Loading...
HomeMy WebLinkAboutR-95-0602J-95- 752 08/10/95 RESOLUTION NOD 5 602 A RESOLUTION ACCEPTING THE. BID OF CASCADE DEVELOPMENT, INC. FOR THE FURNISHING OF BAR CODE SCANNER DEVICES AND ACCESSORIES FOR"'' THE DEPARTMENT OF FIRE -RESCUE AT A TOTAL PROPOSED AMOUNT OF $8,948.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 313825, ACCOUNT CODE NO. 802801-840; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received July 17, 1995 for the furnishing of bar code scanner devices and accessories for the Department of Fire -Rescue's Urban Se& cn and Rescue Task Force; and Wi.'EAEAS, invitations for Bid No. 94-95-182 were mailed to seventeer. (17) potential bidders and one (1) bid was received; and WHEREAS, said purchase will not only enhance the capabilities of the South Florida Urban Search and Rescue Task Force to respond to disasters, but additionally increase the local capabilities of the City of Miami Department of Fire - Rescue; and WHEREAS, funds for said purchase are available from the Capital Improvement Program (CIP) Project No. 313825, Account Code No. 802801-840; and CITY COMISSION MEETING OF SEP 14 1995 Haooiy0 9 5 1 WHEREAS, the City Manager and the Director of the Department of Fire -Rescue recommend that the bid received from Cascade Development Inc. be accepted as the lowest responsive and responsible bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION 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 July 17, 1995 bid of Cascade Development Inc. for the furnishing of bar code devices and accessories for the Department of Fire -Rescue at a total proposed amount of $8,948.00 is hereby accepted, with funds therefor hereby allocated from the Capital Improvement Program (CIP) Project No. 313525, Account Code No. 802801-840. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th ATTEST: i i 4—TER F , CITY CLERK i - 2 - _ day of September , 1995. STEPHEN P. CLARK, MAYOR 95- 602 PREPARED AND APPROVED BY: AEL 0. DIAZ DEPUTY CITY ATTO Y APPROVED AS TO FORM AND CORRECTNESS: A. QUI,%� N J N , III CITY ATTO i 3 95- 602 I CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=1 To : The Honorable Mayor and Members DATE : FILE SEP -1 1995 of the City Commission SUBJECT Bid#9495182 Scanners FROM REFERENCES Cesa City er ENCLOSURES: I • ,urMU-1100.-MROXII It is recommended that a resolution be passed permitting the South Florida Urban Search and Rescue Task Force to purchase scanners from Cascade Development Co., 7144 S.W. 103 Ct. Circle, Miami, FL 33173 at a total cost of $8,948. The City of Miami Department of Fire -Rescue on behalf of the Florida Urban Search and Rescue Task Force has been awarded a grant to purchase specific equipment and supplies to be used for disaster response activities. The purchase of the recommended equipment will not only enhance the capabilities of the South Florida Urban Search and Rescue Task Force to respond to disasters, but additionally increase the local capability of the City of Miami Department of Fire -Rescue and the organizations participating in the disaster response program. % of Cost Estimate lam( 0 Cost Estimate: $ 8, 9,_ 48` Source of Funds: CIP Project 313825, Index Code: 802801-840 Minority Representation: bidder selected is a minority/local C'si -1 95- 692 L CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Judy Carter DATE July 24, 1995 FILE Chief Procurement Officer SUBJECT Bid #9495182 Scanners FROMREFERENCES jesZcue 4iArector, Department ENCLOSURES: This department has verified that funding is available to cover the cost of the subject purchase in the amount of $8,948 from the South Florida Urban Search and Rescue Task Force Aquisition Fund CIP #313825 Account Code Number 802801-840. N/A Manohar S. Surana, Director Budget Department 0 duardo Rodriguez, Director Asset Management & Capital Improvements 95- 602 _J CITY OV MrAMI, FLORIDA BID NO. 94-95-182 BID SNRET (Continued) I)MTANT: BID SHE.P.T AND ATTACHMENTS MUST HE RETURNED IN TRIPLICkTE IN THE A`1•TAC_.IJUD (ENVELOPE IDENTXPIED BY RID NUMBER, TIME AND DATE OF 810 QPENING, Its SPXURITY IS REQUIRED, A ']3tD WILL NOT BE ACCEPTED UNLESS THR DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Termst044 30(Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. warranty and/or guarantee: �, It{� my, _s Delivery:_ s.—calendar days required upon receipt -of Purchase Order or Notice of Award. Numlx r of Calendar days required to complete work after start. In tccr.rdance with the invitation to Bid, the Specificatlone, General conditions, Spacial eond:tic,ns, and aenaial information to Bidders, we agree to furnish the 'Item(e) at Prices indicated on the attached bid aheet(e). NAMES OF COMPANY OWNER (S) i NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address) b) List all other offices located in the State of Floridan (street address) - I ct rv�- � � a.1 (Please use the beck of this page if more space is necessary) p4,T1iQ�YTY .P_$Sjf;L1 tv�t•{RN9` fYIMPLYA_*iCE The undersigned bidder acknowledge's that (a)he has received a ,copy of ordinance 410062 as amended, the Minority Pra,,urement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions thersin,.includLn any amendments thereto. Bidder a C0GCtdkP, _i.,6 Signature: (company name) , Date: Print Name aV tndie'ate if Business is 51% Minority -owned: (Check Q= box only) YIBLACK [ j HISPANIC [ ) FEMALE APPIMATTVR ACTION PT K tf firm has an existing plan, effective date of implementations If firro does not have an existing plan, the Successful Bidder(®) ehalX be required tc establish ­ an Affirmative Action Policy; •pursuant to -ordinance #10062 as amended. .. See Appendix I for sample. Biddera Signatur (company name) �.+11 +041- Tn nnMns rrr �70%1 Atln acT110M, TUTA� GADM MAY tl'eAllhl ICY TNTC RTT1. Is 95- 602 L 9495182.XLS TABULATION OF BIDS FOR: Scanners Bid #94-95-182 DATE: 712 419 5 VENDOR A VENDOR B VENDOR C VENDOR D DOR NAME: Cascade De—v. Co. DOR ADDRESS: 7144 S.W. 103 Ct. Cir _ Miami, FL 33173 ORITY STATUS? Black -- '- UNIT UNIT UNIT UNIT DESCRIPTION QTY, PRICE TOTAL PRICE TOTAL PRICE TOTAL PRICE TOTAL Scanner 1 $5,299.70 $5,299.70 Battery Pack 1 $103.50 $103.50 Communications Dock 1 $473.10 $473.10 Power Supply 1 $110.00 $110.00 User's Manual 1 $55.00 $55.00 Access Point _ 1 $2,502.30 $2,502.30 Access User's Manual 1 $33.00 $33.00 Configuration Tool & Manual 1 $77.00 $77.00 5 User'Netware 1 $294.40 $294.40 _ PAGE SUBTOTALS: SUGGESTED VENDOR: $8,948.00 Page 1 of 1 L v Bid No.94-95-182 Bar Code Scanner Devices and Accessories D;PARTMENT: Fire -Rescue TYPE OF PURCHASE: Single Purchase REASON: To enhance the rescue capabilities of the Fire Department. POTENTIAL BIDDERS: 17 BIDS RECEIVED• 1 TABULATION: See Attached FUNDS: Capital Improvement Program, Project No. 313825, Acct. Code 802801-840. 5:D EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 17 1 :�11:,6RITY/FEMALE (M/F) VENDORS.......... 9 1 Within City limits .................. 0 0 Registered with City ................ 9 1 Black (B) Vendors ...................... 4 1 Located within City limits.......... 0 0 Registered with City ................ 4 1 Female (F) Vendors ..................... 1 0 Located within City limits.......... 0 0 Registered with City ................ 1 0 Hispanic (H) Vendors... .. ............ 4 0 Located within Citylimits.......... 0 0 Registered with City ................ 4 0 NOR MINORITY (NM) VENDORS .............. 8 0 Located within City limits.......... 1 0 - 6 95- 602 9 Reason for NOT awarding to a local vendor: local vendor did not respond to invitation to bid Reason(s) for No Bids are as follows: . orctpunet Inc. - no reason given Gff�ce Systems of Fl. - only sell bar code readens T_CS of Coral Gables - do not carry requested items Miritech Int's - schedule would not permit Computer Bank, Inc. - do not carry this equipment Accurate Cash Registers - no in product line RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO CASCADE DEVELOPMENT A BLACK/DADE COUNTY VENDOR AT A TOTAL PROPOSED AMOUNT OF $8,948.00. Tef Procurem6fit Officer k1141A/ Date �� 95- 602 -_- - — -- ---------- --- ---r NN - - - Nr_ DID NO- s 94-95-182 DATE SID (S) OPENSD: JULY 17, 1995 - 10: 30 TOTAL 8ID fOND�os� C� BIDDER 'DID AMOUNT CASHIER'S --CSECR ---------------- -- --- -- CASCADE DEV. CO. INC. ------- We received only ne copy of the bid which was ILZepartment _rwNr 0 BID •COMPUNET INC. ACCURATE CASH REGISTER, INC. STEENBERG COMPYTER BAND rwww-wMlr--M -rwMl-rrMMrN r !w-wlwww- MIRITECH INTERNATIONAL Ne lwNw- ICS OF CORAL GABLES - _— OFFICE SYSTEMS OF FLA. N-MHO_ -www-Mr-w-N ---wNO-MNw -rw--N-r- „Offers from the veniors Ystrd other offers sin' .afit.tl tln h:irehi c=r.a the 0 1 f0 <<' ��'.'� ' :is0- ,ty offers , if ariy, are hereby rejeNas NN-Mrw_� cted L.17. N-r_--rwrN r! lwNwwr-- _wrwMr-._ ------------------- N � N-lwrNN--w --N--w__-_Nw rrwrrw--rw- ---w------ — --w--w—NN ew—rrrww_w—NNwN—w w - .�—Nwrw NNwNrww w�'----wr_w—NrNl--- Or-wwMw- NMNww-M!w wr-rw-r---NNMMw- rr-wrw-- w-Ni-w-N •--__-_- -•_ ---- ---- ------------- - received O envelopes on behalf of Ps s r11scelViint bi GSA/SOLID WASTE -PROCUREMENT DIVISION an (City Department) 0 -P ja 12 W V. IV f7 RECE '95 JUL 17 AlO :30 WA.LTER J. FOEMAN CITY CLERK CITY O'!; '-Ml, P-t. LEGAL ADVERTISEMENT Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than ] 0:30 a m•• ;July 17. 1995 for the furnishing of Bar Code Scanner Devices and Scanner Accessories for the Department of Fire Rescue. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non -responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-b845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located In the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readverdse. (Ad No. 2052) w Cesar H. Odio City Manager w -' _J f. City of Miami 2052 This number must REOUISITION FOR, ADVERTISEMENT appear In the advertisement. INSTRUCTIONS., Please -lype and attach a copy of the adver tiseMent Vith this -reaulaition. f 1. Department: 2. Division: PRO�XRE M IQR (FRRE, RR-i-M-E-1 3, Account Code number:. 4. Is this a confirmation: 5. Prepared by: 2 ❑ Yes No MARITZA PRESNO ,3138,25-80801-287 6. Size of advertisement: 7. Starting date: 8. Telephone number: LEGAL 6-29-95 579-6845 9. Number of times this advertisement Type of advertisement: published: ONE (1) Legal El Classified ❑ Display 11. Remarks: BIDNNO. 9-95-182: BAR CODE SCANNER DEVICES ANDDSCANNER 14 ACCESSORIES 12. h X Publication Date(s) of Advertisement Invoice NO. Amount MIAMT Rls'V'FEW VITAMT TTMES DTARIO LAS AMERTCAS M 13. ❑ Approved ❑ Disapproved Department Director/ Designe-e Date Approved for Payment Date 03 Rev. 12/897 2Mt�nt r% Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy, � —#