HomeMy WebLinkAboutCity of Tamarac Resolution R-98-1271
�1
April 15, 1998 - Temp. Reso. #8227 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-98- /2 7
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA,
AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO AWARD BID NO. 98-17B IN AN
AMOUNT NOT TO EXCEED $17,127.15 TO
COMP USA, AS THE SUCCESSFUL BIDDER,
FOR THE DIGITAL EQUIPMENT
CORPORATION'S 600A PERSONAL
WORKSTATION; CASE NO. 11-MI-98;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City of Tamarac is building a Geographic Information System (GIS)
requiring a workstation grade computer that is compatible with the selected Arc/INFO
mapping software, the City's existing network and existing Digital computers; and
WHEREAS, the City of Tamarac has selected Digital Equipment Corporation's 600A
Personal Workstation; and
WHEREAS, the City of Tamarac has selected ESRI's Arc/INFO software; and
WHEREAS, the City of Tamarac publicly advertised Bid No. 98-17B for a Digital
600A Workstation; and
WHEREAS, on March 30, 1998, eight (8) bids were opened and reviewed in order
to determine cost and responsiveness to the City's technical specifications; and
1
April 15, 1998 - Temp. Reso. #8227 2
WHEREAS, the results of this bid opening are summarized as follows; and
ESRI
$ 20,855.00
COMP USA
$ 17,127.15
MICRO WORLD
$ 21,651.00
INTEGRATED SYSTEMS GROUP, INC.
$ 18,133.00
COMPUTER SOFTWARE SERVICES
$ 19,710.00
ABAN COMPUTERS
$ 17,444.00
COMARK GOV'T & EDUCATIONAL
SALES
$ 19,797.00
DATA AGENTS, INC.
$17,448.00
WHEREAS, Comp USA submitted the lowest cost for service at $17,127.15; and
WHEREAS, funding is available in the GIS Fund (GP96A) for this purpose; and
WHEREAS, it is the recommendation of the Director of Community Development
and Purchasing/Contracts Manager that Bid No. 98-17B be awarded to Comp USA; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interests of the citizens and residents of the City of Tamarac to award Bid No. 98-
17B in an amount not to exceed $17,127.15 to Comp USA, as the successful bidder for the
Digital Equipment Corporation's 600A Personal Workstation; Case No. 11-MI-98.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
1
1
April 15, 1998 - Temp. Reso. #8227 3
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution.
SECTION 2: That the award of Bid No. 98-17B to Comp USA in an amount
not to exceed $17,125.15 is hereby authorized.
SECTION 3: That the appropriate City Officials are hereby authorized to
award Bid No. 98-17B to Camp USA (attached hereto as Exhibit "1 ")
SECTION 4: That the City Manager or his designee is authorized to close
the bid award, including but not limited to making payments and releasing of funds upon
the satisfactory delivery of the Digital Equipment Corporation's 600A Personal Workstation.
SECTION 5: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 6: If any clause, section, other part or application of this
Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid,
in part or application, it shall not affect the validity of the remaining portions or applications
of this Resolution.
1
April 15, 1998 - Temp. Reso. #8227 4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this /3 day of /1--14 91998.
ATTEST:
� /- 1� �
CAROL G , CMC/AAE
CITY CLERK
I HEREBY CERTIFY that I
have roved this
RE Ll TION as to form.
MITCHPLL S. K
'CITY TTORN
commdev\u:\pats\userdata\wpdata\res\8227reso
JOE SCHREIBER
MAYOR
RECORD OF COMMI SION VOTE
MAYOR
SCHREIBER
DIST 1:
COMM. MIKAYVE
DIST 2:
V/M MISHKINDIST
3:
COMM. SULTADIST
4:COMM.
ROBE
•
0
COMPANY NAME: (Please Print): 4:10,7 O Q5 /9
Phone: 75Y-6_?Y40 9-S Fax:
--NOTICE-
BEFORE SUBMITTING YOUR BID, MAKE SURE YOU...
1. Carefully read the TECHNICAL SPECIFICATION AND PRICE QUOTATION, then
properly fill out and "price" this FORM (Attachment "A").
2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it
properly notarized.
f 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your
Bid being deemed non -responsive.
4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D").
�5. Fill out the REFERENCES PAGE (Attachment "E").
1,1--' 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F")
7. Include WARRANTY Information, if required.
8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope.
✓ 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid.
N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic
rejection of your bid.
11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted.
N/A 12. Include proof of insurance.
FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID
BEING DEEMED NON -RESPONSIVE. .
THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR
BID.
THIS SHOULD BE THE FIRST PAGE OF YOUR BID.
U:1998 bid/98-11b boiierplate.doc
7
EXHIBIT "'I"
•
•
Is
ATTACHMENT "A"
TECHNICAL SPECIFICATION
AND
PRICE QUOTATION
The City of Tamarac is building a Geographic Information System (GIS) that will
need the computing power of a workstation. The City has selected Digital
Equipment Corporation's 600A personal workstation. The GIS will include maps,
digital aerial �( tography, scanned images and tabular databases. The selected
software is ESRI's Arc/INFO. The GIS is expected to produce three dimensional
(3D) output and operate through a Windows NT network.
Please provide fixed prices for the following:
ITEM G TY MODEL NUMBER AND DESCRIPTION
1 1 SN-B3EAP-SB
DIGITAL Personal Workstation
600a Windows NT 4.0 SBB
WW Model
Hardware Included:
• Short -tower enclosure
• 300-w power supply
• 600-MHz Alpha CPU
• 0-MB level 3 cache
• 64-MB SDRAM memory
• 4.3-GB Ultra -SCSI hard disk
• 3.57inch 1.44-MB floppy disk drive
• Mandatory graphics selection
• 600-MB 12X EIDE CD-ROM
• 10/100 BaseT Ethernet 1/0
• Ultra -SCSI disk controller
• No monitor
Includes 1-Year System Support; 5D by
9H; Digital Installed WA-RCALL-AA
SD 050.3: 12 Mo RecoverAll
UNIT TOTAL
PRICE PRICE
073. Fr7
U:1998 bid/98-11b boilerplate.doc
VJ
•
2 1
SN-PBB4P-AA
.3 •Y9
Windows NT 4.0 Alpha Country
Kit
Includes 3-Year Product Foundation
Warranty
3 1
SN-LK97W AA
$
�J
✓
NORTH AMERICAN 104 KEY
WINDOWS 95 KEYBOARD
Includes 3-Year Product Foundation
Warranty,
4 1
SN-MSP01-HC
$ 37 y
$_32• y'�
L�' �!�
64-MB SDRAM ECC DIMM
• 2x32 MB
Includes Storage Warranty; Reference
Terms for Details
WA-RCALL-AA
SD 050.3: 12 Mo RecoverAll
5 1
SN-MSC01-AB
$ s7y12
$ S7`- 10
2-MB Universal level-3 cache
for DIGITAL Personal Workstation
a -Series and au -Series
Includes 1-Year Product Foundation
Warranty
WA-RCALL-AA
SD 050.3: 12 Mo RecoverAll
6 1
SN-VRCX1-WA
21" (19.7" VIS) Professional Color Monitor
• Auto -sync
• TCO
• VGA to 1600 x 1200 @ 75 Hz
• Americas/AP
• Northern Hemisphere
U:1998 bkV98-11 b boiierpiate.doc
9
Includes 1-Year System Support;
5D by 9H; Digital Installed WA-RCALL-AA
SD 050.3: 12 Mo RecoverAll
7 1 SN-PBXGD-AA $
PowerStorm 4D30T Advanced 3D
graphics accelerator.
15-MB video memory
1280x1024 resolution
• 24 bit true color
e double buffered
• 24 bit Z buffer
• hardware shading
• texture mapping
• 4-MB of texture memory
• PCI bus
Includes 1-Year Product Foundation
Warranty
WA-RCALL-AA
SD 050.3: 12 Mo RecoverAll
8 2 SN-PBXRW SA
9.1 GB 7200 RPM Ultra SCSI
Wide Drive for Personal Workstation
Includes 1-Year Product Foundation
Warranty
WA-RCALL-AA
SD 050.3: 12 Mo RecoverAll
9 1 FM-WPXHW-60 $17100•116 $ 2k0 6 V
Uplift hardware warranty on newly
purchased Digital PC, Personal
Workstation, Alpha XL and/or monitor
(Digital or high volume vendor up to 21
inch viewable) with a list price range of
$17,500-$19,999 to 5 years On -site
hardware remedial service, next day
response, 8am to 5 pm Monday -Friday
0 U:1998 bld/98-11b bailerplate.doc
10
�J
C�
•
10 1 QS-HQ1AC-HJ
INTEGRATION CHARGE
GRAND TOTAL
s,- 1-7 1A?- / 50'
Vendor guarantees delivery of all above noted items within D calendar
days of receipt of order.
�
q -
The undersigned declare to have specific and legal authorization to obligate their firm to
the terms of this bid, and further, that they have examined the Invitation to Bid, the
instructions to Bidders, the Specifications, and other documents included in this bid
request, and hereby promises and agrees that, if this bid is accepted, they will faithfully
fulfill the terms of this bid together with all guarantees and warranties thereto. The
undersigned bidding firm further certifies the product and/or equipment meets or
exceeds the specification as stated in the bid package; and also agrees that products
and/or equipment to be delivered which fail to meet bid specifications will be rejected by
the City within thirty (30) days of delivery. Return of rejection will be at the expense of
the bidder.
cloy USA
Company Name
It as W R;l1 IorY
Address
T)cc,e-P;e / tL Re-Ach �/ur.Q 33yr12
City, State, ZIP
-75 Z Z1,/Y97
Federal Tax ID#
11
Authorized Suture/
„N�I�iA/h gl4c f7
Typed/Printed Name
ysy $%y- rP ;-s
9'S`/ S7 y- To18
Telephone & Fax Number
U:1998 bid/98-11b boilerplate.doc
ATTACHMENT "A"
i continued
Bidders Name: do/no_&4
If
NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder
shall be deemed non -responsive and ineligible for award.
TERMS:1lf-% 30 % DAYS:
Delivery/completion: Al d,4y-s calendar days after receipt of Purchase Order
NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES
OF THIS BID FORM must be submitted with the Bid.
IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION:
Please indicate reason(s) why a Bid Proposal is not being submitted at this time.
Return the Bid Form to avoid removal of Bidder from the City of Tamarac's
vendor listing.
U:1998 bkW841b boilerplate.doc
12
•
•
•
Bidders Name:
Variations:
ATTACHMENT "A"
continued
Con,,o uS�J
The Bidder shall identify all variations and exceptions taken to the Instructions to
Bidders, the Terms and Conditions and any Technical Specifications in the space
provided below; provided, however, that such variations are not expressly
prohibited in the bid documents. For each variation listed, reference the
applicable section of the bid document. If no variations are listed here, it is
understood that the Bidder's 'Proposal fully complies with all terms and
conditions. It is further understood that such variations may be cause for
determining that the Bid Proposal is non -responsive and ineligible for award:
Section Variance
Section Variance
Section Variance
Section Variance
Attach additional sheets if necessary.
13
U:1998 bidl98-11 b boilerplate.doc
E
r�
ATTACHMENT "B"
NON -COLLUSIVE AFFIDAVIT
State of r La,2 / )
ss.
County of ZP4� )
T xnkl ,'j, _ being first duly sworn, deposes and says that:
(1) He/she is the 2e 2eseniq-r,'IJC , (Owner, Partner,
Officer, Representative or Agent) of
LcAm a L4&,4 the Bidder that has submitted the attached
Bid;
(2) He/she is fully informed respecting the preparation and contents of the attached
Bid and of all pertinent circumstances respecting such Bid:
(3) Such Bid is genuine and is not a collusive or sham Bid;
(4) Neither the said Bidder nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in
any way colluded, conspired, connived or agreed, directly or indirectly, with any
other Bidder, firm, or person to submit a collusive or sham Bid in connection with
the Work for which the attached Bid has been submitted; or to refrain from
bidding in connection with such work; or have in any manner, directly' or
indirectly, sought by person to fix the price or prices in the attached Bid or of any
other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or
the Bid price of any other Bidder, or to secure through any collusion, conspiracy,
connivance, or unlawful agreement any advantage against (Recipient), or any
person interested in the proposed work;
(5) The price or prices quoted in the attached Bid are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the
f part of the Bidder or any other of its agents, representatives, owners, employees
n 1 r pa 'es in interest, including this afFant.
9
and delivered
of:
14
Bye
(Printed Name)
(Title) 6,y
U:1998 bidl98-11b boilerplate.doc
C�
C�
•
ATTACHMENT "BFF
continued
NON -COLLUSIVE AFFIDAVIT
ACKNQWLEDGMENT
State of emu- )
) ss.
County of )
BEFORE ME, the undersigned authority, personally appeared L.-/,;I-,o &Z
to me well known and known by me to be the person described herein and who
executed the foregoing Affidavit and acknowledged to and before me that t� A VE'i
executed said Affidavit for the purpose therein expressed.
WITNESS my hand and official seal this .3 0 day of PW9,C 9 , 199 ,P.
(�) Personally known to me or
( ) Produced identification
NOTARY PUBLIC, State of Florida at Large
L/�x -W
(Signature of Notary Public: Print, Stamp, or Type
as Commissioned)
Type of I.D. Produced
( ) DID not take an oath, or ( ) DID NOT take an oath.
1
15
1OV PAP,
♦0 �� CHARLENE H $TLLER
* My ConvMm on CC559M
Mr'� OF F0r
EXpirss JUL 13, 2000
U:1998 bid/98-11b boilerplate.doc
C�
ATTACHMENT "C"
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the
Invitation to Bid. We(I) certify that we(I) have read the entire document, including the
Specifications, Additional Requirements, Supplemental Attachments, Instructions to
Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all
of the requirements of the entire Invitation To Bid.
Indicate which type of organization below:
INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION Gr OTHER ❑
IF OTHER, EXPLAIN:
AUTHORIZED SIGNATURE:
AUTHO ED SIGNATURE (PRINTED OR TYPED)
- - - TITLE
FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 75- - L Z !
COMPANY NAME: cOn,-A LLS�9
ADDRESS: 1$ 3 5' 14('11S &raQ 010 Ge
CITY: / G h STATE: /- / ZIP: .3 S' f
TELEPHONE NO.: `ISl- Si y- �� FAX NO.: .S%y 9l09B
CONTACT PERSON:
U:1998 bid/98-11b boilerplate.doc
16
ATTACHMENT "D"
is BIDDERS QUALIFICATION STATEMENT
•
C, J
The undersigned certifies under oath the truth and correctness of all statements and all answers
to questions made hereinafter.
Name of Company: dome Q54
Address: t 1rS rtl ---4 r y
Street City State Zip
Telephone No. Fax No. (clW) _5-2 Y • re 9B
How many years has your organization been in business under its present name?,i_Q nears
If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida
Fictitious Name Statute:
Under what former names has your business operateo? SoAr ...? Aw-�g 4S -C
At what address was that business located? -411.s 7A
Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION
Are you Licensed? Yes ❑ No ❑ If Yes, ATTACH A COPY OF LICENSE
Has your company or you personally ever declared bankruptcy?
Yes ❑ No .K If Yes, explain:
Are you a sales representative W distributor ❑ broker ❑ or manufacturer ❑ of the
commodities/services bid upon?
Have you ever received a contract or a purchase order from the City of Tamarac or other
governmental entity? Yes LK No ❑
If yes, explain (date, service/project, bid title, etc) 610"*1 MA A }: vas
SrA—r?t of FIcrn,^.4— o—!; ^-n-r &,Tv xA-4e—T *� 9613—bSE0-16 -1.
Have you ever received a complaint on a contract or bid awarded to you by any governmental
entity? Yes W No ❑ If yes, explain:
Have you ever been debarred or suspended from doing business with any governmental entity?
Yes ❑ No X If yes, explain:
U:1998 bid/98-11 b boilerplate.doc
17
•
C�
ATTACHMENT "E"
REFERENCES
Please list name of government agency or private firm(s) with whom you have done
business within the past five years:
Agency/Firm Name:
Address jis^ S !lnd/wi.Is
City/State/Zip 1�
Phone: ss Z Fi-ts` Fax: IS) Yi Z b
Contact_ _G - rO"sc"
Agency/Firm Name: 0 9
Address___/ c.�oyt
City/State/Zip 96cLr t.a,..gff�.F.t ,del
Phone:-2&,t .SM-54- Fax:-Xe/ siaz
Contact ox//
Agency/Firm Name:
Address app
A)- "AaAisaws-
City/State/zip A-S
Phone:�_l sY .� Fax:
Contact. Uk--,-�
Agency/Firm Name:
Orr
Li 01
Address_/22070 u9_Q)5-&fJ . /le
Agency/Firm Name:
__el" T1 v J- t3e,
Address: ;�-oi P
City/State/Zip oe-A
Phone: "i Fax:_f�__-7
Contact: pf4yj k=I-e .
Agency/Firm Name-
[" D
Address: /cc 3.r..� 52
City/State/Zip a �i
Phone: 2 Fax:_ 2M Y f3 0
Contact:
.01
Agency/Fi Name-
-001!= O
Address: a-o W 2 d
City/State2ip -E, /,E �. k
Phone: 11a -YIG Fax: 4 $0 may.
Contact: (St-y zed/�
Agency/Firm Name:
Address:
City/State/Zip R/'se R City/State/Zip
Phone: Mz 2'z Fax: Z Phone: Fax:
Contact_.._ Y ,nezf Contact:
18
U:1998 bid/98-11b boilerplate.doc
ATTACHMENT "F"
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal certifying
they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This
requirement effects all public entities of the State and becomes effective January 1, 1991. The
special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace
programs. Whenever two or more bids which are equal with respect to price, quality, and
service are received by the State or by any political subdivision for the procurement of
commodities or contractual services, a bid received from a business that certifies that it has
implemented a drug -free workplace program shall be given preference in the award process.
Established procedures for processing tie bids will be followed if non of the tied vendors have a
drug -free workplace program. In order to have a drug -free workplace program, a business
shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation,
and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or
plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the
workplace no later that five (5) days after each conviction.
5. Impose a section on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section. As the person authorized to sign the statement, I certify
that this form complies fully with the above requirements.
AuthorjA&d Signature Company Name
U:1998 bid/98-11 b bailerplate.doc
19