Loading...
HomeMy WebLinkAboutResolution 2026-34158RESOLUTION NO. 2026-34158 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PURSUANT TO REQUEST FOR PROPOSALS NO. 2025.289- DF, FOR MANAGED PRINT SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CANON U.S.A., INC., AS THE TOP -RANKED PROPOSER FOR OPTION A; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CANON U.S.A., INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TOSHIBA AMERICA BUSINESS SOLUTIONS, INC., AS THE SECOND -RANKED PROPOSER FOR OPTION A; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on June 25, 2025, the Mayor and City Commission authorized the issuance of Request for Proposals 2025-289-DF (the "RFP") for managed print services; and WHEREAS, the RFP was released on June 27. 2025; and WHEREAS, a voluntary pre -proposal meeting was held on July 9, 2025; and WHEREAS, the City received proposals from the following firms for Option A for the Lease of Equipment and Option B for the Rental of Equipment: Option A: Lease of Equipment • Advanced Business Solutions — FL, LLC • Advanced Document Solutions, Inc. • Canon U.S.A., Inc. • Deronceler LLC • Dex Imaging, LLC • Marco Technologies, LLC • Sharp Electronics Corporation • Toshiba America Business Solutions, Inc. • Xerox Corporation Option B: Rental of Equipment • Advanced Document Solutions, Inc. • Deronceler LLC • Marco Technologies, LLC • Sharp Electronics Corporation • Toshiba America Business Solutions, Inc. • Xerox Corporation; and WHEREAS, the proposals from Deronceler LLC were deemed non -responsive for failure to provide evidence meeting the minimum requirements; and WHEREAS, further, the Option B proposal submitted by Marco Technologies, LLC was not considered for failing to submit a completed Cost Proposal Form for the Rental of Equipment; and WHEREAS, on December 3, 2025, the City Manager appointed an Evaluation Committee via LTC # 508-2025; and WHEREAS, the Evaluation Committee was comprised of Regis Barbou, Assistant City Clerk, Office of the City Clerk, Theresa Buigas, Administrative Services Manager, Procurement Department, Nattaly Cuervo, Sr. Administrative Manager, Finance Department, Isadore Gonzalez, Budget Analyst, Office of Management and Budget, Lindsey Precht, Assistant Director, Environment & Sustainability Department, and Frank Quintana, Chief Information Officer, Information Technology Department; and WHEREAS, the Evaluation Committee convened on January 21, 2026, to consider the proposals received; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance, the Government Sunshine Law, and general information on the scope of services and a copy of each proposal; and WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS, the Evaluation Committee process resulted in the proposers being ranked by the Evaluation Committee as indicated below: Option A: Lease of Equipment 1"ranked — Canon U.S.A., Inc. 2n° ranked — Toshiba America Business Solutions, Inc. V ranked — Xerox Corporation 4' ranked —Advanced Document Solutions, Inc. 5t ranked — Sharp Electronics Corporation 6' ranked — Marco Technologies, LLC 71h ranked — Advanced Business Solutions — FL, LLC 8' ranked — Dex Imaging, LLC Option B: Rental of Equipment 1 st ranked — Toshiba America Business Solutions, Inc. 2nd ranked — Xerox Corporation 3rd ranked — Sharp Electronics Corporation 4th ranked — Advanced Document Solutions, Inc.; and WHEREAS, for Option A, the Evaluation Committee determined that Canon U.S.A., Inc. demonstrated the highest level of qualification and value and was deemed the top -ranked proposer; and WHEREAS, Toshiba America Business Solutions, Inc., the second -ranked proposer, was also deemed by the Evaluation Committee to be qualified in the event that negotiations with Canon U.S.A., Inc. are unsuccessful; and WHEREAS, based on the pricing received, as shown in Attachment A to the City Commission Memorandum accompanying this Resolution, Option B for the rental of equipment would result in higher costs to the City without sufficient justification; and WHEREAS, therefore, the Administration recommends awarding a contract solely for Option A, which provides for the lease of equipment; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission (i) authorize the Administration to enter into negotiations with Canon U.S.A., Inc., as the top- ranked proposer for Option A, (ii) if the Administration is not successful in negotiating an Agreement with Canon U.S.A., Inc., authorize the Administration to enter into negotiations with Toshiba America Business Solutions, Inc. as the second -ranked proposer for Option A, and (iii) authorize the City Manager and City Clerk to execute an Agreement upon conclusion of successful negotiations by the Administration. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pursuant to Request for Proposals No. 2025-289-DF, for Managed Print Services; authorize the Administration to enter into negotiations with Canon U.S.A., Inc., as the top -ranked proposer for Option A; further, if the Administration is not successful in negotiating an agreement with Canon U.S.A., Inc., authorize the Administration to enter into negotiations with Toshiba America Business Solutions, Inc., as the second -ranked proposer for Option A; and further, authorize the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED and ADOPTED this If day of f /28. ATTEST: -- Steven Meiner, Mayor 74 MAR 2 0 2026 - ,rl Bc Rafael E. Granado, City Clerk ' INCORP ORAlE0.y� APPROVED AS TO FORM & LANGUAGE & FO ECUTION 7.�717yZly City Attorney W�r Date Procurement Requests - C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: March 18, 2026 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PURSUANT TO REQUEST FOR PROPOSALS NO.2025-289-DF, FOR MANAGED PRINT SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CANON U.S.A., INC., AS THE TOP -RANKED PROPOSER FOR OPTION A; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CANON U.S.A., INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TOSHIBA AMERICA BUSINESS SOLUTIONS, INC., AS THE SECOND -RANKED PROPOSER FOR OPTION A; AND FURTHER, AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. (INFORMATION TECHNOLOGY) RECOMMENDATION The City Administration ("Administration") recommends that the Mayor and City Commission ("City Commission") approve the Resolution. The solicitation is currently under the cone of silence. BACKGROUNDIHISTORY Managed print services are critical in supporting the City's daily operations by ensuring reliable, secure, and efficient document output across all departments. These services encompass the provision, maintenance, and monitoring of printers, copiers, and multifunction devices, along with the supply of toner and parts, usage tracking, and technical support. By centralizing print management, managed print services help reduce downtime, improve print quality, and enhance security around sensitive documents. As the City continues the use of printed materials for records, communication, and public services, maintaining a well -functioning and modem print environment is essential to ensure a smooth and uninterrupted workflow. As a result, on July 17, 2019, the Mayor and City Commission approved the award of a contract to Canon Solutions America, Inc., pursuant to Invitation to Negotiate (ITN) 2017-015-JC, for the provision of managed print services. The original contract term was five (5) years, with two renewal options: • A one-year extension with the same equipment; or • A five-year "refresh option" that would allow for the replacement of some or all of the existing equipment. 38 of 1677 The City elected not to exercise the refresh option and instead opted for the one-year extension under the original terms. The contract's original expiration was on November 7, 2025 and is currently on a month -to -month term until the replacement contract can be implemented. In order to consider a replacement agreement, the Administration developed Request for Proposals (RFP) 2025-289-DF. The RFP sought proposals from qualified firms to provide Managed Print Services (MPS) to replace the existing print infrastructure with more modern, efficient, and secure multi -functional devices (MFDs). This initiative will improve operational efficiency, reduce environmental impact, and ensure seamless integration with the City's digital workflow platforms, including 0365 and SAML. The proposed solution must be fully hosted, requiring minimal internal infrastructure. The services required pursuant to this RFP may include (but not be limited to): • Providing networked multi -function devices (copiers, scanners) and printers tailored to departmental needs; • Equipping all devices with rules -based software to monitor, manage, and optimize print output while reducing costs; • Enabling electronic document routing and workflows for form creation and approval processes; • Provide exceptional help desk support, technical service, maintenance, loner supply replacement, and other consumables (excluding paper); • Managing all network printers under a consistent and centralized service model; • Conducting a thorough needs assessment to recommend appropriate equipment for each department; • Designing a cost -management strategy aligned with operational requirements; • Proactively identifying potential issues and replenishing supplies to prevent service disruptions; • Assist the City in reducing environmental footprint through functions and features that encourage and support printing less paper, consuming less energy, generating fewer greenhouse gases, and keeping waste out of landfills; • Assign dedicated account representatives as mutually agreed upon by the City and the awarded Bidder; • Provide a leasing program that allows for the deletion of enrolled equipment or the addition of new equipment. The program shall run coterminously with the original executed contract term and any subsequently exercised renewal option. Proposers may submit responses for either leasing (Option A) or rental of equipment (Option B). Firms interested in offering both options must submit separate proposals for each. ANALYSIS On June 25, 2025, the Mayor and City Commission authorized the issuance of RFP 2025-289- DF for managed print services. On June 27, 2025, the RFP was issued. A voluntary pre -proposal conference was held on July 9, 2025, to provide information to proposers submitting a response. Twelve (12) addenda were issued, and 132 prospective bidders accessed the advertised solicitation. RFP responses were due and received on November 24, 2025. The City received a total of fifteen (15) proposals from the following firms, as noted below for Options A and B. Option A: Lease of Equipment Advanced Business Solutions — FL, LLC Advanced Document Solutions, Inc. Canon U.S.A., Inc. Deronceler LLC 39 of 1677 Dex Imaging, LLC Marco Technologies, LLC Sharp Electronics Corporation Toshiba America Business Solutions, Inc. Xerox Corporation Option B: Rental of Equipment Advanced Document Solutions, Inc. Deronceler LLC Marco Technologies, LLC Sharp Electronics Corporation Toshiba America Business Solutions, Inc. Xerox Corporation The proposals from Deronceler LLC were deemed non -responsive for failure to provide evidence meeting the minimum requirements. Further, the Option B proposal submitted by Marco Technologies, LLC was not considered for failing to submit a completed Cost Proposal Form for the Rental of Equipment. On December 3, 2025, the City Manager appointed the Evaluation Committee via LTC # 508- 2025. The Evaluation Committee convened on January 21, 2026, to consider proposals received. The Committee was comprised of Regis Barbou, Assistant City Clerk, Office of the City Clerk, Theresa Buigas, Administrative Services Manager, Procurement Department, Nattaly Cuervo, Sr. Administrative Manager, Finance Department, Isadore Gonzalez, Budget Analyst, Office of Management and Budget, Lindsey Precht, Assistant Director, Environment & Sustainability Department, and Frank Quintana, Chief Information Officer, Information Technology Department. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance, and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the ranking of proposers as indicated below (see Attachment A): Option A: Lease of Equipment 1 st ranked - Canon U.S.A., Inc. 2nd ranked - Toshiba America Business Solutions, Inc. 3rd ranked - Xerox Corporation 4th ranked - Advanced Document Solutions, Inc. 5th ranked - Sharp Electronics Corporation 6th ranked - Marco Technologies, LLC 7th ranked - Advanced Business Solutions - FL, LLC 8th ranked - Dex Imaging, LLC Option B: Rental of Equipment 1st ranked - Toshiba America Business Solutions, Inc. 2nd ranked - Xerox Corporation 3rd ranked - Sharp Electronics Corporation 4th ranked - Advanced Document Solutions, Inc. For Option A, the Committee determined that Canon U.S.A., Inc. ("Canon"), the current service provider, demonstrated the highest level of qualification, offering continuity of service with minimal transition requirements and delivering a comprehensive solution without reliance on subcontractors. The Committee noted Canon's consistent service quality, strong field technician 40 of 1677 support, and responsiveness, as well as its demonstrated flexibility throughout the current contract, including collaboration on integrations with internal City systems. In addition, Canon's proposal maintained the user -familiar uniflow platform and preserved an on -premises solution while allowing for future negotiation of cloud -based options. The Committee further highlighted Canon's operational strengths, including solid service turnaround times, attention to essential operational components such as waste containers, and the ability to tailor invoicing to individual departments. Lastly, Canon's offer of a 10 percent returnable or moveable fleet, without financial penalty, was repeatedly cited as a significant advantage, reflecting both efficiency and adaptability to the City's evolving needs. Canon has maintained a long-standing presence in the United States since establishing its first American operations in the 1950s, growing into a major provider of imaging and business -solutions technologies. In addition to its national footprint, the company has an established operational presence in Florida, including multiple offices throughout the state. This includes locations in key South Florida markets such as Boca Raton and Miami Lakes, reflecting a sustained regional commitment and direct service capability within the South Florida area. Canon is the current City vendor for the services, and the user department has provided satisfactory feedback on their performance. In addition, Canon has provided references for the University of Miami and Miami -Dade County. All references provided positive feedback. Toshiba America Business Solutions, Inc., the second -ranked proposer, was also deemed by the Evaluation Committee to be qualified in the event that negotiations with Canon U.S.A., Inc. are unsuccessful. Toshiba Business Solutions ("Toshiba") operates as a regional arm of Toshiba America Business Solutions, maintaining a well -established footprint throughout Florida, including multiple offices serving the South Florida market. Toshiba maintains locations in Deerfield Beach, Hialeah, Miami Lakes, and Boca Raton, reflecting a strong and direct service presence in the region. These offices support a broad portfolio of managed print, document workflow, and digital business solutions, backed by locally based technicians and customer support teams. Toshiba's South Florida operations form part of a statewide network of nine locations across Florida, enabling the company to provide responsive service, regional coverage, and continuity of support for both public-- and private -sector clients. Toshiba has provided references for Broward County, South Broward Hospital District, and Florida International University. All references provided positive feedback. The Administration recommends awarding a contract solely for Option A, which provides for the lease of equipment. Based on the pricing received, as shown in Attachment A, Option B for equipment rental would result in higher costs to the City. In addition to cost savings, leasing offers predictable monthly payments, long -tens asset availability, and the ability to upgrade equipment at the end of the lease term, ensuring continuity and operational efficiency. Unlike rentals, a lease offers more favorable terms for maintenance and support, reducing administrative burden and minimizing service interruptions. FISCAL IMPACT STATEMENT Canon USA has proposed a total bid price for Option A of $340,477.80 annually. The City reserves the right to negotiate any and all terms and conditions in the best interest of the City. When compared to the current contract's line -item pricing, the proposed cost for new printers represents an average increase of about 34%, consistent with calculated changes across individual items. This increase is largely driven by a 28.1 % rise in the Consumer Price Index for the Miami —Ft. Lauderdale —West Palm Beach area from December 2020 to December 2025, 41 of 1677 combined with enhanced technical specifications required under the RFP and broader market trends in technology hardware costs. However, it is important to note that approximately 64% of the equipment categories currently in use will see pricing reductions averaging 8%, delivering meaningful cost savings in these areas despite the overall market -driven increase. Does this Ordinance require a Business Impact Estimate? Click or tap here !o ewer text. (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https•//www miamibeachfl gov/city-hall/citvclerk/meeting-notices/ FINANCIAL INFORMATION Account FY 2026 Adopted Budget 011-0100-000323-01-400-527-00-00-00- $11,000.00 011-0210-000323-03-400-579-00-00-00 $6,000.00 011-0310-000323-10-400-579-00-00-00- $6,000.00 011-0325-000323-19401-508-00-00-00- $2,640.00 011-0326-000323-19401-508-00-00-00- $3,000.00 011-0332-000323-12-400-582-00-00-00- $2,100.00 011-0340-000323-15400-582-00-00-00- $2,560.00 011-0350-000323-11-400-592-00-00-00- $2,600.00 011-0360-000323-12-400-582-00-00-00- $12,000.00 011-0370-000323-13-400-582-00-00-00- $3,000.00 011-0380-000323-25406-548-00-00-00- $2,000.00 011-0520-000323-24-400-587-00-00-00- $9,000.00 011-0620-000323-17400-582-00-00-00- $5,000.00 011-0810-000323-29400-592-00-00-00- $2.000.00 011-0815-000323-29400-592-00-00-00- $1,000.00 011-0815-000325-29400-592-00-00-00- $4,900.00 011-0820-000323-26400-592-00-00-00 $6,000.00 011-0830-000323-36402-515-00-00-00- $2,600.00 011-0940-000325-29406-545-00-0040- $2,536.00 011-0950-000323-28406-545-00-00-00- $41,000.00 011-0970-000323-28406-545-00-00-00- $3,600.00 011-0975-000323-28406-545-00-00-00- $2,400.00 011-1110-000323-20401-595-00-00-00- $7,200.00 011-1120-000323-20401-595-0040-00- $17,200.00 42 of 1677 011-1130-000323-20-401-595AOA0-00- $10,000.00 011-1140-000323-20-401-595-00-00-00- $21,100.00 011-1150-000323-20-401-595-00-00-00- $5,400.00 011-1230-000323-19-401-598-00-00-00- $6,000.00 011-1240-000323-19401-598-00-00-00- $9,000.00 011-1410-000323-02-400-584-00-00-00 $16,000.00 011-1520-000323-22401-501-00-00-00- $5,182.00 106-9615-000323-30-403-529-00-00-00- $2,600.00 140-6080-000323-25-406-555-00-00-00 $1,500.00 160-0330-000323-33-400-582-00-00-00- $900.00 410-1510-000323-21-413-501-00-00-00- $24,000.00 425-0410-000325-29-413-513-00-00-00- $5,000.00 425-0420-000325-29413-513-00-00-00- $3,300.00 427-0427-000325-29-413-517-00-00-00- $4,000.00 435-0430-000323-29413-511-00-00-00 $3,000.00 463-1990-000323-27413.526-00-00-00- $2,000.00 480-0461-000323-27413-526-00-00-00- $5.000.00 480-0462-000323-27-413-526-00-00-00- $6,000.00 480-0463-000323-27413-526-00-00-00- $2,000.00 480-0465-000323-27-413-526-00-00-00- $6,000.00 510-1780-000323-34-413-592-00-00-00 $5,000.00 520-1720-000323-34-413-592-00-00-00 $5,600.00 540-1790-000323-13413-582-00-00-00- $3,000.00 550-0640-000323-14-013-582-00-00-00- $12,000.00 580-0331-000323-33-413-582-00-00-00- $4,100.00 Total: $325,018.00 This financial information is based on the FY 2026 Adopted Budget. However, once the contract is awarded to the successful bidder(s), the amounts will be adjusted based on final estimates, and a budget amendment will be requested if necessary or applicable. Based on the current estimate of $340,477.80, there is a $15,459.80 variance from the FY 2026 Adopted Budget, which will need to be addressed through available line -item savings or via the aforementioned budget amendment request. CONCLUSION Based on the foregoing, it is recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Canon U.S.A., Inc. as the top -ranked proposer for Option A; further, if the Administration is not successful in negotiating an Agreement with Canon U.S.A., Inc., authorizing the Administration to enter into negotiations with Toshiba America Business Solutions, Inc. as the second -ranked proposer for Option A. The Resolution also authorizes the City Manager and City Clerk to execute an Agreement upon conclusion of successful negotiations by the Administration. Applicable Area 43 of 1677 Citywide Is this a 'Residents Right to Know" item, pursuant to City Code Section 2-177 No Is this item related to a G.O. Bond Project? No Was this Agenda Item initially requested by a lobbyist which as defined in Code Sec. 2-481, includes principal engaged in lobbying? No If so, specify the name of lobbyist(s) and principal(s): Department Procurement Sponsor(s) Co-sponsors) Condensed Title Accept Rec/RFP 2025-289-DF, Managed Print Services. IT/PR Previous Action (For City Clerk Use Only) Deferred on 2/26/2026 — C2 A 44 of 1677 a 0 N J J a � g z— l', � ��� n J w� m _.. —QL� D 6Y�f'. i � 8'8:! 'J __� Q r m i� W f 7je 6 .� � d d i � � m .... �:; 0 i e 3 m d: � � Y _ ,, — _ `e i.Y +:a� E 3 4 {r€ l pp 2 Mew [[ d �r r—, t ' t�t -; ��I f �n ti �� FF4 .. _ w