HomeMy WebLinkAboutR-94-0067r �i'�EidteS*+„,i;,+r4Tt,'Y;?v..e+ �, 1,'? .r;. �;i_t :.,:, w,,.. U ��r,'.•., .n,.:;:.+. :b,w:Mu+:v�s.s+;rr.�yask»tt
J-94-86
2/7/94
RESOLUTION NO. 4— s
A RESOLUTION ACCEPTING THE BID OF DOZIER &
DOZIER CONSTRUCTION FOR THE REPLACEMENT OF
THE CEILING IN THE E911 CENTER FOR THE
DEPARTMENT OF POLICE AT A TOTAL PROPOSED COST
j OF $39,705.00; ALLOCATING FUNDS THEREFOR FROM -
E911 SPECIAL REVENUE FUND, PROJECT NO.
196002, ACCOUNT CODE NO. 290461-270;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS SERVICE. -
i
WHEREAS, pursuant to public notice, sealed bids were
received September 29, 1993 for the replacement of the ceiling in
f
the E911 Center for the Department of Police; and
WHEREAS, invitations were mailed to thirty-six (36)
potential bidders and'one (1) bid was received; and
WHEREAS, funds for this service are available from the E911
special revenue fund, project no. 196002, account. code no.
290461-270; and
WHEREAS, the Police Department's E911 Center needs to have
the ceiling replaced due to the deteriorated condition; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Dozier & Dozier Construction be
accepted as the lowest responsible and responsive bid;
''' NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
N
section 1. The recitals and findings contained in the
t
..
Preamble to this Resolution are hereby adopted by reference.
thereto and incorporated herein as if
fully set forth in this }
Section.
k
!
Section 2. The September 29, 1993 bid of Dozier & Dozier
Construction for the replacement of
the ceiling in the E911
center for the Department of Police at
a total proposed cost of
$39,705.00 is hereby accepted with
funds therefor hereby
allocated from E911 Special Revenue
Fund, Project No. 196002,:
Account Code No. 290461-270.
Section 3. The City Manager
is hereby- authorized to
instruct the Chief Procurement Officer
to a issue purchase order.
for.this service:
Section 4. This Resolution
_ F
shall become effective
immediately upon its adoption.
i
PASSED AND ADOPTED this 17th day of February , 1994.
}
ST
HEN P: CLARK, MAYOR
ATT S
-'MATTY
HIRAI, CITY CLERK
PREPARED,,VD VED BY:
RA L 0.'DIAZ
.DEPUTY CITY ATTORNEY
APPROVED AS TO FO AND CORRECTNESS:
ZIP
A. -Q N 0 , II
CITYATY
- 2 -
94- 67
CITY OF MIAMI, FLORIDA
13
'
INTER -OFFICE MEMORANDUM
TO :
DATE : FILE
J 4.1994
���
The°"Honorable Mayor and Members
of the City Commission SUBJECT
Award of Bid No. 92-93-163
E911 Center Ceiling
FROM :
Cesa i0 REFERENCES : Replacement
City' ger ENCLOSURES
RECOMMENDATION:
It is respectfully recommended that the bid of Dozier & Dozier
Construction, a minority vendor, whose principal., place of
business is 3920 Northwest 167th Street, Miami, F1 33654, for the
replacement of the E911 Center ceiling, ata cost not to. exceed
$39,705,'be approved. Funding is to be ,from the -E-9.11: Special
Revenue Fund, Project No. 196002, Index Code 290461-270.
BACKGROUND:
The Police. Department reviewed the bid submitted for the
replacement of the ceiling in the E911 Center.. The bid.of,,Dozier
& Dozier Construction was the sole bid and meets the department's -
requirements and specifications.
On September 9, 1993, bid packages were distributed to
prospective vendors. On September 29, 1993, bids were opened,
with 1 vendor submitting a bid, and 2 vendors submitting "no -
bids.
:It is, therefore, recommended that the bid of Dozier & Dozier
Construction, `.for the replacement of the ceiling in the E911 Center,
be accepted. Funding, in an amount not to exceed $39,705, is
'available
through the E-911 Special Revenue Fund, Project No.
.196002, Index Code 290461-270.
C�i3-1
94- 67
i
CITY OF MIAMI, FLORIDA
INTER -OFFICE
MEMORANDUM
DEC-2 0 1993
TO
DATE : FILE
Judy S. Carter
Chief Procurem nt Officer
SUBJECT
Award of Bid No..92-93-163
E911 Center Ceiling
FROM t
REFERENCES: Replacement
P
Calv Ross
Ch f of Police
ENCLOSURES
This department has verified
that funds are available with the
E911 Program Manager, to cover
the cost of replacing the ceiling,
at a cost not to exceed $39,705.
Funding is to be from the E-911
Special Revenue Fund, Project
No..196002, Index Code 290461-270.
FINANCE REVIEW & APPROVED BY:
ADDITIONAL APPROVALS
(IF REQUIRED)
Carlos'Ga cia, Directo
Eduardo Rodriguez, CIP Manager
Department of Finance
City Manager's Office
BUDGETARY REVIEW & APPROVED BY:
Manohar S , Director
Department of Budget
(Theis 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.)
94- 67
arras ATTAMMENTS MUST BE RETUF� D IN TRIPLICATE IN THE
WT-WAC H 80,ENVELOPE IDEN'-"' XED BY BID NUMBERt TIME +ND OFBID OPENING.
.DATE
It; SECURITY IS REQUIRi .,,= A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS.SUBMITTED IN THIS ENVELOPE:
`' Zerms: 2% (Include cash discount for prompt payment, if any),
Additional discount of .015 $ % if awarded all items.
;.
warranty and/or guarantee: Product warranties by Manufacturer.contrar_tar 2 Vri.-
�el.ivery: S calendar days required upon receipt of Purchase Order or Notice
�f Award:
25 Number of calendar days required to complete work after start.
f accordance with the Invitation to Bid, the Specifications, General conditions, Special
'nditions, and General Information to Bidders, we' agree to furnish the Item(s) at Prices
dicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
William Dozier William Dozier
Sylvia Dozier
List principal business address: (street address)
3920 N.W. 167th Street, -Miami, F1 33054
List,all other offices located in the State of Florida: (street address)
N/A
case use the back of this page if more space is necessary)
4
MINORITY PROCUREMENT COMP .T N _ .
indersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as
ed, the Minority Procurement Ordinance of the City o and agrees to comply with all
LMiami
:able -substantive and procedural provisions therein, d g ndc�ents thereto.
Lany
Dozier & Dozier Const. Corp. Signature:
(company name)
,
September 27, 1993 Print Name:
ate.,if Business is.51% Minority -owned: (Check g= box only)
4A.CK [ ] • HISPANIC [ ] FEMALE
"PTRMATTVE ACTION PLAN
i has an existing plan, effective date of implementation: July 1980
-u does not have an existing plan, the Successful Bidder(s) shall be required to
sh an Affirmative Action Policy, pursuant to Ordinan a #10062 as am ed. See Appendix
am e
: Dozier & Dozier Const. Corp. Signature:
CW1i � -Rame• )
"-10
c
COMPLETE. SISN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID4-
67
t.
AWARD OF BID
Bid No. 92-93-163
ITEM= For the replacement of the
ceiling in the E9li•.
Center
;DEPARTMENT: Police
-
TYPE OF PURCHASE: Short Term Contract
•. '� :
$EBS9r1: E911' Center is in: need of a
new.ceiling due
deteriorated conditions.
;to
POTENTIAL BIDDERS: 36
BIDS RECEIVED: 1
FID$z E911 'Special, Revenue Fund,
Project No. 196002,
;.:,,• _ Account Code No.
290461-270.
BID TABULATION: DOZIER & DOZIER
CONSTRUCTION - $39,705.00
BID EVALUATION:,
Bid
Invitations
Mailed
Bid
Responses
ALLVENDORS., ...........................
36
1
MINORITY/FEMALE (M/F).:VENDORS..........
30
1
Within City limits ..................
3
0
Registered.with City ................
12
1
Black (B) Vendors ......................
9
1
Located within City limits..........
0
0
Registered with City ................
4
1
Female (F) Vendors .....................
7
0
Located, within City limits..........
1 r
0
Registered with City ................
5
p
Hispanic (H) Vendors ...................
14
0
Located within City limits..........
2
0
Registered with City ................
3
0
NON MINORITY (NM) VENDORS ..............
6
p
Located within City limits..........
0
0
"No aids" ..............................
-
2
3 ' -"
94—
67
. —
� g�coni7t ill
----- �---
iv*'�
received t..�.....) envelopes on bebal! 09
( are c•i j ids)
GSA/Solid Waste -Procurement Division__-� oa► �J: Z.� + ____�____�
(City tapartmaht) 7
` fIGNED� _
( •pytt City Clerk)-
t
LEGAL ADVERTISEMENT p� %S3 , , •r
BID N0, 92-93-163
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida
33133 not later than 10:30 a.m. September 29, 1993 for the
removal and replacement of the existing ceiling and fixtures at
the E911 Emergency Center for the .Department of Police
MANDATORY PRE -BID CONFERENCE WILL BE HELD ON September 20, 1993
AT 10:00 A.M. AT THE (FRONT ENTRANCE) OF THE POLICE DEPARTMENT AT
400 N.W. 2ND AVENUE, MIAMI, FLORIDA.
FAILURE TO ATTEND THE MANDATORY PRE -BID CONFERENCE WILL
DISQUALIFY YOUR BID, AND DEEMITNON-RESPONSIVE.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
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
NW 20th Street, Second Floor, Telephone 575-5174.
Local preference may be applied to those vendors whose primary
office is located in the City of Miami, provided the amount of
the bid is not more than ten percent (10%) in excess of the
lowest other responsible bidder.
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. 1345)
Cesar H. Odio
City Manager
�4C
��h T
f
t
i
RECEIVED
•93 SEP 29 A10 :30
MATTY HIRAI
CITY CLERK
CITY OE MIAMI, ELA.
f
4�
I'
i
S
1
t
"..`i�i�w`Y liiw�i■ii�►r
io
Th1a r'tiu�l.evtia.11",
t"" .-d '"�'� j ■•^rsr�r■v��■ ■v��t V�7 Avrf�n� ��7GIrIGlr1
112Ci$)' Y 1` y �f 1' l
dY±k�w�