Loading...
HomeMy WebLinkAboutR-98-0508J-98-561 5/15/98 RESOLUTION NO. 9 8 - :l 0 8 A RESOLUTION ACCEPTING THE BID OF LASON SYSTEMS, INC., FOR THE PROVISION OF MICROFILMING SERVICES FOR THE DEPARTMENT OF POLICE, ON A CONTRACT BASIS FOR TWO (2) YEARS, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL ANNUAL AMOUNT NOT TO EXCEED $15,000.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.290201.6.270. WHEREAS, pursuant to public notice, sealed bids were received March 30, 1998, for the provision of microfilming services for the Department of Police, on a contract basis for two years with the option to extend for two additional one-year periods; and WHEREAS, invitations for Bid No. 97-98-065 were mailed to twenty-six (26) potential bidders and five responses were received; and WHEREAS, to comply with Florida State Statutes which mandates the preservation and maintenance of public records and the standards set by the Commission on Accreditation for Law Enforcement Agencies, the Police Department is required to keep various records for specified lengths of time; and WHEREAS, there is no adequate space to accommodate the storage of the high volume of data, and the need for microfilming these records is essential; and WHEREAS, funding is available from the Department of Police FY '97-98 Budget, Account Code No. 001000.290201.6.270; and WHEREAS, the City Manager and the Chief of Police recommend that the bid received from Lason Systems, Inc., be accepted as the lowest most 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. <= COIT111111=0H MEETMG OF MAY 2 6 1998 H0. Section 2. The bid submitted on March 30, 1998, by Lason Systems, Inc., for the provision of microfilming services for the Department of Police, on a contract basis for two (2) years, with the option to extend for two (2) additional one (1) year periods, at a total annual amount not to exceed $15,000.00, is hereby accepted, with funds therefor hereby allocated from Account Code No.001000.290201.6.270. Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 26th day of May , 1998. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said IEatli.l;c.r; becomes effective with the elapse of ten (10) days from the date of Coma.j;ssic c.vic ATTEST: regarding tee, without the Mayor exer ' i a veto. i alter . eman, City Clerk WALTER J. FOEMAN, CITY CLERK PREPARED AND APPROVED BY: APPROVFW, S TO';FO AND 1 C0135E&N RAFAL 0. DIAZ, ALEJ D ILARELLO ASSISTANT CITY ATTO EY Cl AT ORNEY W2580:CSK 2 98- 5U8 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: Jose Garcia -Pedrosa City Manager RECOMMENDATION CA=16 DATE: May 26, 1998 SUBJECT: Proposed Resolution REFERENCES: Microfilming Services ENCLOSURES: Bid No. 97-98-065 FILE : It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Lason, a Dade County/Non-Minority vendor, located at 6954 N.W. 12 Street, Miami, Florida, for the furnishing of Microfilming Services for the Miami Police Department, for two (2) years with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount of $25,000.00. Funding is available from the Department of Police FY'97-98 Budget, Account Code No. 001000.290201.6.270. BACKGROUND The Police Department has analyzed the bids received pursuant to Bid No. 97-98-065. Twenty- four (24) invitations for bid were mailed and five (5) responses were received. Lason submitted the lowest most responsive and responsible bid and is, therefore, recommended for award. In order to comply with Plorida State Statutes which mandate the preservation and maintenance of public records and the standards set by the Commission on Accreditation for Law Enforcement Agencies, the Police Department is required to keep various records for specified lengths of time (some extending to ten years). There is no space to accommodate the storage of such high volumes of data; thus, the Police Department's ability to have records microfilmed is essential. JGP:DHW:Imr c: Donald H. Warshaw Chief of Police 98- 508 SENT BY: C I TY OF M I :AM l ; 5-19-98 ; 8 :16AM ; PROCLIRIl NT MGMT. -y 1 303 250 5441;# 1' 4 (I. BID NUMBER s? - 9e - 065 COMAODTTY / SERVICE: Microfilming Services DEPARTMEW/CONTRACT PERSON: Police - I,euraes Rodr' ez DIRECTIONS TO COIHPLE _ BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The lop poraoa of the mvem tfk of ft Bid Awnd Rouwun►wdption Farm has been complatad by the Depa-kncut of Pp vbuing. The user dcps ftm (s) is re4uL-ad to romplett all mmaieiag sections of this form, including tie f a"S smme(s), codract vahm (if spplic"). and all other mgnired WMvviis miarta f WW= ding 10 Ptlmbukw. yrdbiu 10 dtYa. FAX this complmd fam along wah apptovW abd sigpod Bid l akdauoo Form and the nmlidon mmaa to Pam, ATTN: DidCoatract Sectiou, at 416-1925. Them fww will be uhliod by the Dent of Pwchmmg to prepm dw Rcenhtdon for x*mkdan to the Agenda Office for Commission appeovttl. . Should the dqpsiftau not Concur with the t+rxomntsadstioa for swam, FAX separate }usdfiCetioa memo to Pbrdba ft Mmoft*• EmmV T PtocugazerAt am OXMPL IN ADVMN TO THE ABOVE DOCUML' M, PLEASE BMUW A COWIMI D "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SC:RMN. "ACCOUNT SU1rIIVlARY" FOR SAID COMMODTTYlSERVICE EN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THB RMICONf RACT BEFORE THE OVERSIGHT BOARD. Con= Fumla Burns of the W&Coaftud Section at 416-100SumAk"9 tcabould you have any gaesdam. APPROVAL TO FORWARD TO DEPARTIIENT/OFFICE : Gam. ' suer S. Carter � of Pumhasint DATE: '� w, — i� bYDRiC01t.000 s/�/!7 P.N= 1 QT 2 9 8- 508 SENT BY:CITY OF MIAMI 5-11-98 ; 1:15PM ; PROCLREMEN''T MGMT.1 305 250 5441;# 2/ 2 510 AWARD RKOMIMIDATION FORM BID NUUNIR: 97-98-065 COMMODITY/SERVICE: Microfilming seryi�rb DEPARTMENT / DIVISION: Miami police Departm nt TERM OF CONTRACT. Two (2) years with option to extend for 2 additonal one (1)yr. periods. NUMBER OF BIDS DISTRIBUTED: 2. NUMBER OF BIDS RECEIVED; 5 METHOD OF AWARD: To the lowest most responsive and responsible bidder. RECOMMENDED VENDOR(%-. STATUS: CONTRACT VALUE: LaaVLt Dade Go. /Non -Minority $25,000.00 (Dgr yr ) TOTAL: W 9 000. 00 THE POLLOWWO TO 0 MOLETED BY UM DWAW=NT: JUSCIFICATION: In order to comply with Flnrida State Statutes which maadatco the preservation and maintenance a•f public trcvrdw and the standards sot by the Commission on Accreditation for Lave Enforcement Agencies, the Police Department is required to keep various records for specified lengbe of time (some extending to ten jear4). There is no space to aceomodate the atgrage of such high volumes of data; Lliva, We Police Depar[ment's ability to have records microfilmed is essential. ACCOUNT CODE(S). 001000. 190aa 1. to, 870 a,;_ DEPAR rMff APPROVAL_ Department rector! Designee et1DM APPROVAL: Ipak M. Parekh d Director #� PURCHASINC APPROVAL: C'SeEa r0 OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 VF 2 98- 508 Dataplex Corporation 5204 N.W. 165 Street Miami, Florida 33014 Dade County / Non -Minority TABULATION OF BIDS MICROFILMING SERVICES BID NO. 97-98-065 Medley Micro, Inc. 175 Fountainbleau Blvd., Ste. 2,15 Miami, Fla. 33172 Dade County /Hipanic Broward Microfilm, Inc. 6601 N.W. 143 Street, Ste. 4 Plantation, Fla. 33313 Non -Local / Female Est. Extended Est. Extended City. Extended Item Description City. Unit Price Amount Q� Unit Price Amount Est. Unit Price Amount 1 Price per image with staples 500,000 $ 0.021 lea $ 10,500.00 500,000 $ 0.0300 lea $ 15,000.00 500,000 $ 0.024 lea $ 12,000.00 2 Price per image without staples 500,000 $ 0.028 lea $ 14,000.00 500,000 $ 0.027 lea $ 13,500.00 500,000 $ 0.015 lea $ 7,500.00 TOTAL ITEMS 1 AND 2 $ 24,500.00 $ 28,500.00 $ 19,500.00 Optional Service Price for additional duplicates $ 4.50 lea $ 4.00 lea $ 7.00 roll Approved `F Judy S. art Chia rocu�ment Officer Date: �/ 00 i 00 Approved by: - 4Diretesignee Date: //-/ ?-9� Prepared by Pamela Burns 416/98 u CJ"C UBC / United Micrographics 8095 N.W. 98th Street Miami, Fla. 33016 Dade County / Non -Minority TABULATION OF BIDS MICROFILMING SERVICES BID NO. 97-98-065 Lason 6964 N.W. 12 Street Miami, Florida 33126 Dade County / Non -Minority QtY. Extended Q . Extended Item Description Est. Unit Price Amount Est. Unit Price Amount 1 Price per image with staples 500,000 $ 0.02724 \ea $ 13,620.00 500,000 $ 0.018 \ea $ 9,000,00 2 Price per image without staples 500,000 $ 0.01724 \ea $ 8,620.00 500,000 $ 0.012 \ea $ 6,000.00 TOTAL ITEMS 1 AND 2 rotary — $ 22,240,00 $ 15,000.00 Optional Service Price for additional duplicates $ 6.50 \ea $ 0.03124 We $ 15,620.00 $ 0.02124 \ea $ 10,620.00 $ 26,240.00 planetary — $ 5.50 \ea Approved jby.�PrJudy a ocuyement Oifi r Date: A Approved by: eTi Director / De ignee Date: 719YWX 99 Prepared by Pamela Burns 4/6/98 2 r ioriva 40 6.1 BID INFORMATION FORM ailing Date: March 9, 19S Bid No.: 97-98-65R Telephone Buyer: Pamela Burns 305-416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be fret for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. CONTRACT FOR ONE (1) YEAR WITH OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS FOR 915-68: MICROFILMING SERVICES We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. ti \p, number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. to number of calendar days required before commencement of work. Delivery will be made within! 1 P` calendar days after receipt of purchase order. " Terms: 20/o-10 days Net 30 days V/ Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Contact Person/Telephone: C' -4 `4-11 —,: k�6. Warranty and/or guarantee: H I P All exceptions to this bid have been documented in the section below. EXCEPTIONS: I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: Telephone: I111 - ci 1 4°i Principal Business Address: 4-7-1 --lSz(o Name: rto�•.r. C:.,�.`s` Mailing Address: Title: o-{ Authorized Signature. 1 0 r ! ! iMraw 6.5 VENDOR BACKGROUND INFORMATION ,r4STRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President Secretary L- _4 -c'r�4_\) CAc-\.L COMPANY OWNERSHIP: Q' LICENSES: Vice President 'ems \\ K YA, C; .. Y, Treasurer of ownership % of ownership % of ownership % of ownership ] . County or Municipal Occupational License No. �j gjQ (attach copy with bid) 2. Occupational License Classification c� 3` 3. Occupational License Expiration Date: �"( O q p 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 3 _ (> 4 8 0Q__3 EXPERIENCE: 6. Number of Years your organization has been in business: 3 Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 1 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 1 "'J CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: MICROFILMING SERVICES POLICE DEPARTMENT AWARDED TO: Lason System, Inc. BID NO.97-98-065 ($259000.00) TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS 1992- Present None PRIOR CONTRACT AWARD: Anacomp, Inc. (94-95-126/00) ($34,361/Mgmt.& Budget) SUMMARY OF CONTRACTS. DOC 98- 508 CITY OF MIAMI OFFICE OF THE CI'. .:LERK BID SECURITY LIST BID ITEM: MICROFILMING SERVICES BID NO.: 97-98-065 1 / DATE BID(S) OPENED: MARCH 30, 1998 TIME 11: 0 0 a . m . BIDDER • TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK DATAPLEX CORPORATION See attached b d MEDLEY MICRO, INC. IfIf BROWARD MICROFILM, INC. it It LASON SYSTEMS, INC. it UBC / UNITED MICROGRAPHIC NO BID .LEAHY INTERNATIONAL DATA FIRST IMAGE JAMESH SERVICES, INC. K received timely cs of the c=hcvc. c� �` ' . e .' to and time. All +^ are hereby rejec44cd as late." received Person receiving bid(s) (City Department) Ienvelopes on behalf of on 3 3 6 -irc (Date) SIGN rFJ 01.1,# of 4 H I a Mt Y OF JUDY S. CARTER � F i3 LOSE GARCIA-PEDROSA Director a ���!� ����� Ce City Manager } z < 0.,F10 S C* Q J ADDENDUM NO. 1 __ w VIA FAX AND REGULAR MAIL t u- >- BID NO.9?-WO65 MARCH 24, 1998 MICROFILMING SERVICES Please be advised that the Specifications, Section 4.3 (d) Document Microfilming Requirements, has been changed and should be replaced.. The new (d) should read the following: Document shall be planetary or rotary microfilmed and a unique sequential number shall be assigned to each frame. THE DUE DATE AND TIME FOR BID DATE AND TIldE IS MONDAY, 9 HAS BEEN CHANGED. THE NEW 1:00 A.M.. ALL OTHER TERMS AND CONDITIONS FOR THIS BID REMAIN THE SAME. SINCE LY, DY S. CARTER 4� HIEF P OCUREMENT OFFICER THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS (AS PROOF OF RECEIPT) AND SUBMITTED WITH BID RESPONSE. SIGNATURE: DATE: NAME OF FIRM: DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 E-Mail Address: purchase®ci.miami.fl.us/ Website Address: httpJ/ci.miami.fl.ux/ Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Fl. 33133 for the following: B : Furnishing microfilming services for the Department of Police OPENING DATE: 11:00 A.M. MA1; QH25, 1998 BID NO. 97-98-069 Furnishing dog food for the Canine Detail of the Department of Police OPENING DATE: 10:00 A.M. MARCH 25, 1998 Detailed specifications for these bids are available upon request at the City of Miami, Purchasing Department, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904. Jose Garcia -Pedrosa City Manager AD NO. 4461 & 4462 CITY OF MIAMI LOGO CITY OF MIAMI -i - 3 M `..� C) °c City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the advert* m nt with this r n. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: (l Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment J Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. uw i niau i ivn: nmne - u.a.A.; Lanary - veparimeni