Loading...
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