Loading...
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�