Loading...
Item C2E - 9/11/02CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miam i-beach.fl.us COMMISSION MEMORANDUM To: Mayor David Dermer and Members of the City Commission Date: September 11, 2002 From: Subject: Jorge M. Gonzalez ,~~,N City Manager REQUEST FOR (APPROVAL TO ISSUE A PURCHASE ORDER TO ATLANTIC TRUCK CENTER IN THE AMOUNT OF $150,992.00, PURSUANT TO MIAMI-DADE COUNTY BID NO. 5204-0/02, FOR THE PURCHASE OF TWO (2) 2003 FORD F-450 TRUCKS WITH 12 FT. LANDSCAPE BODY, ONE (1) 2003 FORD F-250 4X2 PICK UP TRUCK WITH UTILITY BODY, ONE (1) 2003 FORD F-250 4X4 PICK UP TRUCK WITH EXTENDED CAB, AND ONE (1) 2003 FORD F-250 4X2 UTILITY BODY WITH CANOPY. ADMINISTRATION RECOMMENDATION Authorize the issuance of a purchase order. BID AMOUNT AND FUNDING - $150,992.00 Fleet Management Replacement Fund 510.1780.000.673 ANALYSIS These vehicles are recommended to be purchased pursuant to Miami-Dade County Bid No. 5204-0/02. These vehicles will be equipped with the following: automatic transmission, air conditioning and AM/FM radio. These vehicles are budgeted replacements in the Fleet Management Division forthe Parks Department's Landscape Division and Maintenance Division. The vehicles listed on the next page have met or exceeded the established criteria for replacement. The criteria are based on age, mileage, maintenance and overall condition of the vehicle. This vehicle is being used as a trade-in toward the new unit. 15 Veh # Deat Year Make /Model Mil_ sage Life to Date Maintenance Condition Cost 0528-1 0940 1991 Ford F-350 64,707 $11,361.00 Poor 0501-3 0945 1993 Ford F-350 45,206 $19,312.83 Poor 0508-3 0940 1993 Int'14700 20,710 $44,113.21 Poor 0547-4 0945 1994 Ford F-250 77,727 $11,586.09 Poor 0504-2 0940 1992 Ford F-600 16,770 $ 4,496.94 Poor The Administration recommends that the City Commission authorize the purchase against Miami-Dade County Bid No. 5204-0/02. JMG/MDB/GL/AET/mlo T:\AGEN DA12002\SEP 1102\CON SENT1Vehicleslll-Memo.doc 16 CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY Condensed Title: Request to award contracts to the lowest and best bidders as follows: 1) U.S. Imaging Solutions, for the delivery, integration, maintenance and servicing of one high volume production system and one production color copier for Central Services; and 2) Toshiba Business Solutions of Florida, for the delivery integration, maintenance and servicin of 65 city-wide di ital copiers, pursuant to Bid No 43-01/02 Issue: Whether to award contracts pursuant to Bid No. 43-01/002. Item Summa /Recommendation: Technological changes in the copier industry include a shift from analog to digital copiers. The City's current contract is for analog copiers and it expires on September 30, 2002, with no options for renewal. Invitation to Bid 43-01/02 was issued to acquire a new 48-month lease agreement for 65 digital copiers and one high production system for Central Services. Digital copiers will provide City Departments with the capability to print directly from their personal computers, to scan documents, to send/receive faxes; and will be equipped with a user code "auditron" feature that will print reports on usage. The high production system will provide Central Services with a faster and more efficient copier that will include but is not limited to the following features: 1)110 pages per minute (ppm) with 65 ppm scanner; 2) open architecture non proprietary software; 3) 8000 sheet paper module; 4) Manual Tape Binder; and 5) Dedicated Technician. THE AWARDS. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Approved Funds: 1 $275,076.00 Equipment Rental accounts (estimated FY 03 Budget annual 2 3 4 Finance Dept. Total y City Clerk's Office Legislative Tracking: ~ Gus Lopez Si n-Offs: Depa nt Director Assistant City Manager City Manager kfJ. ~'~ T:\.4GEN \2002\SEP1102\CONSENT\COPIER-Sum .dac AGENDA ITEM C DATE 9 ~~ d ~ 17 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci. m iami-beach. fl. us COMMISSION MEMORANDUM To: Mayor David Dermer and Date: September 11, 2002 Members of the City Commission From: Jorge M. Gonzalef~~`//~ City Manager ~a// Subject: REQUEST FOR APPROVAL TO AWARD ONTRACTS TO THE LOWEST AND BEST BIDDERS AS FOLLOWS: 1) U.S. IMAGING SOLUTIONS, FOR THE DELIVERY, INTEGRATION, MAINTENANCE AND SERVICING OF ONE HIGH VOLUME PRODUCTION SYSTEM AND ONE PRODUCTION COLOR COPIER FOR CENTRAL SERVICES; AND 2) TOSHIBA BUSINESS SOLUTIONS OF FLORIDA, FOR THE DELIVERY, INTEGRATION, MAINTENANCE AND SERVICING OF 65 CITY-WIDE DIGITAL COPIERS, PURSUANT TO BID NO.43-01/02. ADMINISTRATION RECOMMENDATION Approve the awards. FUNDING $275,076.00 (estimated annual). Funds are available from the Equipment Rental accounts allocated to City Departments and/or Divisions, subject to Office of Management and Budget review. ANALYSIS On June 23, 1999, the City Commission approved a statement of work ("agreement") with Xerox Corporation pursuant to the terms and conditions of State of Florida Term Contract #973-559B-98. The term of the agreement is 40 months commencing on June 1, 1999 and ending on September 30, 2002, y 18 Citywide Copier ITB 43-01/02 Page 2 of 4 Invitation to Bid No. 43-01/02 was issued on July 2, 2002, with an opening date of July 24, 2002. A pre-bid conference was held on July 11, 2002. DemandStar by Onvia issued two hundred fourteen (214) bid notices to prospective bidders, and an additional 7 supplemental notices sent by Procurement, resulting in the receipt of the following: 1. Five responsible and responsive bids; 2. Two "No Bid" notifications from Xerox, and MOS Systems; and 3. Two late bids from Barlop and Canon Business Solutions. The Bid informed all bidders that the City was seeking to contract with a qualified, responsible vendor(s) for the award of the City's Copier Contract to include but not limited to the delivery, integration, installation, service and maintenance including toners of all NEW equipment, which include but are not limited to the following: 1. 65 walk-up, integrated digital copiers to City-wide locations; and 2. One high volume, networked production system and one color digital copier for the Central Services Department. 3. All digital copiers will be equipped with user code "auditron"feature that will print reports on usage and identify users. 4. Unlimited training for employees. Through addendum No. 1, Bidders were requested to provide pricing for Central Services and/or City-wide with same criteria for each segment. Y 19 Citywide Copier ITB 43-01/02 Page 3 of 4 The following charts reflect the comparison of the current Xerox pricing and bid results: CURRENT XEROX COST Segment Yearly Cost OVERAGE CHARGES Monthly Volume Allowance Citywide $290,468.28 .0416¢ (Includes High Production S stem 805 000 Central Services $130,345.56 .1112¢ Color Co ier , PROPOSED 65 CITY-WIDE DIGITAL COPIERS Vendor Yearly Cost OVERAGE CHARGES Monthly Volume Allowance Toshiba $168,732.00 .01¢ (28 ppm), 430,000 .0075¢ 55 m Lanier $195,107.40 .0115¢ (22 ppm), 430,000 .0097¢ (35 ppm), .0069¢ 55 m US Imaging $198,936.00 .009¢ (22 ppm, 30ppm, 430,000 55 m Ikon $203,795.16 .009¢ (22 ppm, 28ppm, 430,000 _ . 55 m TPM $228,238.68 .01¢ (25 ppm, 35ppm, 430,000 55 m PROPOSED HIGH VOLUME PRODUCTION SYSTEM IN CENTRAL SERVICES Vendor Yearly Cost OVERAGE CHARGES Monthly Volume Allowance US Imaging $106,344.00 .007¢ High Production 400,000 .130 Color 20,000 Ikon $109,777.08 .004¢ High Production 400,000 .115¢ Color 20,000 CITY-WIDE WALK-UP COPIERS Toshiba Business Solutions, Florida submitted the best and lowest bid for the 65 City-wide walk-up copiers at a monthly base charge of $14,061.00. All digital copiers will be integrated and will also print from personal computers, and will have the capability to scan documents, and send/receive faxes. The 55 pages per minute (PPM) copier does not have faxing capability. The new charges were calculated by analyzing six-month average usage for each department. Additionally, the number of copiers listed for each department was captured from the current billing structure. A final analysis of each departments 20 Citywide Copier ITB 43-01/02 Page 4 of 4 requirements will be necessary. City-wide digital copiers will generate a yearly cost savings of $121,736.00 or 42%, when compared with the existing Xerox analog copiers. HIGH VOLUME PRODUCTION SYSTEM FOR CENTRAL SERVICES The High Volume, Networked Production System is of new technology, faster and more efficient than the current Production System in Central Services, and includes but is not limited to the following features: • 110 pages per minute with 65 ppm scanner; • Open architecture non proprietary software; • 8000 sheet paper module (6 drawers) plus interposer 3 drawers; • Manual Tape Binder; and • Dedicated Technician. Central Services' high production copier & color copier will have yearly cost savings of $24,012.36 or 18%, when compared to the current Xerox high volume production and color copier cost. SITE VISIT On Friday, August 30, 2002, a site visit to Miami Dade County by City employees from Procurement and Central Services as well as representatives from US Imaging and IBM met for the purpose of testing the proposed IBM InfoPrint 2000 High Production System. Said meeting was duly advertised to meet the Cone of Silence requirements. The demonstration went well and to the satisfaction of the City's Central Services department for the printing of the agenda and other major printing requests. Upon award of the contracts, the successful bidders will deliver the copiers within two weeks and networked operational within one month. The existing "statement of work" with Xerox will end on September 30, 2002. CONCLUSION y Based on this analysis, the City recommends that the contract be awarded to the lowest and best bidders: US Imaging Solutions and Toshiba Business Solutions, Florida. T:\AGENDA\2002\SEP1102\CONSEN"IICOPIER MEMO..doc 21