HomeMy WebLinkAboutR-94-0729J-94-825
9/28/94
RESOLUTION NO. 9 4- 729
A RESOLUTION ACCEPTING THE BID OF DIAMOND
NEON SUPPLY, FOR THE PURCHASE OF A
COMPUTERIZED AUTOMATED ROUTING AND ENGRAVING
SYSTEM FOR THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION AND SOLID WASTE, PROPERTY
MAINTENANCE DIVISION, AT A TOTAL PROPOSED
COST OF $21,059.64j ALLOCATING FUNDS THEREFOR
FROM THE FY'94-95 OPERATING BUDGET, ACCOUNT
CODE NO. 420401-840; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR THIS
UNIT.
WHEREAS, pursuant to public notice, sealed bids were
received August 24, 1994 for the furnishing of a computerized
automated routing and engraving system, for the Department of
General Services Administration and Solid Waste, Property
Maintenance Division; and
WHEREAS, invitations for Bid No. 93-94-175 were mailed to
ten (10) potential bidders and one (1) bid was received; and
WHEREAS, funds for this purchase are available from the
FY'94-95 Department Operating Budget, Account Code No. 420401-
840; and
WHEREAS, this unit is to be used at the City's Property
Maintenance Division and will allow the City to upgrade the
majority of its signage with Braille letters and will further
allow the City to comply with current State and Federal ADA
reaulations nertainina to sianaae: and
CITY COM1USSION
MEETING OF
0 C T 2. 7 +q94
Resolution No,
94- 729
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste, Property Maintenance Division, recommend that the
bid received from Diamond Neon Supply be accepted as the most
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 August 24, 1994 bid of Diamond Neon Supply
for the furnishing of a computerized automated routing and
engraving system at a total proposed amount of $21,059.64 for the
Department of General Services Administration and Solid Waste, is
hereby accepted with funds therefor hereby allocated from the
FY194-95 Operating Budget, Account Code No. 420401-840.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this unit.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 27th day of October , 1994.
kj?�,.,.-C._....
STE HEN P. CLARK, MAYOR
- 2 94- 729
ATTEST:
TY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY AT
APPROVED AS TO FORM AND CORRECTNESS:
A. QU iAqy JO , III
CITY ATTOR
94-- 729
TO
FROM
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members DATE:
of the City Commission
SUBJECT
Cesar
City MAQ REFERENCES
ENCLOSURES:
Uu 1 1 4 iz�Z�4
FILE :
Resolution Authorizing
Award of Bid #93-94-175
Computerized Automated
Routing & Engraving
System
It is respectfully recommended that the City Commission pass the
attached resolution for the purchase of a computerized automated
routing and engraving system to be awarded to Diamond Neon
Supply, a non -minority vendor, located in St. Petersburg,
Florida, as the only responsive and responsible bidder in
accordance with Bid #93-94-175. This unit will allow the City to
come into compliance with State and Federal ADA regulations. The
total cost associated with the procurement of this equipment is
estimated to be $21,059.64. Funds are available from the General
Services Administration and Solid Waste Department, Property
Maintenance Division, Account #420401-840.
The Department of General Services Administration and Solid
Waste, Property Maintenance Division, has analyzed the bid
package received pursuant to bid #93-94-175 for the purchase of a
computerized automated routing and engraving system to be awarded
to Diamond Neon Supply, a non -minority vendor. This unit will
interface with our existing computerized sign system in the
Property Maintenance Division sign shop. The computerized
automated routing and engraving system will allow us to upgrade
the majority of the City signage with Braille letters and will
further allow the City to comply with current State and Federal
ADA regulations pertaining to signage. The cost of this
equipment is estimated to be approximately $21,059.64. Funds for
the acquisition of this equipment are available from the
Department of General Services Administration and Solid Waste,
Property Maintenance Division, Account #420401-840.
MINfQRITY PARTICIPATION: Non -minority Vendor
MOUNT OF BID: $21,059.64
SOURCE OF FUNDS: General Services Administration and Solid Waste
Department, Property Maintenance Division, Account #420201-840.
Attachments: Proposed Resolution
94- 729
0
SENT BY:CITY OF DIIAMI
FROM
9-28-94 ; 3 :19PM ; PROCUREMENT QIGNIT, 3055786081; * 2/ 0
CITY OF MIAMI, FLORIDA'
INTER -OFFICE MEMORANI) ftz' ,
��}
•h�Ut��C?�T`4M
Judy S . Carter DATE ; 94 sEp 28 PM 4'7 FILF. ;
Chief Procurement Officer
Procurement Management Division
SUBJECT For the purchase of a
Computerized Automated
Routing & Engraving System
AEFEFIEN&d #93'94-175
Ron E. Williams
Assistant City Manager ENCLOSURES:
The Department of General Services Administration and Solid
Waste/Property Maintenance Division has verified with the
Department of Budget that funds are available to cover the cost
of the subject bid in the amount of $21,059.64. Funds are
available from Account Code No. 420401-840.
BUDGETARY REVIEW & APPROVED BY%
Manohar Surana, Assistan City Manager
Department of Management.
and Budget
94- 729
I1,
FLORIDA 40 BID NO. g, -i'K
ET (Continued)
�O_RTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IP SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
arms: '0 (Include cash discount for prompt payment, if any)
9ditional discount of a 94 if awarded all items.
arranty and/or guarantee: 9n DAyS
slivery: 30 calendar. days required upon receipt -of Purchase .Order or Notice
f Award..
2 Number of calendar. days -required to complete work after start.
a accordance with the Invitation to Sid, the Specifications, General Conditions, Special
3nditions, and General Informatfon to Bidders, we agree to furnish the Items) at Prices
idicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES.OF COMPANY OFFICER(S):
BENJAMIN A. DIAMnND• BENJAMIN A. Duman.
List principal business address: •(street address.)
5957 CARRIER ST. N. ST_ Pc,rceSRilQr__ _Fj ___ 7147147___
List all other offices located in the State of Florida: (street address)
0
Please use the back of this page if more space is -necessary)
MTNORTTY PROCURE T MMP%jANCF
he undersigrked bidder acknowledges that (s)he has received a ,copy of ordinance #10062 as
mended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all
pplicable substantive and procedural *provisions therein, including any amendments thereto.
idder: Signature:
(company.nam
atei Print Name: SCOTT CHURCHMAN
idicate if Business is 51% Minority -owned: (Check DID box only)
] BLACK [ ] HISPANIC. [ ] FEMALE •
A T MATTyr ACTTON PT.AN 3! �� /f��
firm has an existing plan, effective date of implementation:
firm does not have an -existing plan, the Successful Bidder(s) shall: be required to
,ablish an Affirmative Action Policy, pursuant to ordinance•#10062•as.amended. See Appendix
or sample.
tder: Signature: 9 4 — 72,
;9
(company name)
.. �._ . _ .. _ . . .. �. .. .. .... • . ..... • .w.. F • T%
r
ITEM:
DEPARTMENT:
TYPE
REASON:
OF PURCHASE:
Bid No.93-94-175
Computerized Automated Routing and Engraving
System
General Services Administration and Solid
Waste/Property Maintenance Division.
Single Purchase
This piece of equipment will allow the City to
come into compliance with State and Federal
ADA requirements, being able to upgrade City
signs with braille letters.
10
1
Diamond Neon Supply-- $21.059.64
General Services Administration and Solid
Waste/Property Maintenance Division, Account
Code No. 4250401-840.
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black (B) Vendors .....................
Located within City limits.........
Registered with City ...............
Female (F) Vendors ....................
Located within City limits.........
Registered with City ...............
Hispanic (H) Vendors ..................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids" .............................
Bid
Invitations
Bid
Mailed
Responses
10
1
10
0
0
0
3
0
2
0
0
0
2
0
1
0
0
0
1
0
0
0
0
0
0
0
7
1
1
0
• -
0
94-- 729
&A
Reason(s) for not awarding to local. vendor
Local vendor did not respond to this invitation to bid.
Reason(s) for No Bids are as follows:
Glory Enterprises- can't meet specifications
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
DIAMOND NEON SUPPLY A NON -MINORITY, NON -LOCAL
VENDOR AT A TOTAL PROPOSED AMOUNT OF
$21,059.6-4,- _
1 J 1 `-
Dat
94- 729
, �ID_BECGPI?4 •
r FURNISHING OF A COMPUTERIZED AUTOMATED ROUTING AND
ENGRAVING SYSTEM
r..r r•�.! P rn
i1Sl! ld.s 93-94-175
�1rlr•r i'PMMr��i ri.rrr.r+, r.rP+� PP.'r r+.... ra�M ri.... rrP.P r P ri.ryr.
l�.SI �tt�(�) C2Y1t=Dt AUGUST w,. 1994 11:00 a.m.
IOTAL SD_�Ok'D�or�
PLY
-GLORY ENTERPRISES
See attached . I id
ii
4 �JA .\ u
%N...
received timely as of qthecarbno?pV.rq
C
,) f•... �
1,
er o ers sumttea
loo' thIssr:a
r•�-��,'�
are ere reecte
.ter i.w•_.P_..•r ..w. i _ rr r�Pa`r r
�+ ri.r rrrr��. }r-r r..r.r i.ri r r_ra. w } i� � r..wr.i►�i!
w r �.r rfo. i i� .►_. r PrN -. r i r er. i PYrIP O.r+• r i r rrrt�A i r.rar.
rf iOrirPPPM�P ii ru+rrr rPri.r rPrr iPM P!•PPMPrrr s•s►rM rr
ire-+e+.iro++f+-r r�rr it r..ri�..irirr rrwr.r r.. i-r ►rrr.r r.w.rr
r .r .rr�ir.i-r .►P�iir�0irr/.ii _-� i.►r lPIPrMPr•r►Yir
r....rri.�...rwrrr�►r�.r�.t....�ar:war r+-srir_P}ire. i.rri rw�.�i rrP Pw e-+r
w•w rrrrri iP ��rrr ar.►a�r ».......... ....
rP rrwrs rra.rrir}r.►�rr :i.errrri
rrN-`�Y.M�OP i•�il _i.►PPI. r�M fir•
r..rr
(M//%�/r
_x 7 _C�
P r►+ry►r r.r .�+.ri r_
Prras�r.e r�.r rr.r....►.r w.r r�
MrYr.rrrrllrV+w♦ r�r a�.a irr.ww r.r— _rsr-�r.rr..rr ri PirPfiiaY
r,rw.�a-r ry rPrPr �+.PPrrP wwrrs.i r�r irr M�-1_ri�r Or s�l�r1M
11.w..�.r.-.Parrw►a7rr_rr---- � rr�r_r r _-------
wwP�.. ..w .�.,.rrrw..�+ rwrrrriy
-<Nt°"1___��---otecairaa envelopes On bahalt of
(Peream scaivteg bis�
GSA Solid haste -Procurement Division
(City ro j a rt e. atj-_ __---r_____r_�
(n- ut~ City Clerk3_....__..�.
�eYDry�
f11
n
LEGAL ADVERTISEMENT
BID NO. 93-94-175 do -
Sealed bids will be received by the City of Miami"City CLprk 'aft
her office located at 3500 Pan American Drive, Miami, Florida
33133 not later than 11:00 a.m. August 24 . *1994 for the
furnishing of a Computerized Automated Routing and Engraving
System as or equal to Gerber Dimension 200X and accessories for
the Department of General Services Administration and Solid
Waste/Property Maintenance Division.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10052, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods 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, 1390
NW 20th Street, Second Floor, Telephone 575-5174.
LOCAL PREFERENCE
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
110 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 charter
and any other documents to verify the location of the firm's
primary office.
All vendors located within the City of Miami must provide a copy
of their City Occupational License with their bids.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1499)
Cesar H. Odio
City Manager
s
\S
'
City Of Mi hi 1199
�
This number must f
-REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: PL2ase lype d attacb
i GSAa
�511�54'
I
{FOR}
3.'Account Code number:
'420401
4. Is this a confirmation:
5. Pre��ppared byy:
>7EiUNTfa'F MILLER
`,
28. . 840
El No
i
6. Size, of advertisement:
7. Star�i t
At}��U'i� 8e 1994
8. Telephone number:
575-5174
LEGAL
s
9. Number of, times this advertisement is to be
10. Type of advertisement:
ublished:
Legal El ❑ Dis la
q
11. Remarks::::
BID NO, 93--94-1 T
'
12.
#
Publication
Date(s) of
Advertisement .
rinvoice No.
Amount
AMI REVIEW'
IAMI TIMES
IAR1b'..LAS AMERICAS
i
Go -�
r'j
t
1
.
t✓%
,ggyt�'
CD
`13.
`
❑ Approved
❑ Disapprovedx:�l�,
, %44
!
epartment Director esig ee `' ., ate
Approved for Payment Date
C GS/PC 503 Rev. 12/89 Routing Forwat f White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: %jt, to - G.S.A.; Canary . Department
ml
R E, C'!-
19ii
24 All I
CITY fl- 1. F I, A.