Loading...
HomeMy WebLinkAboutR-92-0588.1J-92-599 9/16/92 RESOLUTION NO. 9 2 -- 5 8 8 -1 A RESOLUTION ACCEPTING THE BID OF CORE CONCEPTS, INC. FOR THE FURNISHING AND INSTALLATION OF E-911 CALLER WORKSTATIONS FOR THE POLICE DEPARTMENT AT A TOTAL PROPOSED AMOUNT OF $55,122.00; ALLOCATING FUNDS THEREFOR FROM E-911 SPECIAL REVENUE FUND, PROJECT NO. 506001, INDEX CODE 420604-850; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID SERVICE. WHEREAS, pursuant to public notice, sealed bids were received July 22, 1992 for the furnishing and installation of E-911 Caller Workstations for the Police Department; and WHEREAS, invitations were mailed to thirty three (33) potential bidders and one (1) bid was received; and WHEREAS, funds for said purchase are available from the E-911 Special Revenue Fund, Project No. 506001, Index Code No. 420604-850; and i WHEREAS, this service is needed to replace the current ._ calltaker workstations with newer more durable equipment; and WHEREAS, the City Manager and Chief of the Police Department recommend that the bid received from Core Concepts, Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF S E P 2 4 1592 Resolution No. 92- 588.1 Section I. 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 July 22, 1992 bid of Core Concepts, Inc. for the furnishing and installation of E-911 caller workstations for the Police Department at a total proposed amount of $55,122.00 is hereby accepted with funds therefor hereby allocated from E-911 Special Revenue Fund, Project No. 506001, Index Code No. 420604-850; Section 3. The City Manager is hereby authorized to j instruct the Chief Procurement Officer to issue a Purchase Order for this service. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 24th_ day Of s,.AqPmhPr ► 1992 CITY CLERK PREPARED AND APPROVED BY: CARMEN L. LEO ASSISTANT CITY ATTO EY CLL/csk/bss/M3150 /XAVIER L . S EZ,MAYOR APPROVED AS TO FORM AND CORRECTNESS: t- �t�„ll1�CVAx'Y'T,,.LYST DID tmt POLICE�.----�—.nE-911 CALLTAKER WORKSTATIONS . .�.r�r.i—i.►-rrrr_ r—rrr—iY:►�r�.r/YiwfYr.�IraliifY�ir-- $in Do.s 91-92-084 �iM.IY��►iw�!!�•—�11Mri•r�.11�lWl.w�—r�r—..��.riW N.i—�ibfl►l—il�riiw►�11�ilil. 31i?E s rn (S) OPENED: JU Y 220, 1992 rw 0 : 33 0 a. m.---r--- ]OTT AID ♦tlOQN2ram N_-- A I D-101tDl10 t2 CASHIER'S RICK COIZE C014CEPTS SEl-- INC. See attached Bid !N!w!w N! r—r—llwNw r,Nl.--mil—! wN &0 BID: ' SOUTH FLORIDA BUILDERS INC. ---rr! THE RICHARD PLUMER CO. LVR SYSTEMS CORPORATION THOMAS W. RUFF & CO HASTEC NY—!_r-- _� J.C. WHITE OFFICE FURNITURE ROBERT W. MARCUS !!—Lell., --N-----r---- -------------- ----- p SECO SUPPLIES, INC. ---lN_ ---------------- CORPORATE TECHNOLOGIES INC. ` CORPORATE LOGIC, INC. OFFICE SYSTEMS OF FLORIDA !—NNrr--r—l-- -----------!! ..� !_l--INM-- --l—w—�--N wNI—N— —lM----N—N—N! N—I—INY-- l--wIN—NN— I--MNM—I—IMIM—� r.--_—l—l---ll—N— --N_!-- --! ---------- NM_--lN `�--__-_----__„�roeoived (!) envelopes on behalf of (Zeta 0R; sdceivind bias) �G� Solid Waste -Procurement Division os �- 1..■ ---------------.�— —+.� �---�� ...F�.7i—i--.l.rwr•w--w� (City nep+�st�aent) iI6NEDs - D� s�tp Cite 01OrIgY El LEGAL ADVERTISEMENT Xr RE* 0CI r BID NO. 91-:1Z= 84 1992 .SUN 30 PM sb 31 Sealed bids will be received by the City of Miami CA Clerk at her office located at City Hall, 3500 pan American Di�WY WO i, Florida 33133 not later than 1000 a.m. July 22, 1 �'a' CtOO the furnishing of all labor and materials requireQ YW NJpM� eAe existing antiquated consoles used by E-911 Calltakers with ergonomically designed work station clusters for the Police Department/Communications Division. Mandatory examination of existing equipment and site will be required. Bidders shall contact Sgt. Wayne English or Officer Bill Bishop at 579-6436 to make an appointment to inspect the job site. Failure to attend will disqualify your bid. 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 N.W. 20th Street, Second Floor, Telephone 575-5174. Ordinance #10032 established a "First Source Hiring Agreement" program to stimulate the creation of employment for City of Miami residents. For details of the program's requirements, contact the Neighborhood Jobs Program at 579-2468. 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. The City Manager may reject all bids and readvertise. (Ad No. 8293) Cesar H. Odio City Manager I':eE�`V JUL �I 2,2 ID ff PIR At 40K 1 1'iAMI, FLA. 4 � 1 mber must appear REQUISITION FOR ADVERTISEMENT �Ihls nu In, the advertisement. 8293 '66NT cODE 290201-287 Abb , 6/23/92 PHONE 575-5174 APPRO 14150 y �aritza Pages b CT I1Nb DPEPA�il Pilblish the Attached adveone rtisement times. t (numbor of Umes) 'FYOe of advertisement: legal X classified display One) Siza. Legal Starting date 7/1/92 First four words of advellsement: Bid No. 91-92-084: Sealed bids will be,... Police E-911-Calltaker Workstations Remarks:, (ot)en 7/22/92 l 10t30 a - in DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE: PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT. -ami Refyiew A,-1 Miami 'T*es T4 Ameri nass 1.)i a ri a lag C-3 D.4 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOOCHER YDUE DATE Y MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECR PROJECT 11 13 17116 1 125134 39142 50 51 56 57 ;62 63. 65,66 J ItA 0 112"14111 JVP J 1 11 1 1 1 1 1 11210121 145 1 111 1 1 1 1 1 jj J2 8 11 7 I 1. 1 21314 7 8 V P 12[13114 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 6 210101210W 1 1 1 A 1 White - Purchasing, `Yellow copy;: rink copy: Approved for Payment Yellow - Finance Pink - Department Miriam Parra, City Clerk's Office in Maritza, Procurement Management S CITY OF MIAMI, FLORIDA 21 INTER -OFFICE MEMORANDUM TO The Honorable May6r and Members of the City Commission Cesar H. Od FROM: City Manage DATE : FILE SUBJECT : SEP 2 1992 Award of Bid No. 91-92-0841 E911 Calltaker Workstations REFERENCES: ENCLOSURES: It is respectfully recommended that a resolution be passed accepting the bid of Core Concepts, Inc., a non -minority vendor, located at 610 South Military Trail, Deerfield Beach, Florida 33442, in the amount of $55,122, for the provision of E911 cailtaker workstations. The funding source will be the E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. ixs# K10:• �� The Police Department has received approval to utilize E911 funds to renovate the E911 calltaker workstations. Core Concepts, Inc., provides a product that maximizes noise control. This is essential in the operation of the Communications Center. It should also be pointed out that if these funds are not encumbered by September 30, 1992, they shall become surplus and the City will lose this opportunity to upgrade obsolete equipment. On June 30, 1992, invitations for sealed bids were sent to prospective vendors. On July 22, 1992, bids were opened with Core Concepts, Inc., supplying the only responsive bid meeting the department's requirements and specifications.. It is, therefore, recommended that the award be made to Core Concepts, Inc., in the amount of $55,122. The funding source will be the E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. 92-- 588.1 • a2 /-- / ki CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy S . Carter DATE Chief Procurement Officer SUBJECT FROM : 'Ca lv 1 n R s s REFERENCES {vq Chief of Polf ENCLOSURES: FILE : Award of Bid No. 91=-92-084 E911 Calltaker Workstations This department has verified that funds are available with the E911 Project Manager to cover the cost of purchasing E911 Calltaker Workstations, at a cost of $55,122. Funding is to be from the E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BYs Manohar Surana, Director Department of Budget ADDITIONAL APPROVALS (IF REQUIRED) C162T �VI,9 I - Egdard Ro rigubz, CIP Manager 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.) i CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM TO: The Honorable May6r and Members of the City Commission Cesar H. Od FROM: City Manage DATE : FILE SUBJECT : S EP _ 21992 Award of Bid No. 91 92-0041 E911 Calltaker Workstations REFERENCES: ENCLOSURES: It is respectfully recommended that a resolution be passed accepting the bid of Core Concepts, Inc., a non -minority vendor, located at 610 South Military Trail, Deerfield Beach, Florida 33442, in the amount of $55,122, for the provision of E911 calltaker workstations. The funding source will be the E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. The Police Department has received approval to utilize E911 funds to renovate the E911 calltaker workstations. Core Concepts, Inc., provides a product that maximizes noise control. This is essential in the operation of the Communications Center. It should also be pointed out that if these funds are not encumbered by September 30, 1992, they shall become surplus and the City will lose this opportunity to upgrade obsolete equipment. On June 30, 1992, invitations for sealed bids were sent to prospective vendors. On July 22, 1992, bids were opened with Core Concepts, Inc., supplying the only responsive bid meeting the department's requirements and specifications.. It is, therefore, recommended that the award be made to Core Concepts, Inc., in the amount of $55,122. The funding source will be the E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. 92- 588.1 The Honorable Mayor and Members of the City Commission Pate 2 Amount of Bid % of Cost Estimate: $55,122 100% Cost estimate/Budgeted Amount: $55,122 Source of Funds: E-911 Fund, Project No. 506001,.Index Code 420604-850 Minority resentat i on : Non -minority / Non -local Public Hearings/Notices N/A Assessable Project: N/A CITY OR MIAMI, FLORIDA ip,INTER-OFFICE MEMORANDUM 'to; Judy S . Carter DATE Chief Procurement Officer SUEUECT 9C-;iu FROM : v 1 n R S �81 REFERENCES ,g Chief of Poli ENCLOSURES: FILE : Award of Bid No. 91-92-084 E911 Calltaker Workstations This department has verified that funds are available with the E911 Project Manager to cover the cost of purchasing B911 Calltaker Workstations, at a cost of $55,122. Funding is to be from the E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: Manohar Surana, Director Department of Budget ADDITIONAL APPROVALS (IF REQUIRED) n?,T VVI,9 I - EcJdard Ro rigu,6z, CIP Manager 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.) 92- 588-1 3 :ITY OF HIAMI, FLORIDA 810 NO 91-9bS4.__. t 40 SHEET (Continued) ` SHEET AND ATTACHMENTS MUST EB RETURNED 2N TRIPLICATE IN THE .BID ATTACHED ENVELOPE IDENTIFIED DY DID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIREDit A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR {' BOND IS SUBMITTED IN THIS ENVELOPE. 'erMS11 ► 15# Net 30 (include cash discount for prompt payment, if any) additional discount of none__ if awarded all items. jarranty and/or quarantees 5 Year manufacture-t"s warranty j )alivery t L ..._calendar days required upon receipt of Purchase Order or Notice 1` if Award. i to Number of calendar days required to complete work after start. a' )elive Point 8 : Miami F ' n accordance with the Invitation to Sid, the specifications, general conditions, Special onditions, and general Information to Bidders, we agree to furnish the Item(s) at prices ndicated on the attached bid sheet(s). 11AME3 OF COMPANY OWNER(S) 3 s NMS OF COMPANY OFFICER(S)s t ) serry tlu�oar Pree j,d�ri , Diane E. Vor-i9B rrrl-lnnw nlwn.nnr --- ac cffiCQ) } List principal business addreess (street address) 610 S. Military TrAil, eeerfiaid Beach, FL 33442 List all other offices located in the State of Florida: (street address) 826 Creichton Rd .Suite 100.Peneao 1 . FL 32504-7028 - ''' 11221 St. Johns Industrial Pkwy., Jacksonville, rL 32216 I' please use the back of this page if more space in necessary) he undersigned bidder acknowledges that (s)he has received a copy of ordinance f10062 as , mended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all jlpplicable substantive and procedural provisions therein, including any amendments thereto. idders Core Concepts SU , Inc. Signatures_ (company name) ?' ate: July 10 ,1992 Print Flame: piane E . Vora ndicate if Business is S1% Kinority-owneds (Chock am box only) ] BLACK H I S PA2+l I C [] FEMALE f►e�T�Y7►TISt� �'1'�A�f pi.11N E firm has an existing plan, effective date of implementations firm does not have an existing plan, the Successful Udder(s) shall be required to stablish an Affirmative Action Policy, pursuant to ordinance i10062 as amended. See Appendix for sample. adder:=,x' Tn� _ Signature: �F (company name) $id- No. 91-92-084 E-911 Caller Workstations Police Short -Term Contract 33 1 Core Concepts, Inc. $55,122.00 E911 Special Revenue Fund, Project No. 506001, Index Code 420604-850. 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 ............... NOW MINORITY (NM) VENDORS ............. Located within City limits......... "No Bids" ............................. n Bid Invitations Mailed Bid Responses 33 1 19 0 1 0 14 0 4 0 0 0 3 0 6 0 0 0 6 0 9 0 1 0 5 0 14 2 92- 58&•I ;;7 Reasons for "No Bids" are as follows: South Florida builders, Inc. - The Richard Plumer Co. - LVR Systems Corporation - Thomas W. Ruff & Co. - Hastec- J.C. White Office Furniture - Robert W. Marcus- SECO Supplies - Corporate Technologies, Inc. - Corporate Logic, Inc. - Office Systems of Florida - "Not involved in this type of work,, no explanation "Unable to meet specifications" "Unable to meet specifications" "Unable to meet specifications" "Unable to meet specifications" "Unable to meet specifications" "Does not carry product" Does not handle this type of product" "Not in their product line" "Unable to meet specifications" RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO CORE CONCEPTS, INC. A NON -MINORITY VENDOR FOR A TOTAL PROPOSED AMOUNT OF $55,122.00.