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Aided Design and Drafting (CADD) equipment is outdated, expensive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< 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