYS Corporation for the furnishing and installation of flooring at the Fire Training Facility for the Department of Police, at a total proposed amount of $20,475.00, is hereby accepted, with funds therefor hereby allocated from E911 Operating Budget, Account Code No. 290461 340, Project No. 196002. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of July , 1995. S EPHEN P. C ARK, MAYOR ATTEST: ALTER J. F0§0S, CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: 95- 492 CITY OF MIAMI, FLORIDA - INTER -OFFICE MEMORANDUM CA=14 TO The Honorable Mayor and Members DATE JUN 29 1995 FILE of the City Commission sueiEcr : Bid Approval, Bid No. 94-95- 132, Furnishing and Installation of Flooring FROM : Ce C�iO REFERENCES Cit ager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the award of Bid No. 94-95- 132 and a Resolution accepting said bid be granted to Unisys Corporation, a non -minority, Dade County vendor, located at 6161 Blue Lagoon Drive, Miami, Florida, 33126, in the amount of $20,475, for furnishing and installing access flooring in the E911 Backup site located at the Fire Training Facility. The funding source will be the E911 Operating Budget, Index Code 290461-340, Project #196002. BACKGROUND: This flooring will be installed in the E911 backup site located within the Fire Training Facility, 3425 Jefferson Street. The flooring is necessary to facilitate the installation of wiring that is needed to operate the backup site. It will also allow access to this wiring should repairs become necessary. A.C. Engineering, Inc., provided the lowest initial bid for these -- services; however, they did not meet the requirements of item numbers 13, 4, 18, 2 and 19 of the Police Department's specifications (see attached addendum). Unisys Corporation provided the second lowest bid and met the department's specifications. On April 21, 19951• invitations for sealed bids were sent to prospective vendors. Bids were opened on May 10, 1995, with three (3) responsive vendor. It is, therefore, recommended that the award of the bid be made to Unisys Corporation, in the amount of $20,475. The Department's specifications have been met, and the funding source will be the E911 Operating Budget, Index Code 290461-340, Project #196002. 95- 492 69W Bid No - 94-95-132 % of Cost Estimate: 117% ADDENDUM 1. The floor proposed is not by the requested manufacturer and does not comply with 't� p i3 of the specifications. This item required that the top and bottom metal sheets of the floor panel be structurally hemmed together to provide electrical continuity. The sample provided does not have this structural connection. This causes potential electrical problems since the top sheet of the floor panel is not grounded. Also the lack of structural integrity exposes the particle board core to dampness and water intrusion which would cause the core tdeform. o- 2. Item 4 of the specifications require a drawing of the project and an indication of the number of square feet involved. This was required to ensure that the correct scope of work was included in the bid. The drawing submitted showed inexact measurements and did not display the square footage involved. 3. Item 18 of the specification require that a ramp and railing be installed as part of the project. If this was included in the bid it should have appeared on the project drawing in item 4. It did not. 4. Item 2 required that the vendor be responsible for removing all debris from the site as part of the bid. The vendor submitted a separate cost of $750.00 for this. This however does not change the status of low bidder. 5. -Item 19 required that the east edge of the flooring system be enclosed with a trim piece. If this was included in the bid it should have been included in the project drawing in item 4. It was not. 95-- 492 e CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : J U N O 9 995 FILE TO: Judy S. Carter Chief Procurement Officer sua,Ecr: Bid Approval, Bid No. ® 94-95-132, Furnishing and Installation of Flooring FROM : Donald H • Warshaw REFERENCES: Chief of Police ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of furnishing and installing access flooring in the E911 backup site, at a cost of $20,475. Funding is to be from the E911 Operating Budget, Index Code 290461-340, Project #196002. ARY REVIEW & APPROVED -BY: ADDITIONAL APPROVALS J (IF REQUIRED) har Surana, Director Eduardo Rodriguez, CIP Manager apartment of Budget City Manager's Office (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) 95- 492 CITY OF MIANII, FLORIDA w~�) BID 90. 94-95-132 BID SHEET (Continued) ' THEnRTANTS BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE "ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A 'B$D WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: Net 30 (Include cash discount for prompt payment, if.any) Additional discount of n/a % if awarded all items. Warranty and/or guarantee: As described later in this proposal Delivery: 21 calendar days required upon receipt -of Purchase Order or Notice of Award. 5 Number of calendar -days -required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General. Conditions, Special Conditions, and General Informatiion to Bidders, we agree to furnish the Items) at Pricer. indicated on the attached bid sheet(s). NAVIES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Unisys Corporation Share Holders UniUP Board of Dirac ors a) List principal business address: (street address) Suite 200, 6161 Blue Lagoon Drive, Miami, Florida 33126 b) List all other offices located in the State of Florida: (street address) Florida Offices of Unisys Corporation: Miami Tampa, Jacksonville. TallahasseQ, Orlando. Boca Raton. Clearwater. Ft. Lauderdale. Oldsmar_ Panama_-rit PPnearnla (Please use the back of this page if more space is necessary) MINORITY PROCLfl_ EkENT COMPLTANCE The undersigned bidder acknowledges that (s)he has received a .copy of amended, the Minority Procurement Ordinance of the City of Mi a d agre applicable substantive and procedural provisions therein, ,inc d any Bidder: Unisys Corporation • Signature: .-dinance 10062 a to co with al lmen ereto. ( company _ name ) LOO 13. PAWA • Date: May 8, 1995 Print Name: Indicate if Business is 51% Minority —owned: (Check one box only) [ ] BLACK [ ] HISPANIC. [ ] FEMALE AFETRMATTVE ACTION PLAN If firm has an existing plan, effective date of implementation: .If firm does not have an existing plan, the Successful Bidder(s) shall- be reouired establish -atr Affirmative Action Policy, pursuant to Ordinance1 2 as amen d. a Append I for sample Bidder: Unisys Corporation Signature: J )..... ( company name) 9 5 — 492 95- 492 Nr A Ak=D OF BID Bid No. 94-95-132. Furnishing and Installation of Flooring DEPARTMENT: Police IYPE OF PURCHASE: Short Term Contract REASON: The flooring is necessary to facilitate the installation of wiring that is needed to operate the E911 backup site. POTENTIAL BIDDERS: 15 BIDS RECEIVED: 2 FUNDS: E911 Operating Budget, Account Code NO. 290461-340, Project No. 196002. BID TABULATION: SEE ATTACHED BID EVALUATION: ALL VENDORS ............................ MINORITY/FEMALE (M/F) VENDORS.......... Within City limits .................. Registered with City ................ Black (B) Vendors.. ... . ............ Located within City limits.......... Registered with City... ........... Female (F) Vendors. .. ... ....... Located within City limits.......... Registered with City ................ Hispanic (H) Vendors .. ... ............ Located within City limits.......... Registered with City ................ NON MINORITY (NM) VENDORS .............. Located within City limits.......... "No Bids" Bid Invitations Mailed Bid Responses 15 2 8 0 0 0 8 0 2 0 0 0 2 0 3 0 0 0 3 0 3 1 0 0 3 1 7 1 0 0 0 95- 49.2l� RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO UNISYS CORPORATION A NON -MINORITY, DADE COUNTY VENDOR AT A TOTAL COST OF $20,475.00. i ief ocurem nt Of flicer llg_IESURiTY List !ID ITINt INSTALLATION OF FLOORING SYSTEM AT THE FIRE TRAINING FACILITY ww-_w-----w__-----------------------------w___w- DID A0. s' 94-95-132 -_----- --------- ----- ----w_----w BATS DID(S) OPENED: �., MAY 10.1995___10 30 a""------------------ TOTAL r DID—BOND�or� BIDDER DID AMOUNT -+� CASHIRR' S CHRCK -------------- --- 1, 4 �...�____"_--� ww__w SIGNED:__ _ (� putj—Ci—P c__isT-7 ___--- ftvl E 1 V E D L .•- AID NO `' l Sealed bids will be received by the City of 'Miami City Clerk at her office located at City Hall, 3500 nRRm&ihRt5 Drive, Miami, Florida 33133 not later than 10'.30 a>.'m.__May 10., 1995 for the furnishing and. i Ata'll'ation of flooxing s oretqual to` TEC-CORII Access Flooring System' at': the ' Fire Trai*,,;1#'hIty Bids submitted past such deadline and�or submitted to any other location or office 'shall be deemed not responsive and will be rejected. MANDATORY PRE -BID CONFERENCE/SITE VISIT WILL TAKE PLACE ON MAY 3, 1995 AT 10:00 A.M. AT THE FIRE TRAINING FACILITY LOCATED AT 3425 JEFFERSON STREET IN COCONUT GROVE. POTENTIAL BIDDERS ARRIVING AFTER 10:15 A.M. WILL NOT BE ALLOWED TO ATTEND THE SITE VISIT. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. LOCAL PREFERENCE Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 2013 ) Cesar H. Odio City Manager- 4wi�,01,kt