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