Loading...
HomeMy WebLinkAboutR-94-0731RESOLUTION NO. 9 4 — 7 3 A RESOLUTION ACCEPTING THE BID OF I.D.A.S. FOR THE FURNISHING OF A COLOR PLOTTER AT A TOTAL PROPOSED AMOUNT OF $8,785.00 FOR THE DEPARTMENT OF PLANNING, BUILDING, AND ZONING; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NOS. 290201-270 ($505.00), 280401-670 ($5,280.00), AND 560701-722 ($3,000.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received August 17, 1994 for the furnishing of a color plotter for the Department of Planning, Building, and Zoning; and WHEREAS, invitations for Bid No. 93-94-157 were mailed to thirteen (13) potential bidders and nine (9) bids were received; and WHEREAS, funds for this purchase are available from the Account Code Nos. 290201-270, 280401-670, and 560701-722; and WHEREAS, the City Is GIS is presently being used by the Department of Police, Fire -Rescue, Planning, Building and Zoning, General Services Administration/Solid Waste, Development and Housing Conservation, Budget and Computers, International Trade and the City Clerk for crime incident analysis, fire and emergency response modeling code enforcement tracking, census socioeconomic analysis, solid waste routing and property value comparisons and in order to expand the acquisition of a new color plotter is needed; and WHEREAS, the City Manager and the Director of the Department of Planning, Building and Zoning recommend that the CUT COPOUSSION KEETI G OP OCT 2. 7 1994 P&Saution no, 94- 731 bid received from I.D.A.S. be accepted as the lowest responsible and responsive 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 17, 1994 bid of I.D.A.S. for the furnishing of a Color Plotter, at a total proposed amount of $8,785.00, for the Department of Planning, Building and Zoning is hereby accepted, with funds therefor hereby allocated from Account Code Nos. 290201-270 ($505.00), 280401=670 ($5,280.00), and 560701-722 ($3,000.00). Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this purpose. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 27th day of October , 1994. TEPHEN P. CLARKr MAYOR AT S MAXWY HIRAI CITY CLERK -2- 9 4" 731 PREPARED AND APPROVED BY: RAFAEL 0. DIAZ-- DEPUTY CITY ATTORNEY APPROVED AS TO CITY/ATTO AND CORRECTNESS: -3- 34- 731 ®14."1 CITY OF MIAMI, FLORIDA' ` INTER -OFFICE MEMORANDUM To: The Honorable Mayor and Members of the City Commission FROM : Ces o Cit aer RECOMMENDATION: oCi 14 IozA DATE : FILE : SUBJECT: Resolution Authorizing Award of Bid No. 93-94-157; Color Graphics Plotter for City's GIS Equipment REFERENCES: Agenda Item, City Commission ENCLOSURES : Agenda It is respectfully requested that the City Commission adopt the attached resolution awarding the bid for the acquisition of one Hewlett Packard Design Jet 650C Color Plotter for the City's Geographic Information System (GIS) to I.D.A.S., a local, minority/female-owned firm, located at 2727 SW 26th Avenue, Miami, Florida, in the amount of $8,785.00, matching the lowest responsible and responsive bidder in accord with Bid No. 93-94-157; allocating funds therefor from Account Code Nos. 290201-270 ($505.00), 280401-670 ($5,280.00), and 560701-722 ($3,000.00). BACKGROUND The City's GIS is presently being used by the Departments of Police, Fire, Rescue and Inspection Services, Planning, Building and Zoning, General Services Administration/Solid Waste, Development and Housing Conservation, Budget and Computers, International Trade and the City Clerk for crime incident analysis, fire and emergency response modeling, code enforcement tracking, census socio-economic analysis, solid waste routing and property value comparisons. On April 13, 1989, the City Commission adopted Resolution 89-362 establishing a basic Geographic Information System (GIS). In order to expand the operation of the GIS, it is requested that the awarding of the purchase for acquisition of one Hewlett Packard Design Jet 650C Plotter for the City's GIS be to I.D.A.S, 2727 SW 26th Avenue, Miami, Florida, by virtue of their having matched the most responsible and responsive bid. I.D.A.S. is a minority female -owned firm with a local primary office; and his initial bid was within 10% of the lowest bidder. Attachment exl q -1 94- 731 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO ; Judy S. Carter DATE : September 22, 1994 FILE Chief Procurement Officer General Services Administration Bid Approval: suaiECT : Hewl i tt Packard 650C „1 Color Plotter Lt' r o FROM : $ g10 odriguez, Director r REFERENCES P anning, Building and Zoning Department ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of the subject bids in the amounts of: DEPARTMENT CODE NUMBER CODE AMOUNT Police 290201-270 $505.00 Fire 280401-670 5,280.00 PBZ 560701-722 3,000.00 $8,785.00 BUDGETARY REVIEW & APPROVED BY: (Except for items funded through Capital Improvement Program) /Wanohar Surana, Director Department of Budget and Computers (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum). SR/adw m/sr-jsc/budgform/hplot/94 092294 94- 731 OF MIAMI , FLORI Dr, ,,-SID SHEET (Continued) k; IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, IP SECURITY IS REQUIRED, A'BID WILL NOT BE BOND IS SUBMITTED IN THIS ENVELOPE. Terms: 30 DAYS BID NO. 93-94-157 RETURNED IN TRIPLICATE IN THE TIME AND DATE OF BID OPENING. ACCEPTED UNLESS THE. DEPOSIT Of (Include cash discount for prompt payment, if any) Additional -discount of N/A % if awarded all items. Warranty and/or guarantee: AS PROVIDED BY MANUFACTURER Delivery: 30 calendar days required upon receipt -of Purchase Order or Notic of Award. -. Number of calendar days -required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Speci: conditions, and General Information to Bidders, we agree to furnish the Item(s) at Pricy indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): BERNARD SPINRAD BERNARD SPINRAD, PRESIDENT MARIEN ARAN-SPINRAD MARIEN ARAN-SPINRAD, VICE PRESIDENT a) List principal business address: (street address) 2727 S.W. 26 AVENUE. MIAMI, FLORIDA 33133 b) List all other offices located in the State of Florida: (street address) N/A (Please use the back of this page if more space is •necessary) MINORITY PROCURRMPNT COMPLTANG� The undersigned bidder acknowledges that (s)he has received a .copy of ordinance #10062 amended, the Minority Procurement Ordinance of the City of Mia�wi and agrees to comply with applicable substantive and procedural provisions therein, incX%udinq endments thereto. I.D.A.S. Bidder: Signature: (com any.n e) , Date:�hyr Cj �j Print Name ��' �7 Indicate if Business is 51% Minority -owned: (Check one box only) [ ] BLACK [ ] HISPANIC. [L-�FEMALE If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be require: establish an Affirmative -Action Policy, pursuant to Ordinance #10062 as amended. See App I for sample. Bidder: I.D.A.S. Signature: (company name) 9 — 731 �- T•llo:l Tuts rnRM MAY DISOUALIFY TM BID• r 09/01/04 13:09 Nl:\ 1 i?t i i i ; i':1 111.1%11 0305 858 0854 SANDY & BABCOCK 8-:31-94 : 2:44PM : PROCURENOT ti:uJ. - ► QT.Pi#v of i�cz�ti N n kON 1 Wit LIMAS AssiSllr„ Lay MrHrget • •r A Q R August 31, 1994 Attn: Bernard Spinard, President 2727 SW 26t.h Avenue Miami Ft, 33133 Ist.•ar Mr. Spinard: W 002_ 305 856 08544 2/ 2 Subject: Hewlett Plotter Bid No. 93-94-157 CESAR M. ODIC Cky Man.Mr Section 18-52.1(h) of the City Code, as amended, states that the Ci i.y Conuni ssion may offer to a reBponsi.ble and responsive local biddor, whose primary office is Iodated in the City of Miami, the opporturilLy of accepting a bid at the low bid amount, if the originaL bid amount submitted by the local vendor dose not exceed 110 percent of the lowest other responsible and responsive bidder. .AS a 1 cic-a i. vendor, your bid amount ,for the subject bid meets the abovo requirements. please ai,gn below to indicate your firm's acceptance or rejection of the bid at the low bid amount of $8785.00, subject to City Commissiun approval, and return the original of this letter and the attached affidavit signed and notorized to the Procurement Management Division no later than ten (10) calendar days from receipt of this letter. ;hLefef ince ely, Y dy S . Carter, Procurement ficer GAc: ept [ ] Reject AW Name: 91.-;NA,0 �IPINA4 Signature: Date: JSC -rb cc: Using Department Rid File 94- 731 ;1 10PARIMINI Of (ANERAI SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Management Division 11 ..✓. w. 1. ....w ............ _• • ri.._•d . 1,,.1 none, ear e,7o /r i v. 1-,Ar, "r r-tom BID TABULATION SHEET No. 93-94-157 Purchase of Color Plotter for GIS 1. IDAS 2727 SW 26 Avenue Miami, FL 33133 (305) 860-1060 Contact: Bernard K. Spinrad, President Minority owned/local firm Delivery: 30 calendar days Warrenty: per manufacturer Installation: N/A HP Design Jet 650C Color Plotter $8890.00 W/20MB Ram (C2859B) 2. Business Systems & Services By Philip Morris 6135 NW 167 Street, Building E-27 Miami, Florida 33015 (305) 558-8993 Contact: Larry Wojkowski, General Manager Non -minority owned/non-local firm Delivery: 7 -10 Calendar days Warranty: 1 year on all parts and labor on site Installation: .1 calendar day HP Design Jet 650C Color Plotter W/20MB Ram (C2859A) $8785.00 3. Guillermo Miralles 320 SW 135 Avenue Miami, Florida 33184 (305) 226-3741 Contact: Guillermo Miralles, Owner Minority owned/non-local Delivery: 14 calendar days Warranty: Full factory warranty Installation: 14 calendar days H.P. Design Jet 650C Color Plotter W/20MB Ram (C2859) 4. Martin Associates 240 S. Military Trail Deerfield Beach, Florida 33442 (305) 421-0661 Contact: Eugene J. Gray, Sales Representative Minority owned/non-local Delivery: 5 calendar days 0 $8800.00 Warranty: 1 year on site by Hewlett Packard Installation: 0 HP Design Jet 650C Color Plotter $8840.20 W/20 MB Ram(C2859A) 5. Advanced Surveying Technology Inc. 815 Eyrie Drive, Suite 4 Oviedo, Florida 32765 (407) 365-1595 Contact: Cesaar H. Bradham, President Minority owned/non-local Delivery: 10 calendar days Warranty: 1 year HP on -site Installation: NA HP Design Jet 650C Color Plotter $8937.00 W/20MB Ram (C2859A) ld 94- 731 6. Miritech International, Inc. 10835 SW 112 Avenue, #102 Miami, Florida 33176 (305) 595-9404 Contact: Titoe Miriki, President Minority owned/non-local Delivery: 20 - 30 calendar days Warranty: 1 year - manufacturer's warranty Installation: N/A HP Design Jet 650C Color Plotter $9449-.00 W/20MB Ram (C2859A) 7. Dixie Computers 9900 SW 168 Street, Suite #10 Miami, Florida 33157 (305) 232-6200 Contact: Charles Hines, Jr., Vice President Sales Minority owner/non-local firm Delivery: 6 calendar days Warranty: 1 year Installation: N/A HP Design Jet 650C Color Plotter $9495.00 W20MB Ram (2859A) 94- 731 /� A� I B. Knowledge In Motion, Inc. 8610 NW 70 Street Miami, Florida 33166 (305) 594-9095 Contact: Kim M. Usiak, President Non-minority/non-local Delivery: 7 - 14 days Warranty: 1 year on -site by Hewlett Packard Installation: 1 calendar day HP Design Jet 650C Color Plotter $11,153.00 W/20M6 Ram (C2859A) 94- 731 4 f RON E. WILLIAMS Assistant City Manager CRIJ -af iaxn r C�Ty OF MIAMI PLANNI 6 1LDING & ZONING DE , • °� '3 GE CO„ �4oQ�0 i.flit'REU IU . OPIES......,ftLEz,:; ✓,f. September 7, 1994 Business Systems & Service By Phillip Morris Larry Wojkowski, General Manager 6135 NW 167 Street, Bldg. E-27 Miami F1 33015 Dear Mr. Wojkowski: CESAR H. ODIO City Manager U2iAL52 Subject: Bid No. 93-94-157 Color Plotter Due to the City's Local Preference Program Section 18-52.1(h) of the City Code as amended, 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. Therefore, we are recommending I.D.A.S. as the lowest responsive and responsible bidder in accordance with bid specifications. Your interest in doing business with the City of Miami is always appreciated. Sincerely your 2�ra Gonzalez ,-Procurement Supery sor cc: Ron E. Williams, Asst. City Manager *-Have Whittington, PB&Z Bid File i 94- '731 � Y DRARTIAFNIT nr r'Gi+rn A i f VIA 1•z Bid No. 93-94-157 Color Plotter Building, Planning, and Zoning Single Purchase In order to expand the operation of the City's existing GIS. 13 9 Account Code Nos. 290201-270($505.00), 280401- 670 ($5,280.00), 560701-722 ($3,000.00). SEE ATTACHED ALLVENDORS ........................... 1 MINORITY/FEMALE (M/F) VENDORS......... Within City limits ................. Hispanic (H) Vendors .................. Located within City limits......... Registered with City............... NON MINORITY (NM) VENDORS ............. Located within City limits......... "No Bids.. .............................. 94- 731 n Reason(s) for NO BIDS are as follows: System Solutions- not in scope of business ' Compu Data -can't be competitive Global Associates- unable to bid at this time CAL COMP -unable to be competitive at this time RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO I.D.A. . LOCAL, FEMALE VENDOR AT A TOTAL PROP�SED N OF $8,785.00. �- Ch of rocu men Officer_, I :� � <5 ". Date ( i /� 94- 731 0 I L T771 COLOR PLOTTER 111D •C•s 92-93-157 SATs art($) OPsx:DI BUST 17, 1994 11:00 a.m. -..-- p2n rillt OTAL ' �ID LmO�li? pia_po�•Dse:Z ��SEIl1t:t-�HEGR� ADD RS OF FLORIDA See attached b d I. D. A. S. n n .MARTIN ASSOCIATES KNOWLEDGE IN -MOTION INC. BUSINESS SYSTEDiS.& SERVICES recived on which was sent one copy of the i to Procurement Department GUILLERMO MIRALLES DIXIE COMPUTERS, INC. -.� s s r+�-�-..�� ..w- •+w bid ADVANCED SURV. TECH. INC. �-� a.►- •sue • -w .. See attache -+.-l- •-� -s�-w+r-.r MIRITECH INTL. INC. NO BID: , SYSTEM SOLUTIONS f COMPU DATA , GLOBAL ASSOCIATES CAL COMP n . ""inks"��-- O?5rlrjCFf!J_-It"!tad 'm i i "Iff," received timely as of the ahov !•--Ml—l�--r-- other offers submitted in respons onenji date can —�O•—date-- to this sollcitati 1 time, All --_---HMO.— ONSM�r— n, if any, -- �i-- — �Y O -- M►i— • MaMY— — — --�-Mw ..►�fr— l——f--4—! M_�.N1!—!—_--_—_.s ---0_—�..—a--�/—.+ --_ mow_—._-- _+.�0— •i— '------------------------------- — -----^----------------r _V___- Zscsivsd snvelopet on tobslt of . (lersoa aacsiviaj biEs1 GAR/Solid Hte_Procurement Division (Gill Tepertnentj dIGNED _ _ (Deputy City Clotk)_---�" LEGAL ADVERTISEMENT c") rn ID NO. 92-93-157 7}ice Sealed bids will be received by the City of Miami iy Clerk a1 her office located at 3500 Pan American Drive, Mia1&,. F rid 33133 not later than ,11:00 a.m. August 17, 18.94-- foxl th furnishing of a Color Plotter as or equal to Hewlett Pa%dkard Designiet 650C with 20 MB RAM, E size, Model #C2859A for the Department of Planning, Building and Zoning. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will bt- rejected. Ordinance No. 10062, 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. 1486) Cesar H. Odio City Manager City of REQUISITION FOR Miami ADVERTISEMENT This number must appear In the advertisement. INSTRUCTIONS: Pleaie type and agach a copy of the advertispment wilh this reaulsition. 1. Department., 2. Divislori: IPLAN ING. BLDG ZONING DEPT 3. Account Code* number: 560701--287-722 4. Is this a confirmAtion: ❑ Yes IN No MILLER 6. Size of advettisemen.t: .LEGAL- 7. Starting date: August 1, 1994 %�gLegIT9% number: 9. Number -of times this 'advertisement Is to be published: 10. Tvna of advertisement: Legal El Classified 13 Display 11. Remarks:' REF: BID NO. 93-94-157 12. Publication Hill! 1111' Date(s) of Advertisement Invoice No. Amount MIAMI,REVIEW i— MIAMI TIMES DIARIO LAS-AMERICAS 13, El Approved El Disapproved Drtment Dfrecto6bealdnee Date Approved for Payment Date C I&S/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department