Loading...
HomeMy WebLinkAboutR-79-0760"SUPPORTIVE DOCUMENTS FOLLOW" RESOLUTION NO • 79-760 A RESOLUTION ACCEPTING THE BID OF FRANK J. MORAN, INC. IN THE PROPOSED AMOUNT OF $143,835.00, THE BASE BID OF THE PROPOSAL, FOR THE COMPUTER POWER SUPPLY - MMPD; WITH MONIES THEREFOR ALLOCATED FROM THE. "POLICE HEADQUARTERS AND CRIME PREVENTION FACILITIES G.O. BOND EXPENDITURES ($91,265.50)" AND THE "FIRE FIGHTING, FIRE PREVENTION AND RESCUE FACILITIES. G.O. BOND EXPENDITURES ($61,034.50)" IN 'THE AMOUNT OF $143,835.00 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUNDS THE AMOUNT OF $7,025.00 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUNDS THE AMOUNT OF $1,440.00 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM a WHEREAS, sealed bids were received October 30, 1979 for. COMPUTER POWER SUPPLY - MMPD; and WHEREAS, the City Manager reports that the $143,835.00 bid of Frank J. Moran, Inc, for the base bid of the proposal is the lowest responsible bid and recommends that a contract be awarded to said firm; and WHEREAS, the Capital Improvements Appropriation Ordinance No. 8716, as amended, was adopted on October 26, 1977, and monies are available for the proposed amount of the contract, project expense, incidentals, and artwork from the accounts entitled "Police Headquarters and Crime Prevention Facilities G.O. Bond Expenditures", as set forth under Section A, Item 1, of said ordinance, and "Fire Fighting, Fire Prevention and Rescue Facilities G.O. Bond Expenditures", as set forth under a Section „atufaml1 rNb'Ex said ordinance; pp ITEM NO._ NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The October 30, 1979 bid of Frank J. Moran, Inc. in the proposed amount of $143,835.00 for the project entitled COMPUTER POWER SUPPLY - MMPD for the base bid of the proposal, based on lump sum price, is hereby accepted at the price stated therein to cover the cost of said contract. 79-760 Section 2. The amount of $143,835.00 is hereby allocated from the accounts entitled "Police Headquarters and Crime Prevention Facilities G.O. Bond Expenditures ($91,265.50)" and the "Fire Fighting, Fire Prevention and Rescue Facilities G.O. Bond Expenditures ($61,034.50)" to cover the cost of said contract. Section 3. The amount of $7,025.00 is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The amount of $1,440.00 is hereby allocated from the aforesaid fund to cover the costs of. such incidental items as advertising, testing laboratories, and postage. Section 5. The City Manager is hereby authorized to enter into a contract on behalf of The City of Miami with Frank J. Moran, Inc. for COMPUTER POWER SUPPLY MMPD, base bid of the proposal. PASSED AND ADOPTED this 8th day of NOVEMBER 1979. ATTEST: ity Clerk PREPARED AND APPROVED BY: c-1,-e 4 67.1. ssistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: MAURICE A. FERRE "SUPPORTIVE DOCUMENTS FOLLOW" 7.9 - 7 6 0 BID SECURITY ITEM- .Computer Power Supply M.M.P.D. # 78-79-132. DATE BIDS RECEIVED October 30, 1979 BIDDER Frank J. Moran Inc. TYPE OF SECURITY $143,835.00 13030 S.W. 104 Court Miami, Florida 33176 AMOUNT 5% BB FOR ACCOUNTING USE Wayne Electric, Inc. 9500 N.W. 77 Avenue, Bay.1 $172,790.00 Cashier's Check #030730 Hialeah Gardens, Fla. 33016 Timco Electric, Inc. $187,235.00 7326 N.W. 8th Street Miami, Florida 33126 t46,39. Sb 487432-AO- FOLL.:aOW" 5% BB Received the above described checks this .9 day of 45eX411 19 �I 1 t • FOR ACCOUNTING DIVISION -t„,. L J 'n DEPT/DIV PI.,I.b1t.c Works ACCOUNT CODE Project #313001 Index 1430202- t 90 4 BID NO, 78-'7:9- 32 DATE 9/21f79 Z PREPARED BY Joe Harri� -PHONE 6856 CITY OF MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS CODE TOTAL ITEM DESCRIPTION ESTIMATED COST: - CONTRACTUAL: $ 120 , 00l) . t)tl Pro j . _;YTS . 11 13 . 00 .-0O INCIDENTAL:.$ n,11J, n TOTAL 1315, '.vo QUANTITY UNIT PRICE QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS AMOUNT AMOUNT -AMOUNT AMOUNT AMOUNT AMOUNT AMT. BIDS TO BE SECURED FOR "SUP OR 1VE DOC ME TS FO LO APPROVED BY CUM'U`iER '0WL;R . SUPPLY FOR THE: DEPARTMENT ADVERTISE ON October 1979 - BIDS TO BE RECEIVED ON October 30 197,E DIRECTOR OF ISSUING DEPARTMENT SOURCE OF FUNDS: Da -i el,'rr: ii;OP 1:1)1,e" .,_ C;;'AT r,rl .31t1'0Ot1cr`iti To be filled in by EXPENDITURE CONTROL: PROJECT CODE FUNDS AVAILABLE FOR .PROJECT. INVOLVED EXPENDITURE CONTROLLER AD CODE COPIES TO: Purchasing (Org.) — City Manager - City Clerk—EApenditure Control — Issuing Department - Other Affected Department WHITE GREEN PINK CANARY BLUE• GOLDENROD FORM NO. 1043-REV. . 74 Bid No. 78-79-132 ADVERTISEMENT FOR BIDS Sealed bids for the COMPUTER POWER SUPPLY - M.M.P.D. will be received by the City Manager and the City Clerk of The City of Miami, Florida, not later than 2:00 P.M. on the 30th day of October, 1979, in the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133 at which time and place they will be publicly opened and read. The project consists of the furnishing and installing a computer power supply (UPS) at the City of Miami. Police Depart- ment (M.M.P.D.). If there are any questions, call William Smith or Eric Wilson at 579-6295,Computers and Communications Department. All bids shall be submitted in accordance with the Instruc- tions to Bidders and Specifications. Plans and Specifications may be obtained from the Director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc to be provided technical assistance in preparing bid packages. For further information call Mr. James D. Thomas, Administrative Assistant at 579-6848. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality: in any bid, and the City Manager may reject any or all bids, and readvertise. DO '' E E . f > .. ! b; .. .. FOLLOW" Joseph R. Grassie City Manager Bid No. 78-79-132 ADVERTISEMENT FOR BIDS Sealed bids for the COMPUTER POWER SULLY - M.M.P.D. will be received by the City anager and the City Clerk .of The City of Miami, Florida, not later than 2:00 P. . on the 30th day of Octo e 9, in the City Cle s fice, first floor of e Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133 at which time and place they will be publicly opened and read. The project consists of the furnishing and installing a computer power supply (UPS) at the City of Miami Police Depart- ment (M.M.P.D.). If there are any questions, call William Smith or Eric Wilson at 579-6295,Computers and Communications Department. All bids shall be submitted in accordance with the Instruc- tions to Bidders and Specifications Plans and Specifications may be obtained from the Director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Those minority or target area contractors/small businesses interested in submitting bids are advised' to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages: For further information call Mr. James D. Thomas, Administrative Assistant at 579-684+8. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and T advertise. ,. f C.) 0 C c' ate. cn ..i 0 co et W c) L a E W cr Joseph R. Grassie City Manager 0 Bid No. 78-79-132 ADVERTISEMENT FOR BIDS Sealed bids for the COMPUTER POWEE,.,.SIJE.ELY - M.M.P.D. will be received by the City Manager and the City Clerk of The City of Miami, Florida, not later than 2:00 P.M. on the 30th da of October, 1979, in the City Cler s Office, first f oor.of e am i y Ha11, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133 at which time and place they will be publicly opened and read. The project consists of the furnishing and installing a computer power supply (UPS) at the City of Miami Police Depart- ment (M.M.P.D.). If there are any questions, call William Smith or Eric Wilson at 579-6295,Computers and Communications Department. All bids shall be submitted in accordance with the Instruc- tions to Bidders and Specifications. Plans and Specifications may be obtained from the Director, Department of Public Works, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within 10 days after bids have been received. Thoseminority or target area contractors/small businesses interested in submitting bids are advised to contact Contractors Training and Development, Inc. to be provided technical assistance in preparing bid packages. For further information call Mr. James D. Thomas, Administrative Assistant at 579-6848. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and readvertise. Joseph R. Grassie City. Manager " SUPPORTI\JE DOCUMENTS FOLLOW" Joseph R. Grassie City, Manager Donald W. Cather Director rtment orks November 5, 1979 ,.- 13-2781 COMPUTER POWER SUPPLY MMPD - Resolution Awarding Contract (For Commission Meeting of November 8, 1979) The Department of Public Works recommends adoption of the resolution:accepting the bid received October 30, 1979 of Frank J. Moran, Inc. in the amount of $143,835 and authorizing the City Manager to enter into:a contract in behalf of the City of Miami for COMPUTER POWER SUPPLY MMPD. Bids were received October 30`, 1979 for furnishing and installing a computer power supply (UPS) -at the City of Miami Pelice Department (MMPD). As reflected in the tabulation of bids, the $14.3,835 bid of Frank J. Moran, Inc. is the lowest responsible bid for base bid of the proposal Funds have been allocated under the "Police Headquarters and Crime Prevention Facilities G.O. Bond Expenditures" and the "Fire Fighting, Fire Prevention and Rescue Facilities G.O. Bond Expenditures" for the estimated amount of the contract:, for project expense, and for such items asadvertising, testing laboratories, postage. JAII : he Resolution attached ll ' } cM ., �.` �;.,.' .,.,�..:.. \ fit.., L) Pr:-)'' `d t c, i,— D°Cj 1 . N IS FOLLOW" 79-760 t BID AWARD FACT SHEET For The City Manager PROJECT NAME AND LOCATION. COMPUTER POWER SUPPLY - MMPD,(B-2781) located at 400 N. W. 2nd Avenue PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED NAME OF LOW BIDDER AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED Furnish and install an uninterruptible power supply at the City of Miami Police Department $125,000 October 30, 1979 Frank.Moran,, Inc. $143,835 $152,300 :LENGTH OF TIME ALLOWED FOR CONSTRUCTION 45 days after SOURCE OF FUNDS Form PW #389 1/79 uppoRTNE C)UHVI ENTS FOLLOW" receipt of major components Police Headquarters & Crime Prevention Facilities G.O. Bond Expenditures; Fire Fighting, Fire Prevention & Rescue Facilities G.O. Bond Expenditures l0/31/79 79-760 II. COMPUTER POWER SUPPLY - MMPD JOB NO. B-2781 CONTRACTOR'S FACT SHEET Frank J. Moran, Inca 13030 S. W. 1011 Court Miami, Florida 33176 Principals: Frank J. Moran Charles T. Moran III. Contractor is properly licensed and insured. IV. Subcontractors: Not required at this time V. Experience: 10 years Dade County (HUD) Community Development Renovation $400,000 Florida 5-67 (Round Towers,- Renovation) $350,000 VI. Not a minority contractor VII. 10 Contractors picked up plans and specifications 3 Contractors submitted bids 62 Advertisements mailed out 'by regular mail "SUPPORTIVE DOCUMENTS FOLLOW" 79-70 i% r/27 TABULATION OF BIDS FOR C'OA-•`'Cs' 7 ? City Manager, City Clerk �= Received by the e::,"�........ City of Miami, Florida a c✓-')O ..:4. r.- Bidder Licensed & Insured as Per City Code & Metro Ord. Bid Bond Amount Irregularities Item No. DESCRIPTION. Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit - Price Total Unit Price Total • i IRREGULARITIES LEGEND A — No Power -of. Attorney B_ C — Corrected Extensions D _ Proposal Unsigned or improperly Signed -or No Corporate Seal E G _ Improper Bid Bond e� H — Corrected Bid Prep." By: l._. L- IT IS RECOMrMENDED THAT it G l)ie C•.Jri..i.ri: J ;/ Cv' , C :�I rJ•J,•.t'/I{f ) C.- DI STRI BUTI ON: BID 75' - 77-!3" JOB NO. IUI