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