Loading...
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