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.