Loading...
HomeMy WebLinkAboutR-98-1025g J-98-1025 10/6/98 RESOLUTION NO. J S - 10 2 5 A RESOLUTION APPROVING THE PURCHASE OF A HEWLETT-PACKARD DESIGNJET 2500 CP PRINTER/PLOTTER AND RELATED MAINTENANCE SUPPORT SERVICE FROM CADD CENTERS OF FLORIDA, UTILIZING EXISTING MIAMI-DADE COUNTY CONTRACT NO. 1569-2/00-OTR, FOR THE PUBLIC WORKS DEPARTMENT, AT A TOTAL COST OF $10,000.00; ALLOCATING FUNDS THEREFOR AS PREVIOUSLY APPROPRIATED BY FISCAL YEAR 1997-1998 CAPITAL IMPROVEMENTS ORDINANCE NO. 11623, AS AMENDED, PROJECT NO. 311019. WHEREAS, the Public Works Department's existing Computer Aided Design and Drafting (CADD) equipment is outdated, expensive to operate and support services are no longer available; and WHEREAS, said equipment requires upgrading, particularly the printer/plotter so that staff can more efficiently produce construction and presentation plans; and WHEREAS, funds are available as previously appropriated by Fiscal Year 1997-1998 Capital Improvements Ordinance No. 11623, as amended, Project No. 311019; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend the purchase of a Hewlett-Packard Designjet 2500 CP printer/plotter and related maintenance support CITY comessmN NS MG OF 0 C T 13 1998 RevAutim no. 98_1 25 services from CADD Centers of Florida, utilizing existing Miami - Dade County Contract No. 1569-2/00-OTR, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISION OF THE CITY OF MIAMI, FLORIDA: Section 1. 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 furnishing of a Hewlett-Packard Designjet 2500 CP printer/plotter and related maintenance support services from CADD Centers of Florida, utilizing existing Miami -Dade County Contract No. 1569-2/00-OTR, for the Public Works Department, at a total cost not to exceed $10,000.00, is hereby approved, with funds therefor hereby allocated as previously appropriated by Fiscal Year 1997-1998 CIP Ordinance No. 11623, as amended, Project No. 311019. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 2 - 98-1020 PASSED AND ADOPTED this 13th day of October 0 1998. JOE C RROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the "Mayor didd, not indicate approval of this legislation by signing it in the designated place provides.!, said iegis atior: nova becomes effective with the elapse of ten (10) days from the date of Commission action regarding same, without the Mayor ex to. ATTEST: , Waft City Clerk WALTER J. FOEMAN, CITY CLERK 64:CSK:BSS:kc CORRECTNESS: - 3 - 98--10125 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : The Honorable Mayor and DATE : OCT - 6 1998 FILE Members of the City Commission SUBJECT : Resolution Authorizing Purchase of a Hewlett-Packard Computer Plotter and Related Maintenance FROM : D aid HREFERENCES Support Services . Warshaw City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of a Hewlett-Packard Designjet 2500 CP printer/plotter from CADD Centers of Florida and related maintenance support services, in an amount not to exceed $10,000, utilizing existing Miami -Dade County Contract No. 1569-2/00-OTR. Funds are available from Fiscal Year 1997-1998 CIP Ordinance No. 11623, as amended, under Project No. 311019. BACKGROUND: The Public Works Department's existing Computer Aided Design and Drafting (CARD) equipment is outdated, expensive to operate, and support services are no longer available. This equipment needs to be upgraded, particularly the printer/plotter so that our staff can more efficiently produce construction and presentation plans. There is currently a significant list of City projects that need construction plans, especially for the $21 million Safe Neighborhood Parks Bond (SNPB) program. An upgraded plotter is needed now for these projects. Public Works is recommending the purchase of a Hewlett-Packard Designjet 2500 CP with color inkjet printer/plotter by taking advantage of Miami -Dade County's buying power under their Contract No. 1569-2/00-OTR which is available from a vendor, CADD Centers of Florida, complete with installation and related maintenance support services. This printer/plotter will enable Public Works to provide construction and presentation plans. We can support other departments, such as Parks and Recreation, with their presentation plans fot- use in community group meetings on SNPB projects. DHW/ K c: J mes J. Kay, Director, Public Works Department Alberto Ruder, Director, Parks and Recreation Department 98-106- TO Donald H. Warshaw City Manager FROM ;James J. K , Direc ' r Public Works Department CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : September 15, 1998 FILE : SUBJECT: Resolution Authorizing Purchase of a Hewlett-Packard Computer Plotter and Related Maintenance REFERENCES Support Services ENCLOSURES: The Public Works Department has verified with the Office of Budget and Management Analysis that funds are available to purchase a Hewlett-Packard Designjet 2500 CP with color inkjet printer/plotter and related maintenance support services, in an amount not to exceed $10,000 from Fiscal Year 1997-1998, CIP Ordinance No. 11623, as amended, under Project No. 311019. BUDGETARY REVIEW L'yh(' DiOok M. Parekh, Director Off i1ce of Budget and Management Analysis JJK/RM/rjf c: Raul Martinez, Assistant City Manager ADDITIONAL APPROVALS 98_10�o Sep 14 98 01:0010 CADD Centers of Florida 954-491-8570 f7MMAFMMIDA FROM. RICH.ARD S. INEIMAN I l YEAR AWARD FOR EMAIL: RNE)<1VMAX&ICA.DDFLA.COM TOP AUTODESK DEALER TELEPRON1 9,54-772-7300 X I95 IN FLORIDA (1987-1997) FAX NUMBER* 954-441-8570 OFFICES IN: FT. LAUDERDALE NIELBOURNE ORLANDO TAMPA, FLORIDA SaptoynL-ce 14, 1998 To: Judy (:garter, Dircctor of Purchasing City of Miami Tcicphonc: 305-416-1910 Fax Number: 305-416-1925 Dear Ms. Carter, Pcr our discussion the cost for the different. plotters is as follows. (Spec sheets arc being sent to you with this fax): Description Prim List price Hewlett Packard 755CM Plotter 6747.00 8 995.40 Hewlett Packard 2500CP (with memory) 9.337.00* 11,995.00 Hewlett Packard 2100 Memory 341.00 445. (H) installation or memory NIC N/C *Inoluda$ 4�.\2 Of Additional Mrntnry (i, ist price S5,10) *Includes installation of Memory by Cadd Centers. Both {products c<tin be purchased under the Metro MOP. lbntr<+ct 1569-2/00-OZR Please far order to Cadd Centers or Florida 2001 Cypress Creek Rd Ft.. I-auderdalc, Floridn 3:3309 r Fax ( 954) 491-8570 Thu/includeshipping to the City of Miami. Richard Ncintan 98-10Z5 Sep 14 88 01:01p CRDD Centers of Florida 854-481-8570 p.2 Hewlett-Packard CAD/GIS Printers Selection Guide �HP DesigxiJet 2500CP and 20tlOC`,P Color Inkjet Printers High -quality, unattended imaging for rendering and mapping applications U.S. list price •C4704.A (36 inch) 511,995 •C1703A (36 inch) 89,995 Print Quality -Photo-quality imaging -True 600 dpi for color and bl.uk performance •Final-quzdity 2-by-3•foor, irnages in 8 minutes Highlights •Hf, Designlet 2500CP: Plug -and -play printor with PostScript^` -Adnhc "' PostScript i"el 3 with Microsoft" Windows" and �ktGiiltU9h driver.; -2-UB hard drive -20-I B RAM (maximum 68 NIB) -Ethernetdooca[Talk network — interfaces *HP Designiet 2000CP: Requires external RIP or supplied drivers -R-MA J" (maximum 68 r4n) -Not upgradeable to 2500CP model -Microsoft Wuidowt.. NTt drivers included: Plindowq 95 and 3.1 drivers on WWW •AutoC:AV dtiverc included *Accurate. consistent color -i.orse-capacity ink aystt'rli, queuing, nesting and roll feed operation Ior unattended printing *Two ink systems: dye.-hSLsPd inks :or phow-realistic images and pigmert- h-ed UV inks for enhanced lightf stness Warranty One-year warranty with free unwite -twice - Extended 3-year warranty.- $1, 700 - Yaarly Service ConLrac:t: 0,1,10,1 HP l)esign3ct 755CM (',Alor fu3Sjet Prutter Fast, unattended PostScript VvInUng for networked workgroups U.S. list prim •C3198B (36 aich) $8,995 Print Quality •superior line quality • Year -photo -quality imaging *Black; 600 dpi -Color; 300 dpi (uhaKcs) f,00 dpi addressable (lines) Performance ,Mod -quality 2-by-3-font line drawings in about 4 minutes HI~1LS *Adobe PostScript Level 2 with Windows and Macintosh drivers *PthnmotII.ouetlTalk natwesela interfaces • 72-MB RAM -Queuing, nesting, roll feed and auto- rnatic cutter for unattended printing • Automatic cartridge alignment •AutoCAD and Microsoft windows` ctivera ihu;luded • HP Zoom.Sman scaling technology for large-fv; rnat ,;utNuL from virtually any Windows application •111? Color Management Kit Warranty One-year warranty with free otisite sen-ir..e Kxtended 3-year warranty:.` w6 Yearly service contract; $fili'_ HP Uesiltp.Tet 7�OC Plus grid 7(IU InlSjot Y`rixetei� Fast, unattended printing for networked workgroups U.S. list price •C4709B (Vs inch) $6,905 •C4708B (24 inch) $5,995 4C4706B (36 inch) $5,49,5 •C470511 (24 inrh) $4495 Print Quality -Superior line quality *Near -photo -quality imaging -Black: 600 dpi •('.olor- 200 dpi (images) 600 dpi addressable (lines) Performance -Final-quality 2-by-:3-foor line drawings in about 4 minuut SiahUghto •C.hoice of color or black -only models *HP llesig;tiet 750C Plus: 8-MB RAM (maximum 72 WI); HP TlPsigr.Jet 700: 4-MB &%M (Maximum 68 MB) ,Queuing, nesting, roil feed and auto- matie Cutter for unattended printing •Automatic cartridge allgnmerc •Auto(u1D and Microsoft Vindowe drivers included Optional Adobe PostScript Level 2 with Windows and Mac:inwsh drivers •HP Zoom$inart scaling technologi, for large -format output fmrn virtually any Windows application •Etht,met/i.ua.dTalk network interfaces Warv=Lty One-year warranty witii free onsite tirrvice 3,,xtended :3-yoa.r warmnty: S6CK) $9% Yearly servirc contract.: $339 i4553 98 -1OZ.J CONTRACT 0. 1569-2/00-OTR-CW AWARD SHEET (Previous Bid No. 1569-2/96-2-OTR-CW) PERIPHERALS (GRAPHIC) FOR THE GEOGRAPHIC INFORMATION SYSTEM (GIS) CONTRACT PERIOD: January 1, 1997 thru December 31, 1998 COMMODITY CODE: 205-43 OTR YEARS: Three (3) PART #1: VENDORS AWARDED F.I.D. NO.:' 65-0007180 VENDOR: Cadd Centers of Florida, Inc. STREET: 2003 Cypress Creek Road, #102A CITY/STATE/ZIP: Ft. lauderdale, Florida 33309 F.O.B. TERMS: Destination PAYMENT TERMS : � '' Net 30 DELIVERY:. 15 Days ARO PHONE: 954/772-7300; Eict$%05 FAX: 954/491-8570 CONTACT: Richard Neiman F.I.D. NO.: 65-0498576 VENDOR: Cadd International, Inc STREET: 770 Dover Street CITY/STATE/ZIP: Boca Raton, Florida 33487-3111 F.O.B. TERMS: Destination PAYMENT TERMS: 0.5% - 10 Days, Net 30 DELIVERY: 15 Days ARO PHONE: 888/368-0016 FAX: 407/368-0016 CONTACT: Raymond J. Henderson F.I.D. NO.: 59-2936957 VENDOR: Cadd Development STREET: 1801 West Colonial Drive CITY/STATE/ZIP: Orlando, Florida 32804 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 DELIVERY: 15 Days ARO PHONE: 407/648-9148 FAX: 407/839-4004 CONTACT: Mark Lindblom 58iozb Contract Award Sheet Bid No. 1569-2/00-OTR-CW Page 2 PART #2: !ITEMS AWARDED Vendor: CADD CENTERS OF FLORIDA, Inc. % Discount Manufacturer from List Price CALCOMP 25% 35% ENCAO 20% .. _ . HEWLETT-PACKARD 25% IDEAL CONTEX 25% SUMMAGRAPHICS 35% 25% XEROX 16% Items TechJet, Solus'4, Coatex Scanners Drawing Board III NovaJet and CadJet Series HP300, 500, 700 and LaserJet Series "D,and E Size Summa Digitizers; Summa Plotters (Discontinued 6/96.),;r.. Printers and Plotters -"' Service to be performed by: CADD CENTERS OF FLORIDA, INC. Contact Service Dept. at 954/772-7300 Vendor: CADD INTERNATIONAL, Inc. % Discount Manufacturer from List Price Items JRL 23% All JRL Products 1HFM-AAP!fIX ' 21% All Infographix Products Service to be performed by: CADD INTERNATIONAL, INC. Contact Service Dept. at 888/368-0016 VENDOR: CADD DEVELOPMENT % Discount Manufacturer from List Price Items VIDAR 22% A11 Vidar Products Service to be performed by: CADD DEVELOPMENT Contact Mark at 407/648-9148 Contract Award Sheet Bid No. 1569-2/00-OTR-CW Page 3 PART #3: AWARD INFORMATION (x)BCC ( )PMD AWARD DATE: 11/12/96 BIDS & CONTRACTS RELEASE DATE: 12/20/96 ADDITIONAL ITEMS ALLOWED: N/A SPECIAL CONDITIONS: N/A TOTAL VALUE: $ 19000,000.00 AGENDA ITEM #: 7F2B(963243), 1.2 OTR YEAR: N/A MODIFIED CONTRACT VALUE: $ N/A _ cP - L-OSER DEPARTMENT DOLLAR AMOUNT ALLOCATED _ .Aviation $ 250,000.00 ` --Elections 100,000.00 -- :DERM 100,000.00 -` -Fire 10,000.00 =I.T.D. 100,000.00 MDPD 15,000.00 -MDTA 35,600.00 Park and Recreation 30,000.00 Planning, Dev. & Regulation 100,000.00 Property Appraiser 50,000.00 Team Metro 10,000.00 Water & Sewer 200,000.00 PROCUREMENT SPECIFICATION SPECIALIST: Cynthia S. Golftar, CPPB CSG/g 01-06-97 98-1025 BID NO: 1569-2/00-OTR-c OPENING: 1:00 P.M. DATE: May 29, 199h METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE PERIPHERALS (GRAPHIC) FOR THE GEOGRAPHIC INFORMATION SYSTEM FOR THE INFORMATION TECHNOLOGY DEPARTMENT AND OTHER COUNTY DEPARTMENTS AND GOVERNMENTAL AGENCIES FOR A TWO (2) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR.THREE (3) ADDITIONAL YEARS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE -BID CONFERENCE/WALL-THRU RACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CEYtTIFICATION: WRITTEN WARRANTY: N/A SEE SECTION 2.0, PARA. 2.22 N/A SEE SECTION 2.0, PARA. 2.11 N/A N/A N/A N/A N/A N/A N/A FOR INFORMATION CONTACT: CYNTHIA S. GOLDMAN, CPPB (305) 375-4947 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION 98-i025 INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE _ TO A SOLICITATION Each bid proposal submitted to the Clerk of the Board should have the following information clearly marked on the face of the envelope: > Bidder's name and return address > Bid Number > Opening date of bid > Title of the bid Failure to include this information may result in your bid not being considered. Bidders should submit each proposal, consisting of one original and three copies and any attachments in one envelope. Bid responses submitted. at the same time for different solicitations trust be placed in separate envelopes and each envelope should contain the information previously stated. Failure to comply with this requirement may result in the bid(s) placed in the .wrong envelope from being considered. THE RESPONSIBILITY FOR OBTAINING AND SUBMTITING A BID TO THE CLERK OF THE BOARD ON OR BEFORE THE STATED TEWE AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL., PACKAGE OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER OCCURRENCE. BIDS RECEIVED BY THE CLERK OF THE BOARD AFTER BIDS HAVE BEGUN TO BE OPENED WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. Bids must be submitted to the following address: '.. CLERK OF THE BOARD Stephen P. Clark Center 111 N.W. lst Street, Suite 210 Miami, Florida 33128-1983 It is the policy of Metropolitan Dade County to comply with all requirements of the Americans with Disabilities Act (A.D.A). For A.D.A complaints call (305) 375-3566. All bidders recommended for award shall be required to complete an A.D.A. affidavit in accordance with Resolution R-385-95 prior to the award of a contract. Failure to complete the affidavit as required may result in the rejection of the previously recommended award. Rev. 2.23/46 98- 1025 SECTION 1 GENERAL TERMS AND CONDITIONS 1.rDEFINITION5 The term " Bid" shall refer to any offer(s) submitted in response to this solicitation. The term "County" shall refer to Metropolitan Dade County. The term "Bidder" shall refer to anyone submitting a Bid in response to this solicitation. The term "CoMactor" or "Vendor" shall refer to the Bidder(s) receiving an award as a result of this sacitation. The term "Contract" shall mean this bid solicitation, the Bidder's response to this solicitation, as approved by the County in accordance with Administrative Order 3-2 and any purchase order or change order issued by the 'GSA Procurement Management Division (PMD). The term "GSA" shall refer to Dade County's General Services Administration Department. !1 1.2 CONTENTS OF BID A. General Conditions (1) Bidders shall thoroughly familiarize themselves with the terms and conditions and requirements of this solicitation. (2)lt is the sale responsibility of the Bidders to familiarize themselves with the bid requirements and all conditions affecting the performance of the work. No pleas of ignorance by the Bidder of conditions that exist, or that may exist as a result of the failure to fulfill the requirements of the bid solicitation, will be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the successful Bidder. (3) Bidders are advised that this contract is subject to all legal requirements contained in the County's Administrative Order 3-2 and all other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this bid solicitation and these legal requirements, the higher authority shall prevail. Rev. 2123/96 6-.0 (1) Requests for additional information, explanations, clarifications or interpretations must be made in writing to the PLAID contact person identified on the cover page of this bid solicitation. These requests should be received by PLAID no later than 7 working days prior to the bid opening date. Any request received after that time may not be reviewed for inclusion in the bid solicitation. The request must contain the requester's name, address, and telephone number: - If transmitted -by facsimile, the request should also include a cover sheet, with the sender's facsimile number. M-45ID will issue responses to inquiries and -any other changes it determines to be necessary, by written addenda, issued prior to the bid opening date. Bidders should not rely on any representations, statements or explanations other than those made in the bid solicitation document or in any addenda issued. Where there appears to be a conflict between this solicitation; and any addenda issued, the last addendum issued will prevail. (3) It is the Bidder's responsibility to ensure receipt of all addenda. Proposers should verify with the PLAID contact person, prior to submitting a Bid, that all addenda have been received. If applicable,- Bidders are required to °�• acknowledge the number of addenda received as part of this solicitation, by completing and signing the attached Addenda Acknowledgement Form. C. Conflicts in the Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, the Special Conditions, the Technical Specifications, the Bid Proposal Section, or any addendum issued, the order of precedence shall .be: the last addendum issued, the Bid Proposal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. D. -Prices Contained in Bid (1) Prompt Payment Terms a. Bidders may offer cash discounts for prompt payments; however, such discounts shall not be considered in determining the lowest price for bid evaluation purposes. b. Bidders are required to provide prompt payment terms in the space provided on the Bid Proposal signature page of this solicitation. If 98 0 5 2 no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is hereby understood and agreed that the payment terms shall be 2% 20 days, effective after receipt of invoice or final acceptance, whichever is later. 1.3 PREPARATION AND SUBMISSION OF BIDS A PPreRaration/Submission (1) The Bid Proposal Form must be used when submitting a Bid. Use of any other form may result in the rejection of the bid. -:X2) The bid must be typed or completed in ink. Use of pencil or erasable ink shall result in the rejection of the bid. The Bidder's authorized agent must sign the Bid Proposal Form,m ink. All corrections made by the Bidder should be initialed in ink by the authorized agent. Failure to do so may result in the rejection of the bid. (3) Where there is a discrepancy between the unit prices and any extended prices, the unit prices shall prevail. (4) Additional bid proposals may be considered. The County will consider additional bid proposals from the same Bidder for the same solicitation, provided that the additional bid(s) offer a different product or level of service that meets or exceeds the solicitation requirements. Additional bids which offer a different price for the same product or level of service shall not be considered. In order for the County to consider additional bids, the bidder shall complete a separate Bid Proposal form for each bid. Three copies of each bid should be placed in the same bid envelope. (5) Unless otherwise specified in the Special Terms and Conditions, the proposed delivery time, if required, must be stated in calendar days. (6) Bidders shall not charge federal taxes nor State of Florida sales, excise and use taxes in bid prices, as the County is exempt from payment of all such taxes. Upon request, the County will provide a tax exemption certificate. (7) Telegraphic of facsimile bids will not be considered. B. Vendor Registration Dade County requires vendors to complete a registration application with -1025 GSA Procurement Management Division. Bidders recommended for _ award who are not so registered prior to award, may not be recommended for award. Failure to register may result in the rejection of the Bid. To register, or for assistance in registering, contact (305) 375-5289. Pursuant to Metro -Dade County ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose this information prior to entering into a contract with or receiving funding from the County." Forms are available From PLAID. _ - . D. Sworn Statement on Public Ea ty Crimes Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any person or affiliate who has been placed on. the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for consauction or repair of a public building or public work, may not submit bids on leases of real property to a _•► public entity, may not be awarded or perform work as a contractor, supplier, or subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO (S10,000.00) for a period of 36 months from the date of being placed on the convicted vendor list." E. Minority and Disadvantaged Business Enterprises The County endeavors to obtain the participation of all minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, 111 N.W. -1st Street, Suite 1710, Miami, FL 33128, Phone: (305) 3754132. 1.4 MODMCA77ON OR WITHDRAWAL OF BIDS A. Modification of Bids Any modification to a bid must be submitted to the Clerk of the Board prior to the time and date set for bid opening. The Bidder shall submit a new Bid Proposal Form and a letter, on company letterhead, signed by an authorized agent of the Bidder, stating that the new submittal supersedes 98-10 5 4 the previously submitted bid proposal. The sealed envelope should contain the same information as required for submitting the original bid. In addition, the envelope should contain a statement that this bid replaces the previously submitted bid. No modifications of a bid shall be accepted after bids have opened. �.0-11-70 r Bids shall be irrevocable unless the bid i� withdrawn as provided herein. A bid may be .withdrawn only by written letter received by the Clerk of the Board prior to the bid opening date. Bids may also be withdrawn 90 days after the bid was opened and prior to award, by submitting a letter to the contact person identified on the front cover of this solicitation. The W6draw4l letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.5 EVALUATION OF BIDS A. The County may reject a bid proposal and award to the next lowest responsive/responsible bidder or: The County may reject and re -advertise for all or any part of the Bid Solicitation, whenever it is deemed in the best interest of the County. -h_ B. Elimination From Consideration A contract shall not be awarded to any person or firm which is in arrears to the Dade County upon any debt, taxes, or contract; or which is a defaulter as surety or otherwise upon any obligation to the County. C. Waiver of Informalities -The County reserves the right to waive any informalities or irregularities in any or all bids. D. .,Demonstration of Competency (1) Bids will only be considered from firms who are regularly engaged in the business of providing the goods and/or services required by this solicitation. Bidders must be able to demonstrate a good record of performance and have sufficient financial resources, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded the contract. 98-1020 5 (2) The County may conduct a pre -award site inspection or hold a pre - award qualification hearing to determine if the bidder possesses the requirement outlined in (1) above and is capable of performing the contract. The County may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the County or any other governmental entity. in making the award. (3) The County may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier, if required by this solicitation. (4) Dade County reserves the right to audit all records pertaining to this solicitation or any award(s) resulting firm this solicitation, financial or otherwise. E. Bids may be re ected if price(s) are not fair and reasonable, as determined by the County, and/or exceed the County's estimated budget for this contract. 1.6 AWARD OF CONTRACT A. The Bid Solicitation, any addenda and/or property executed modifications, and the purchase order (if issued), constitute the entire contract. B. Tie bids will be decided by the Director of Procurement or designee, and according to Ordinance 94-166 when applicable. C. The award of this solicitation may be preconditioned on the subsequent submission of other documents, as specified in the Special Conditions or Technical Specifications. The Bidder shaU be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the County. Where the Bidder is in'default of these contractual requirements, the County, through action taken by PMD, may rescind the award. D. The term of the contract shall- be specified in one of four documents, issued to the successful Bidder. These documents may either be the contract, a purchase order, notice of award, or an award sheet. E. The County reserves the right to .automatically extend this contract for up to 90 calendar days beyond the stated contract term The County shall notify the Bidder in writing of such extension. 6 98-1025 F. The implied warranty grained under the Uniform Commercial Code shall apply to all goods purchased under this solicitation. G. Estimated quantities or estimated dollars if provided are, for Bidder's guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The County is not obligated to place an order for any given amount subsequent to the award of this bid. Estimates are based upon the County's actual needs and usage during a previous contractual period. Said estimates -may be used by the County for purposes of determining the low bidder meeting specifications. H. Any award made under this solicitation does not create an exclusive contractual relationship. The County reserves the right to obtain the goods -or services contained in this solicitation from' other sources of supply. The award of this contract is subject to Ordinance No. 94-166 amending the Code of Metropolitan Dade County, Florida, effective September 23, 1994 which, except where federal or state law mandates to the contrary, allows preference to be given to a local business in the amount of one and one-half percent (1.50/*) .of the bid proposal price. In the case of tie bids involving local businesses, preference will be given to the local business having the greatest percentage of its employees that are Metro -Dade County residents. For the purposes of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Metropolitan Dade County or has a place of business located in Metropolitan Dade County at which it will produce the goods or perform the services to be purchased. 1.7 RIGHT OF APPEAL Any Bidder may protest any recommendation for contract award or rejection of all bids, in accordance with the procedures contained in Section 2-8.4 of the Code of Metropolitan Dade County. 1.8 CONTRACTUAL OBLIGATIONS A. Rule. Regulations. Licensing Requirements The Bidder shall comply with .all laws and regulations applicable to the goods and/or services contained in this solicitation. Bidders are presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods and/or services offered. J8-1025 0 C itions of Material an (1) Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with the County's Recycled Packaging Resolution No. R738-92. (2) All goods furnished shall be fully guaranteed by the Bidder against factory defects and workmanship. * Any defects which. may occur within the period of the tttanufacturer's standard warranty shall be corrected by the Bidder at no expense to the County. The standard manufacturer's warranty may be superseded by the Special Conditions. -Subcontracting (1) Unless otherwise specified in this solicitation, the Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contract for default. (2) Quarterly repotting when subcontractors are utilized: Bidders are advised that when sub -contractors are utilized to fulfill the terms and conditions of this contract, Dade County Resolution No. 1634-93 wiA apply to this contract. This resolution requires the successful Contractor(s) to file quarterly reports as to the amount of contract monies received from the County and the amount that have been paid by the Contractor directly to Black, Hispanic and Women -Owned businesses, performing part of the contract work. Additionally, the listed businesses are required to sign reports, verifying their participation in the contract work and their receipt of such monies. The requirements of this resolution shall be in addition to any other reporting requirements by law, ordinance or administrative order. (3) Where sub -contracting is permitted, the Contractor shall obtain consent of the County prior to utilizing the sub -contractor. All actions of any sub -contractor are the sole responsibility of the Contractor. Note: This requirement is separate and independent from any requirements that may be contained in the Special Conditions, Paragraph 2.2. 8 98_10�5 D. AssigaMMI The Vendor shall not assign, transfer, or otherwise dispose of this contract, including any rights, title or interest therein, or their power to execute such contract to any person, company, or corporation without the prior written consent of the County. PIMIIFI-7=7kA Unless otherwise specified in this solicitation, prices quoted shall be F.O.B. Destination with freight included in the proposed price. F. Enwlovees_Are Resvonsibiiity ofBi All employees of the Vendor shall be considered to be, at all times, employees of the Bidder under its sole direction and not an employee or agent of the County. The Bidder shall supply competent and physically capable employees. The County may require the Bidder to remove an employee it deems usnacceptable. Each employee shall wear proper identification G. Indemnification of County By S eassful Bidder The successful Bidder shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action, including but not limited to patent and royalty infringement, which may arise out of the fulfillment of the contract. The Vendor shall pay all claims and losses of any nature in connection with this contract, and shall defend all suits, in the name of the County when required by the County, and shall pay all costs and judgments which may result. (H) . Protection of Property All existing structures, utilities, services, roads, trees, shrubbery, etc. shall be protected against. damage or interrupted services at all times by the Vendor during the term of this contract. The Vendor shall be held responsible for repairing or replacing property, to the satisfaction of the County, which is damaged by reason of the Vendor's operation on County property. 1.9 MODIFICATION OF THE CONTRACT The contract may be modified by unilateral action of the County or by mutual consent, in ,.vriting, and through the issuance of a modification to the contract, purchase order, notice of award or award sheet, as appropriate. 98-1025 1.10 TERMINATION OF CONTRACT A.- Termin ion of Conv The County, at its sole discretion, may terminate this contract without cause by providing the Bidder(s) with thirty (30) day advance notice. Upon the receipt of such notice, the Bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the Vendor(s),_ as determined by the County, regardless of the method of payment required by the contract. B. Termination for Default The County may terminate this contract upon the failure of the Vendor to comply with the provisions and sEquirements of the contract. The Count3►'s decision not to take action upon a failure of t-he Vendor to perform shall not be construed as a waiver of the ability of the County to take action at a later date and time. The County shall also have the ability to place a Vendor on probation or terminate any portion of the contract. The date of termination shall be stated in a written notice to the Vendor. In the event the Vendor is terminated for default, the County reserves the right to' re - procure the goods or services from the neii lowest responsive and responsible bidder or re -solicit the contract. The County may charge the Vendor any differences in cost between the Vendor's price and the re -awarded price and any costs associated with re - awarding or= soliciting this contract. The County may also debar or suspend the vendor from conducting business with the County, in accordance with appropriate County ordinances. 10 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW SECTION 2.0 SPECIAL CONDITIONS PERIPHERALS (GRAPHIC) 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish a contract for the purchase of plotters/printers, scanners, digitizers and related software for -the County's Geographic Information System in conjunction with the County's needs on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWENTY-FOUR (24) MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect7 for twenty-four (24) months and upon completion of the expressed and/or implied warranty period. 2.5 OPTION TO RENEW THREE (3) YEARS (Maintain Same Discounts) Dade County shall have the option to renew this contract for an additional three (3) years on a year-to-year basis provided the bidder - will maintain the same discount(s) from manufacturer's published price 1ist(s). Continuation of the contract beyond the initial period is a County prerogative not a right of the bidder. This prerogative may be exercised -only when such continuation is clearly -in the best interest of the County. NOTE: SHOULD THE COUNTY EXERCISE.THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. 2.6 METHOD OF AWARD: To Low Bidder by Manufacturer Award of this contract will be made to the lowest responsive, responsible bidder on a manufacturer by manufacturer basis whose bid will be most advantageous to the County. Award will be made to a single vendor for each qualified manufacturer and will include those models and peripherals currently in production and those introduced by the manufacturer that the County chooses to award during the contract period. In the event that multiple discounts are offered for different classes/types of equipment, those discounts will be averaged for Bid Evaluation purposes. Page 1 98-10625 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW Bidder must be an authorized distributor of any equipment they propose to furnish. Proof of authorization shall be furnished to the County upon request. 2.7 PRICES SHALL BE BASED ON DISCOUNTS FROM PUBLISHED PRICE LISTS Bids shall be submitted on the basis of a discount from a manufacturer's Published Price List(s). Such Published Price List(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, -and dated as to issuance and effectiveness. Revised Published Price Lists may be used as a means of price adjustments. —However, all bids are to be firm or a period of one hundred -twenty (120) calendar days after 'award and Revised Price Lists will not be accepted by the County until after that date. Revised Published Price Lists will be accepted only in the event of an industry -wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the County's Procurement Management Division under the bidder's cover letter identifying the applicable contract agreement number and approved by the County through the issuance of a Memorandum of Understanding to the bidder. 2.8 Intentionally Omitted 2.9 EQUAL PRODUCT CANNOT BE CONSIDERED: QUALIFIED PRODUCTS LIST Items labeled "No Substitute" are the only products that will be accepted on this Bid because these items are represented on a Qualified Products List. 2.10 Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE - (1) GENERAL SERVICE AND MAINTENANCE CONTRACT The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, Ill N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. t" 6J Pano 2 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW B. Public Liability Insurance on a comprehensive basis in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Dade County must be shown as - an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insuraiFee policies required above shall -be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold. a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State -of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates. will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements. shall not relieve the vendor'of his liability and obligation under this section or under any other section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the Page 3 98-1025_ METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0. aara 1.6 of the General Terms and Conditions. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced wi-O new or renewed certificates which cover the contractual period, the —County shall suspend the contract 'until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may, at its sole 'discretion, terminate this contract for cause and seek rerprocurement charges from the Bidder in conjunction with Section 1.0, para. 1.11 of the General Terms and Conditions. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after purchase has been completed, whether picked up by authorized County personnel or delivered to the site by the vendor. Theinvoices shall reference the appropriate` purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County department when the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. 2.16 SHIPPING TERMS: F.O.B. DESTINATION 2.17 All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at various locations in Dade County, Florida. DELIVERY SHALL BE FIFTEEN 15 DAYS AFTER DATE OF PURCHASE ORDER The bidder shall' make deliveries within fifteen (15) calendar days after the date of the purchase 'order. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by Page 4 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW the successful bidder(s); except in such cases where the delivery will be__delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. . Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor theses re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. 2.18 BACK ORDERS MUST BE FILLED WITHIN FIFTEEN'(15) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, .the bidder shall insure that such back orders are filled within fifteen (15). calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed tflat the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In -addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year pe.riod; regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within one (1) calendar day after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or subject to contractual default if the corrections or Page 5 9 a -102- 5 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW replacements are not completed to the satisfaction of the County __within ten (10) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: Cynthia S. Goldman, CPPB at (305) 375-4447. 2.21 ACCEPTANCE OF PRODUCT BY THE COUNTY: The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2.22 CATALOGS AND PRICE LISTS SHOULD BE SUBMITTED WITH BID The bidder shall submit four (4) copy(ies) of the current manufacturer's price list(s) and catalog(s) with the bid; provided, however, the bidder may be given the opportunity to submit these documents to the County during the bid evaluation period. At such time the bidder shall be given fifteen (15) days to submit the information. Failure to meet this requirement may result in your bid being rejected. These documents shall be in effect at the commencement of the contract and shall remain in effect for the life of the contract; unless price escalations are specifically allowable in accordance with Section 2.7 of this Invitation to Bid. Discounts offered. will be evaluated against these price lists and catalogs in order to determine the lowest responsive, responsible bidder. Upon request, the bidder shall provide additional sets of the manufacturer's product catalogs and price lists at no cost to the County. 2.24 COUNTY WIDE: Any Governmental Unit in Dade, Broward and Palm Beach Counties, Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental unit which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. Page 6 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW It is understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and --the bidder as a result of this bid. 2.25 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.26 DELIVERY TIMES SPECIFIED The Bidder shall only be authorized to deliver items between the hours of 8:30 A.M. and 4:00 P.M.. 2.26 DISCOUNTS OFERED DURING TERM OF CONTRACT Price discounts off the original prices quoted in the Bid Proposal Form will be accepted from successful bidders during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days frgm acceptance by the County. After- this period the vendor may submit additional price discounts:, 2.27 EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE: The equipment being offered by the Bidder shall be the most recent model available. Any optional components which are required in accordance with the Bid Specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The.unit shall conform to all applicable O.S.H.A., State, and Federal safety requirements. All components, including but not limited to assists, wiring, accessory mountings, parts, connectors and adjustments, are to be in accordance with current S.A.E. standards and recommended practices. The engineering, materials and workmanship shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 2.29 ENVIRONMENTALLY ACCEPTABLE PACKAGING Effective June 16, 1992, all contracts in excess of ten thousand ($10,000) dollars will be affected by Resolution Number R738-92 amending Metropolitan Dade County Administrative Order 3-2 (relating to the procurement of goods and services). As a waste management alternative, and as an additional means of reducing the volume and toxicity of waste and by-products entering Florida's solid waste stream, Metropolitan Dade County has instituted the following policy with regard to source reduction. In order to discourage excessive packaging of a product solely for marketing purposes and to encourage packaging for purposes of ensuring durability, re -usability and recyclability. No goods shall be Page 7 98-1025 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW purchased if the goods constitute less than 90 percent (by volume) of the -item being purchased or if the goods contains more than 10 percent package and packing material (by volume). No packaging shall be purchased which is not environmentally acceptable packaging. For purposes of meeting the requirements of this resolution, "Environmentally Acceptable" shall be defined as; any item that is returnable for reuse or recycling, or which is recyclable. In order to insure compliance with this resolution, bidders shall indicate in the space provided on the bid proposal page, the method to be used for returning packaging materials to the distributor in conjunction with this solicitation and/or by completing the General Services Certification of Recycled Product Content Form indicating the ability of the materials to be recycled through existing recycling collection programs. Appeals for waiver of these requirements may be made in writing to the County Manager through the Director of Procurement Management. No waiver shall be effective unless approved by a majority vote of the Board of County Commissioners.. Proposals failing to provide this information may result in being *declared non -responsive; however the Bidder shall be given the opportunity to provide the information during the bid evaluation period. At such time, the Bidder shall be given fifteen (15) calendar days to submit this information. Vendors wishing to obtain a copy of the complete resolution should contact The Office of Vendor Assistance at (305) 375-5289. 2.30 FURNISH AND SET IN PLACE REQUIREMENTS The successful bidder shall be required to furnish the materials or products identified in these bid specifications as well as to set in place or install materials or products at the facility designated by the County: The successful bidder shall also be required to provide adequate training to County personnel on the appropriate use of the materials or products if necessary. 2.31 OMISSION FROM THE SPECIFICATIONS: The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 2.32 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to- the County's authorized representative during delivery. The Page 8 .48 -1 o z o METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order. quantities and estimated delivery of back -orders if applicable. 2.33 PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or as a result of any copyrighted, patented, or unpatented invention, process,*or article manufactured by the bidder. The bidder has no liability when such claim is solely and exclusively due to the combination,. operation or use of any article supplied hereunder with equipment or data not supplied by bidder or is based soleFy and exclusively upon the County's alteration of the article. The purchaser will provide prompt written notification of a claim of copyright or patent infringement. Further, if such a claim is made or is pending, the Bidder may, at its options and expenses, procure for the purchaser the right to continue use of, replace or modify the article to render it non -infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the bidder uses any design, device, or materials covered 4.9y letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 2.34 QUALIFIED PRODUCTS LIST SHALL BE UTILIZED FOR THIS SOLICITATION: In accordance with Section 2.9 of the Special Terms and Conditions, the Bid contains a Qualified Products List that identifies only those products that may be bid. "Equal" products shall not be considered. The Qualified Products List is contained in the Technical Specifications. 2.35 QUANTITY DISCOUNTS: The bidder is urged to offer additional discounts for one time delivery of large single orders of any assortment of items in the space provided in the Bid Proposal forms. Such discounts will not be considered in evaluation of bid. 2.36 SERVICE CALLS PLACED DURING WARRANTY PERIOD In the event of equipment malfunction during the one year warranty period, the vendor shall respond to service calls placed by the County within the following time frames: Page 9 98-10%5 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW Calls placed prior to 12:30 p.m.: Technician must be at County facility prior to 9:00 a.m. the following work day. Calls placed from 12:31 p.m. to 5:00 p.m.: Technician must be at County facility prior to 12:30 p.m. the following work day. 98-10 Page 10 METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW SECTION 3.0 TECHNICAL SPECIFICATIONS 3.1 3.2 PERIPHERALS (GRAPHIC) Communications Network: Ethernet Network Protocols: TCP/IP and DECNET Primary Host Platforms or Servers: CPU Models: DEC 7620 DEC 3000 Series Workstations A1phaStation/Alphaserver Series IBM RISC SUN Systems Operating Systems: Application Software: 1. Digital Unix and OpenVMS; IBM AIX; SUN SoMs Arc/Info 7.0.3; ArcView 2.1; ERDAS Secondary Platform or Client: CPU Models: Operating Systems: Network Manager: Application Software: Qualified Products List Various Manufacturers Pentium PCs; SVGA Monitor; 16/32 mb memory DOS/WFW; Windows 95; Windows NT Pathworks 5.1; Windows NT Server, Novell ArcView 2.1; ArcCad; Autocad; Digicad; ERDAS The primary software products used by the County for the Geographic Information System (GIS) are Arc/Info and ArcView developed by Environmental Systems Research Institute (ESRI). A network connection via TCP/IP protocol or a serial connection via LAT are the main methods used for communicating with the graphics peripherals. The products shown in the following list are the plotters/printers, scanners, digitizers and software supported by the application software listed in 3.1. Page 11 METROPOLITAN DADE COUNTY Manufacturer Hewlett Packard Calcomp Encad JRL Xerox BID NO.1569-2/00-OTR-CW Plotters/printers: inkjet, electrostatic, laser, thermal; all options Software: any required software for the above peripherals Plotters/printers: inkjet, electrostatic, laser, thermal; all options Digitizers: all sizes and various options Scanners: all sizes and various options Software: any required software for -the above peripherals Plotters/printers: inkjet; all options Software: any required software for above peripherals Plotters/printers: inkjet, laser, all options Software: any required software for above peripherals Plotters/printers: laser, electrostatic; all options Software: any required software for above peripherals Summagraphics Plotters/printers: laser, electrostatic; all options Digitizers: all sizes and various options Scanners: all sizes and various options Software: any required software for above peripherals Ideal Contex Scanners: all sizes and various options Software: any required software for the above peripherals Vidar Scanners: all sizes and various options Software: any required software for the above peripherals Infographix Software: print controller and rasterizing software for plotters 98--10 0 Pace 12 METROPOLITAN DADE BID NO.1569-2/00-OTR-CW INVITATION TO BID SECTION 4.0 BID PROPOSAL FORMS OPENING: 1:00 P.M. Wednesday DATE: May 29, 1996 CLERK OF THE BOARD Metro Dade Center III N.W. 1st Street Suite 210 Miami, Florida 33128 PLEASE QUOTE PRICES LESS -TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA NOTE: Dade County is Exempt From All Taxes (Federal, State, Local). Bid Price Should Be Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request __ _— ---------- Issued by: Date Issued: 04/29/96 This Bid Proposal Consists GSA Procurement Management Division Dade County Florida. of Pages 13 thru 24 Sealed bids, subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Proposal, such other contract provisions, specifications, drawings or other data as' are attached or incorporated by reference in the Bid Proposal will be received at the office of the Clerk of the Board at the address shown above on behalf of the Dade County Board of County Commissioners until the above stated time and date, and at that time publicly opened.for furnishing the supplies or services described in the accompanying Bid Proposal Requirement. PERIPHERALS (GRAPHIC) FOR THE GEOGRAPHIC INFORMATION SYSTEM FOR THE INFORMATION TECHNOLOGY DEPARTMENT AND OTHER COUNTY DEPARTMENTS AND GOVERNMENTAL AGENCIES FOR A TWO (2) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR THREE (3) ADDITIONAL YEARS A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. A Performance Bond'in-the amount of N/A the total amount of the bid will be required upon execution of the Contract by the successful bidder and Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED _ NON -RESPONSIVE DATE B.C.C. ITEM NOS. ACCEPTED COMMODITY CODE: 205-43 REJECTED NO BID SPECIALIST: Cynthia S. Goldman, CPPB, bemt FIRM NAME STREET ADDRESS CITY STATE b ZIP CODE TELEPHONE NUMBER AUTHORIZED AGENT TITLE OF OFFICER Page 13 Fong 2005 Rev. 9/29/95 98-1025 METROPOLITAN DADE C,--,4TY BID , 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: CALCOMP (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT EROM LIST PRICE: %* *If multiple discounts are offered for different classes b pes of equipment arulior software, indicate those discounts and type of equipment/software below: DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE Average Discount % SERVICE TO BE PERFORMED BY: (Please print or type) Ill i3yi ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 14 METROPOLITAN DADE JNTY BID ..J. 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: ENCAD (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT FROM LIST PRICE: %* "If multiple discounts are offered for different classes/types of equipment and/or software, indicate those discounts and type of equipinentlsoftware below. DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: s% DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % Average Discount % TYPE TYPE TYPE TYPE TYPE TYPE TYPE TYPE TYPE SERVICE TO BE PERFORMED BY: (Please print or type) FIRM: ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 15 98--1025 METROPOLITAN DADE WUNTY BIG J. 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: HEWLETT-PACKARD (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT FROM LIST PRICE: %* *If multiple discounts are offered for different ckmes✓types of equipment and/or software, indicate those discounts and type of equipment/software below: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: Average Discount % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE TYPE % TYPE SERVICE TO BE PERFORMED BY: (Please print or type) FIRM: ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 16 METROPOLITAN DADE AUNTY BIL 40. 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: IDEAL CONTEX (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT.EROM LIST PRICE: %* *If multiple discounts are offered for different classes/types of equipment and/or software, indicate those discounts and type of equipmentlsoftware below: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE Average Discount % SERVICE TO BE PERFORMED BY: (Please print or type) 1 -3 ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 17 98-1025 METROPOLITAN DADE 6..JNTY BID 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: _ MANUFACTURER: INFOGRAPHIX (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT FROM LIST PRICE: %* *If multiple discounts are offered for different classe&b pes of equipment and/or software, indicate those discounts and type of equipment/software below: DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % DISCOUNT FROM LIST PRICE: % Average Discount % TYPE TYPE TYPE TYPE TYPE TYPE TYPE TYPE TYPE SERVICE TO BE PERFORMED BY: (Please print or type) FIRM: ADDRESS: PHONE NO.: FAX NO.: CONTACT; Page 18 8 --100 0 METROPOLITAN DADE .UNTY BIL 40. 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: JRL (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT FROM LIST PRICE: %* *I, f'multiple discounts are offered for different classe&lt pes of equipment andior software, indicate those discounts and type of equipment/software below: DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE Average Discount % SERVICE TO BE PERFORMED BY: (Please print or .type) FIRM: ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 19 9 8 -10 2 5 METROPOLITAN DADE %,AUNTY BID j. 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: SUMMAGRAPHICS (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT EROM LIST PRICE: %* "If multiple discounts are offered for different classev6 pes of equipment and/or software, indicate those discounts and type of equipment/software below: DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE Average Discount % SERVICE TO BE PERFORMED BY: (Please print or type) ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 20��� METROPOLITAN DAOL .AUNTY BID PROPOSAL -FOR: BIU NO. 1569-2/00-OTR-CW PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: VIDAR (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT FROM LIST PRICE: %* *If multiple discounts are offered for different classe&b pes of equipment m d/or software, indicate those discounts and type of equipment/software below. DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE DISCOUNT FROM LIST PRICE: % TYPE Average Discount % SERVICE TO BE PERFORMED BY: (Please print or type) FIRM: ADDRESS: PHONE NO.: FAX NO.: CONTACT: g$-1025 Page 21 METROPOLITAN DADE JNTY BIC ). 1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) FIRM NAME: MANUFACTURER: XEROX (No Substitute) CATALOG/PRICE LIST NUMBER AND DATE: DISCOUNT FROM LIST PRICE: %* "If multiple discounts are offered for different classes/types of equipment and/or software, indicate those discounts and type of equipment/software below: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: DISCOUNT FROM LIST PRICE: % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE % TYPE Average Discount % SERVICE TO BE PERFORMED BY: (Please print or type) ADDRESS: PHONE NO.: FAX NO.: CONTACT: Page 22 9 8_ 0 2 J METROPOLITAN DADE COUNTY BID NO.1569-2/00-OTR-CW BID PROPOSAL FOR: PERIPHERALS (GRAPHIC) ENVIRONMENTAL_NOTICE TO BIDDERS Bidders submitting proposals for this solicitation must either complete the section below or complete the attached Certificate of Recycled Product Content form. State the method to be used for returning packaging materials to the distributor in conjunction with this solicitation. IF NO BID PLEASE INDICATE REASON: ---------------------------------------------------------------------- Prompt Payment Terms: % days net day FID NO. of Bidder: (Bidders Federal Identification Number as used on Return. Form 941.) If none Bidders Social Security No. -------------------------------------------------------- The undersigned Bidder certifies that this Bid Proposal is submitted in accordance with the Bid Specifications and Conditions governing this Bid, and that the Bidder will accept any awards made to him as a result of this bid. FIRM NAME STREET ADDRESS CITY,STATE,& ZIP CODE TELEPHONE NUMBER FAX NUMBER AUTHORIZED SIGNATURE (Signature) (Print Name) (Date) TITLE OF OFFICER State below mailing address (if other than above): P.O. BOX city state zip code Page 23 9 8- 1 a Z ACKNOWLEDGEMENT OF ADDENDA TITLE:- PERIPHERALS (GRAPHIC) BID NO. 1569-2/00-OTR-CW DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID: Addendum # 1, Bated 199 Addendum # 2, Dated 199 Addendum # 3, Dated 199 Addendum 4, Dated 199 Addendum 5, Dated 199 Addendum 6, Dated 199 Addendum # 7, Dated 199 Addendum # 8, Dated 199 Addendum # 9, Dated , 199 -------------------------------------------------------------------------- PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID ;Date ---------------------------------------------------------------------- FIRM NAME: AUTHORIZED SIGNATURE: "•^"•"^ Rev. 1/5/95 �8-1i►�5 mETROOADE M*2 GENFRAL SERVICES ADMT-ISTRATION 4�. Pk%JCUREMENT MANAGEMENT DIVISION ` , CERTIFICATION OF RECYCLED PRODUCT CONTENT MINA4iJM CERTIFIED CONTENT Bid Item Number RECYCLED PRODUCTS RECOVERED MATERIALS RECYCLABLE PRODUCTS % Composition Type of Material % Composition ` Type of Material % Composition I Type of Mater DEFWMONS "Recycled Msiterial" shall be defined as any wom material or by-products that have been recovered or diverted from solid waste. "Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials. "Recyclable Product" shall be defined as the ability of a product and its packaging to be reused, reconditioned for use, or recycled through existing recycling collation programs. "Wane Reducing Product" shall be defined as any product which will result.in less waste generated due to its use rather than another product designed to serve the same function with a greater waste generation rate. This shall include, but not limited to those products that can be reused, refilled or have a longer life expectancy and contain a lesser amount of toxic constituents. I have the knowledge to certify and do so certify that the Minimum Materials Content in our product(s) are as specified on this form and conform with the definitions as shown above. NAME ADDRESS CITY STATE ZIP SIGNATURE TRLE a PTffl9fd On ft"COM PAW 9 8 -10 2 5 L .0.00MOMEN� D-7 AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 1569-2/00-OTR ITEM: Hewlett-Packard Designjet 2500 CP printer/plotter and related maintenance support services DEPARTMENT: Public Works TYPE OF PURCHASE: Single Purchase REASON: To replace existing Computer Aided Design and Drafting (CADD) equipment that is outdated, expensive to operate and for which support services is no longer available. RECOMMENDATION: It is recommended that award be made to CADD Centers of Florida, under existing Miami -Dade County Contract No. 1569-2/00-OTR for a total cost not to exceed $10,000.00. Allocating funds from Fiscal Year 1997- 1998 C1P Ordinance No. 11623, as amended, under _ Project No. 311019. /1'- lam., s. Ca V , \J Director of Purchasin 10 1/� ) =T Date ( Award Under Dade County Contracts