Loading...
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.