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