HomeMy WebLinkAboutR-94-0472J-94-558
6/16/94
I
RESOLUTION NO. 9 4" 472
i
A RESOLUTION ACCEPTING THE BID OF UNISYS
CORPORATION FOR THE FURNISHING OF DCA/ICC
SOFTWARE AND HARDWARE PRODUCTS, AS PURCHASES
BECOME NECESSARY, FOR VARIOUS CITY
DEPARTMENTS, ON A CONTRACT BASIS FOR ONE (1)
YEAR WITH THE OPTION TO EXTEND FOR TWO
ADDITIONAL ONE (1) YEAR PERIODS AT PRICES
STIPULATED ON BID NO. 94-94--075R FOR THE
DEPARTMENT OF MANAGEMENT AND BUDGET/COMPUTERS
DIVISION; ALLOCATING FUNDS THEREFOR FROM THE
VARIOUS CITY DEPARTMENTS' APPROVED OPERATING
BUDGET ON AN "AS NEEDED BASIS"; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS
FOR THESE PRODUCTS, AND THEREAFTER TO EXTEND
THIS CONTRACT FOR TWO ADDITIONAL ONE (1)
YEAR PERIODS, AT THE SAME PRICE, TERMS AND
CONDITIONS AS STIPULATED IN THE ABOVE CITED
BID NUMBER, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received February 11, 1994 for the furnishing of DCA/ICC Software
and Hardware Products to the Department of Management and
Budget/Computers Division; and
WHEREAS, invitations for Bid No. 93-94-075R were mailed to
fourteen (14) potential bidders and three (3) bids were received;
and
WHEREAS, funds for these acquisitions will be allocated from
various City departments' approved operating budget on an "as
needed basis"; and
CITY COM-PITISSION
MEETTIMC OF
j f f E 4 /; 1qq4
Resolution No.
94- 472
WHEREAS, the Department of Management and Budget/Computers
Division needs to purchase DCA/ICC software, and hardware
products to be installed in various departments throughout the
City to allow DOS/Windows microcomputers access to mainframe
application programs; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of Management and Budget recommend that
the bid received from Unisys Corporation be accepted as the
lowest most responsible and responsive bid;
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 February 11, 1994 bid of Unisys Corporation
for the furnishing of DCA/ICC software and hardware products for
various City departments, as purchases become necessary, on a
contract basis for one (1) year with the option to extend for two
(2) additional one (1) year periods at prices stipulated in Bid
No. 93-94-075R, for the Department of Management and
Budget/Computers Division is hereby accepted, with funds therefor
hereby allocated from the various City departments' approved
operating budgets on an "as needed" basis.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue purchase orders
for these products, and thereafter to extend this contract for
-2- 94- 472
two (2) additional one (1) year periods at the same price, terms,
and conditions stipulated in the above cited bid number, subject
to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th day of 3ulY , 1994.
ST PHEN P. HARK, MAYOR
ATT S
MATTY HIRAI, CITY CLERK
i
PREPARED AND APPROVED BY:
RAFAEL 0. DIAti
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
I rj
A. QUaft JO , III
CITY ATTOR
i
i
i!
94- 472
-3-
CITY OF MIAMI, FLORIDA
1
INTER -OFFICE MEMORANDUM
TO The Honorable Mayor and Members DATE juL — 5 1994
FILE
of the City Commission
SUBJECT : Bid #93-94-075R
DCAACC Software
& Hardware Products
FROM : Cesa REFERENCES
Cityke
ENCLOSURES
RECOMMENDATION:
It is respectfully recommended that the City Commission pass the attached resolution
accepting the bid from Unisys Corporation as the lowest bidder to provide the DCA/ICC
Software & Hardware to various City departments as purchases become necessary
throughout the next twelve months. The funds for these purchases will be available at the
time of purchase in the budget of the various City Departments.
BACKGROt7ND:
The Department of Budget/Computers has analyzed bids received pursuant to Bid #93-94-
075R to purchase software, documentation, hardware, and related items to be installed in
departments throughout the City to allow DOS/Windows microcomputers access to
mainframe application programs via terminal emulation and to exchange data between
microcomputers and the mainframe. This function will provide users with greater access
to existing data and will allow this data to be incorporated into microcomputer
applications for advanced statistical analysis and graphics presentation, This ability will
ienhance distributed data processing throughout the City.
SOURCE OF FUNDS:
This acquisition is to be funded by various City Department Operating Budgets as needed.
MINORITY PARTICIPATION:
Award is to a non -minority vendor.
ATTACHMENT:
Proposed Resolution
CITY -OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO. Judy S. Carter DATE: June 7, 1994 FILE:
Chief Procurement Officer
GSA/Solid Waste SUBJECT: Bid #93-94-•075R
DCA/ICC Software
J & Hardware Products
FROM: Manohar S. Sur g1 to REFERENCES:
The DCA/ICC Software & Hardware will be acquired by various City departments
throughout the next twelve months. The funds for these purchases will be verified at the
time of purchase in the budget of the various City Departments.
BUDGETARY REVIEW CAPITAL IMPROVEMENT
AND APPROVAL: FUNDING REVIEW AND
(Except for items funded APPROVAL:
through Capital Improvement
Program)
Manohar S. Su na, Asst. City
Manager, Dep . of Budget
Eduardo Rodriguez
Capital Program Manager
-i' ' (Continued) {\
,AeQ$TANT: BID SHEET AD ATTACHMENTS MUST BE I URNED .A TRIPLICATE IN TI
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENIN(
IF SECURITY IS REQUIRE[.., A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT
BOND ISSUBMITTED IN THIS ENVELOPE.
Terms: Net 30 (Include cash discount for prompt payment, if any)
Additional discount of_ NA _% if awarded all items.
Warranty and/or guarantee: wee at-i-ached Consolidated Aqreement
Delivery: 30 calendar days required upon receipt of Purchase Order or Noti(
of Award.
N/A Number of calendar days required to complete work after start.
Information requested in the next section is located in the 1.993 Annual Report.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Speci
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Pric
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
a) List principal business address: (street address)
b) List all other offices located in the State of Florida: (street address)
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPL.IANCR
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder: Signature:�IUl� 0J4AAV&0
- (company name)
Date: Print Name: n/
Indicate if Business is 51% Minority -owned: (Check One box only)
[ ] BLACK [ ] HISPANIC [ ] FEMALE
8 EI MATIVF 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 required
establish an Affirmative Action Policy, pursuant to Ordinance 410062 as amended. See Appe
I for sample. _
Bidder: Signature:,6 1 U
( company name) 9 4® 472
FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID.
Bid Evaluation
March 11, 1994
Title: DCA./ICC Software Did No.93-94-075R
& Hardware Products
ltem
Description of item
EDI'
W E.
�Ta
Unisys
Systems
Coleman
Co .
Inc.
&Assoc.
Group I
1.
Single - User Terminal Emulation and File Transfer
Software
A) ICC/Intercom Terminal Emulation and ICC/FileXpress
File Transfer Software for Microsoft Windows Version
3.1 or greater on DOS based PCs (current Product ID -
ICW-MTPX) with appropriate manuals
436.00
460.00
626.75
B) ICC/intercom Terminal Emulation and ICC/FileXpress
File Transfer Software for DOS based PCs (current
Product ID - BINTX) with a propriate manuals
396.00
345.00
569.25
C) ICC/Intereom Temunal Emulation Software for
Microsoft Windows Version 3.1 or greater on DOS
based PCs (current Product ID - ICW-MTP) with
316.00
335.00
454.25
appropriate manuals
D) ICC/Intercom Terminal Emulation Software for DOS
Based PCs (current Product ID - BINIT) with
260.00
225.00
373.25
appropriate manuals
E) ICC/FileXpress File Transfer Software for Microsoft
Windows Version 3.1 or greater on DOS based PCs
(current Product ID - ICW-FTA) with appropriate
200.00
210.00
287.50
manuals
F) ICC/FileXpress File Transfer Software for DOS based
PCs (current Product ID - BIFX) with appropriate
200.00
175.00
287.50
manuals
Total - Group 1
1,808.00
1,750.00
2,598.50
2.
Software Upgrade and Maintenance for each product listed
above: items 1. A) through 1. F).
15% of
15% of
No quote
Retail
List Price
provided
Price
94- 472
Page 1 of 3
;I
I
Bid Evaluation Title: 1DCAACC Software Bid No. 93-94-075R
March 11, 1994 & Hardware Products
EDP
WE
Jtem
Description.of item
Unisys
Systems
Coleman
Nn.
Corp.
Inc.
& Assoc.
Group 2
1.
Multi -User Terminal Emulation and File Transfer Software
r
A) ICC/LAN-Gateway Software for NetBIOS PC Local Area
Networks which includes ICC/Intercom Terminal
Emulation and ICC/FileXpress File Transfer Software for
the number of workstations listed below:
(1) 4 workstations
1,596.00
1,695.00
1,949.25
(2) 8 workstations
2,876.00
3,055.00
3,329.25
(3) 12 workstations
3,996,00
4,245.00
4,594.25
(4) 16 workstations
4,716.00
5,010.00
5,514.25
(5) 24 workstations
5,356.00
5,690.00
6,319.25
(6) 32 workstations
5,836.00
6,200.00
5,894.25
Total - Group 2
24,376.00
25,895.00
27,600.50
1.
B) Software Upgrade and Maintenance for each product listed
r
above: items A) (1) through A) (6).
15% of
15% of
No quote
Retail
List Price
provided
Price
0
Page 2 of 3
94- T�72
i
Bid Evaluation Title: DCAACC Software Bid No. 93-94-0751R
March 11, 1994 & Hardware Products
Description of item ,
Unisys
iCar
EDP
Systems
Inc.
AWE:
Coleman
& Assoc.
Group 3
1.
PC Hardware for ICC Software Products
A) ICC/UniCard with Single -Channel TDI J Sync 1 Async J
Concatenation Capabilities
236.00
205.00
339.25
B) ICC/UniCard with Dual -Channel TDI / Sync / Async /
Concatenation Capabilities
316.00
275.00
454.25
C) ICC/UniCard IDC: with on -board Intelligent Processing
716.00
625.00
1,029.25
D) ICC/TDI Converter with Single -Channel Line -Powered
TDI/RS232 Converter
144.00
125.00
207.00
Total - Group 3
1,412.00
1,230.00
2,029.75
Total - Group 2
24,376.00
25,895.00
27,600.50
Total - Group 1
1,808.00
1,750.00
2,598.50
Total - All Groups
27,596.00
28,875.00
32,228.75
I
I
1
i
Page 3 of 3 9 4` 472
AWARD OF BID
Bid No. 93-94-075R
ITEM; DCA/ICC Software & Hardware Products MAR -Department of Management and Budget/Computers
Division
TYE'E QF_PURCHASE: Contract basis for one (1) year with the
option to extend for two additional one (1)
year periods.
REASON: To be installed in departments throughout the
City to allow DOS/Windows microcomputers
access to mainframe application programs.
POTENTIAL BIDDERS: 18
FUNDS: These acquisitions are
to be funded from
various City Departments'
Operating Budget, as
adopted on an "as
needed
basis".
BID TABULATION: SEE ATTACHED
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses:_
ALL VENDORS ............................
18
3
MINORITY/FEMALE (M/F) VENDORS..........
2
1
Within City limits ..................
1
0
Registered with City ................
2
1
Black (B) Vendors ......................
1
1
Located within City limits..........
0
0
Registered with City ................
1
1
Female (F) Vendors .....................
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
Hispanic (H) Vendors ...................
1
0
Located within City limits..........
1
0
Registered with City ................
1
0
NON MINORITY (NM) VENDORS ..............
16
2
Located within City limits..........
0
0
"No Bids" ..............................
-
3
+'� {; 94- 472 /�
Reason(s) for NOT awarding to a local vendor:
Local vendor did not respond to the invitation to bid
Reasons for "No Bids" are as follows:
CPT of South Florida- unable to supply at this time
Global Associates -unable to meet specifications
Overbyte Computers Corp. -can't supply product requested
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO UNISYS
CORPORATION A NON -MINORITY, NON -LOCAL VENDOR
IN ACCORDANCE WITH PRICES STIPULATED IN THE
BID.
44P J—ro c u eme 0 fi.cer
DCA/ICC SOFTWARE HARDWARE
DID so-* 93-94-075R._.��_____
FEBRUAItY 11, 1994 11:00 a.m.
TOTAL 81D �GD�D�or�
TIDD$R �ID_AkS�ts r GSEIRRIS- CHECK
-�
F
OLE::AJ � ASSOC. See attached idSTEi,IS, II1C.
"
iv0 BID:
CPT OF SOUTH FLA. INC.
GLOBAL ASSOCIATES
OVERBYTE COMPUTERS CORP.
- -- ------------
----- -1----_----- ---- t ---- --_------------
- --------- --...---t___________-__-�.
_-------------------- ..-------------
--_------_-___-______________f___-_..-------w..-_o�
------------------ ------_--_--------------
teceived (_�) snvelopem on bebal! o!
(Person -racel ag bids)
GSA/So2id_Haste-Procurement Division �o-//- `I'�
(City iepattmantj----- --------�� - -- ----
------------
SIGNED
r--
(
LEGAL ADVERTISEMENT i� t
BID N0. 93-94-075R
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 11:Op a.m. FEBRUA Y 1 ]� for the
i furnishing of DCA/ICC software/hardware products for
microcomputer/mainframe terminal for the Department of Management
and Budget's Computer Division.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
1
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 fo the occupational
license, professional and/or trade licenses, corporate charter
and any other documents to verify the location of the firm's
primary location.
Copies of bid documents are available upon request at the City
of Miami Procurement Office, located at 1390 NW 20th Street,
-5174.
Second Floor, Telephone 575
City of Miami l' r
REQUISITION FOR ADVERTISEMENT This number must
R appear in the
^� advertisement.
INSTRUCTIONS: Please type and attach a copy of theleadvertisement with this requisition.
1. Department: 2. Division:
3. Account Code number: 4 Is this a confirmation: 5. Prepared by:
�._.� Yes No
6. Size of advertisement: 7. Starting date. 8. Telephone number:
9. Number of tirnes this advertisement is to be 110 1 yke of advertisement
published: 1 l'� Legal _ _ _ _) Classified Display_____
11. Remarks: —'--- -- — ---- -- — ---- --
12•G.S.A.
Publication
(Pr9curern nt MA n nt E N Y
Date(s) of
Advertisement
Invoice No.
Amount
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment Date
C GS/PC 503 Rev. 1.2/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink cow.
via i niDu v ivn: wnne - u.a.m, canary - ueparnnem
13