HomeMy WebLinkAboutR-95-0106J-95-104 9 CJ - 106
1/27/95 RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF PITMAN
PHOTO, INC. FOR THE FURNISHING OF
PHOTOGRAPHIC SUPPLIES TO THE DEPARTMENT OF
POLICE, ON A CONTRACT BASIS FOR ONE (1) YEAR
WITH THE OPTION TO EXTEND FOR TWO (2)
ADDITIONAL ONE (1) YEAR PERIODS AT A TOTAL
PROPOSED ANNUAL AMOUNT OF $101,874.00;
ALLOCATING FUNDS THEREFOR FROM THE POLICE
DEPARTMENT GENERAL OPERATING BUDGET, ACCOUNT
CODE NO. 290201-722; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR THIS
SERVICE, AND THEREAFTER TO EXTEND THIS
CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR
PERIODS, AT THE SAME PRICE, TERMS, AND
CONDITIONS, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received November 2, 1994 for the furnishing of photographic
supplies for the Police Department's I.D. Unit, on a contract
basis for a one (1) year period with the option to extend for two
(2) additional one (1) year periods; and
WHEREAS, invitations for Bid No. 94-95-003 were mailed to
five (5) potential bidders and three (3) bids were received; and
WHEREAS, funds for this purchase are available from the
Police Department's General Operating Budget Account Code No.
290201-722; and
WHEREAS, this service is needed to provide the Police
Department with photo
victims, offenders, etc.
supplies to photograph crime scenes,
aC
CITY COMMISSION
MEETUTC OF
F E R 0 S 1995
Resolution No.
95- 106
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Pitman Photo Inc, be accepted as the
lowest responsive and responsible 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 November 2, 1994 bid of Pitman Photo Inc.
for the furnishing of photographic supplies to the Miami Police
Department on a contract basis for one (1) year with the option
to extend for two (2) additional one (1) year periods at a total
proposed annual amount of $101,874.00 is hereby accepted, with
funds therefor hereby allocated from the Miami Police Department
General Operating Budget, Account Code No. 290201-722.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service, and thereafter to extend said contract for one
(1) year with the option to extend for two (2) additional one (1)
year periods at the same price, terms and conditions, subject to
the availability of funds.
95- 106
-2-
Seotion 4. This Resolution shall beoome effeotive
immediately upon its adoption.
PASSED AND ADOPTED this 9th day of February 1995.
S7tPHEN P. CLARK, MAYOR
ATTES
r
MAT Y HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RA AEL 0. DIAZ
DEPUTY CITY ATTO Y
APPROVED AS TO FORM AND CORRECTNESS:
At Q N d N S, III
CITY ATTOP8Y
M4909:osk:ROD
95- 106
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
Cesar ' o
FROM: City ger
RECOMMENDATION:
DATE :
SUBJECT
REFERENCES:
ENCLOSURES:
JAN 31 1995 FILE :
Bid Approval, Bid No. 94-95-
003, Photographic Supplies
It is respectfully -recommended" that the award of Bid No. 94-95-
003 and a Resolution accepting said bid be granted to Pitman
Photo Inc., a minority, Dade County vendor, located at 8650 S.W.
132nd Street, Miami, Florida, 33156, in the amount of $101,874,
for furnishing photograph`(, supplies to the Police Department's
Identification Unit. TI-,� funding source will be the Pol'~�
Department General Operating Budget, Index Code 290201-722.
BACKGROUND:
The Police De>iartment's Identification Unit will use these
supplies to photograph crime scenes, victims, offendevs and any
othertmeeded evidence.
Price Point Supply was the lowest bidder. Price Point supply,
however, bid only on photographic film and batteries. Pitman
Photo' s bid on these items is only . 06% higher than Pri. Po ]-nt
Supply. This small. difference does not justify splitting 4he I; -id
because Price Point Supply is based in California and their
delivery schedule does not meet the needs of the Police
Department. Pitman Photo Inc., however, meets all of the
requirements specified by the Police Department.
On October 14, 1994, invitations for sealed bids were sent to
prospective vendors. Bids were opened on November 2, 1994, with
three (3) responsive vendors.
It is, therefore, recommended that the award of the bid be made
to Pitman Photo Inc., in the amount of $101,874. The Department's
specifications have been met, and the funding source will be the
Police Department General Operating Budget, Index Code 290201-
722.
95- 106
M
The Honorable Mayor and Members
of the City Commission
Page 2
Amount of Bid
$101,874
Cost Estimate/Budgeted Amount:
$101,874
Source of Funds:
Police Department
General Operating Budget
Index Code 290201-722
Minority Representation:
Female
Public Hearings/Notices
N/A
Assessable Project:
N/A
oa`
Bid No.
94-95-003
% of Cost Estimate:
1.00%
95- 106
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM jf'u,i,L. P,
�11t,;
2 4 F,
TO : Judy S . Carter DATE : U r t, �119 GEC 3 GFILE
Chief Procurement Officer
Dona d H. Warshaw
FROM : Chief of Police
SUBJECT: Bid Approval, Bid No. 94-95-
003, Photographic Supplies
REFERENCES:
ENCLOSURES:
This department has verified that funds are available with the
Department of Budget to cover the cost of furnishing the Police
Department with photographic supplies for the Identification Unit
at a cost of $101,874. Funding is to be from the Police
Department General Operating Budget, Index Code 290201-722.
Y REVIEW & APPROVED BY:
I
M nohar Surana, Director
Department of Budget
REVIEWED AS TO ACCOUNTING AND
TREASURY REQUIREMENTS BY:
Carlos E. Garcia, Director
Finance Department
ADDITIONAL APPROVALS
(IF REQUIRED)
Eduardo Rodriguez, CIP Manager
City Manager's Office
(This form properly signed is part of the
recommendation package to be placed on the
attached to the resolution cover memorandum.)
bid evaluation and
agenda and must be
95- 106
-rA9Uf-ATION OF 910S FOR r
nunTnr. AQHTr Qllaal tCQ Cno TUV WMAOTPAC6)T AC ant frC vTn Nnti_nC AAA
F�F��fl�i��
:. 1 �'�f��r�f�ai►3:�?ial.iT:i
�
I�If.1�lA��
GII:1�+1!!��
�[fl•'1:1i[�ial��.`iM:!
IiI1l�uii�ffl;iM��
fti�5ri��+)"lily►1♦
1�(11t`Oy11►Nl;lif�`�
Ir
1
TOTAL ALL■i■r��[�rsitl
i���■ar�wil
�
Cif
1 . 'IRRIEGULARITIES L NC.
A —"a P.wr-.1. Mlosmy .
i _ ly Alrid«is as to Cspts.l ► Svwlw& 60 e.ebng Csugsnf
d C _ co"6 ssi EmsMubma
P _ rsmpsd UnsiMrdw tneio/gly S.".'d.r Me corp—mrs Ss.)
3—IJttenr lamm Inc Nrrt F J J l gd flat
F- FAILED TO BID ON ALL ITEMS
G.rovd SW
IT IS RECOMMEfiDED THAT PITMAN PHOTO I r
8650 SW 132 ST., MIAMI, FL BE AWARDED
THI E AM031 OF $101,874.00
OLL i nnwUs.nna s t w
LEGEND - F)
e I D 94-95-003
JOp MO.
SENT BY : BUDGET UNIT 5 ; L I rm ; L m ur Sri i mi i ruL A.L" i nv%�ulu_a,, . I I .t.ua„ ► . , r
BID MVXX TiQd BID 94-95-003
MMIV1) 2 KN. 194 - 11c00 im PHIL'S
BIMER- PI'IM BIDDER- MICE Mr. 8Ax)M-GyV[1[tA
DIMPTIW
i4JJ1 OR KMM mw FILM
QLM7Y
WIT PRUCE
CC M PIIM 24 IXP ABA M
50
4.01
CxIM FLIM 24 E P ABA 100
1500
2.87
CA M FILM 24 EKB ASA 400
Moo
3.61
CUM PIIM 24 E KP AM 1600
60
4.75
B A W FILM 24 OW ABA 400
60
2.56
SLIDE FLIM 24 MP MA 100
40
4.36
SLNB FLIM 24 IV MA MO
20
5.49
SLIDE FLIM 24 EKB ASA 400
20
6.14
SLIDE FILM 36 FXP ABA 1W
20
5.97
SLIDE FILM 36 EG' ASA, 200
20
7.64
SLIDE FILM 36 EP ASA 400
20
8.36
VPS 404
28
41.61
SD 279 36 EKP
20
5.78
* PCLAUCD WPH FILM
PCl4ARfJID PIq 100
60
19.57
!'CLAIIDID 069
400
19.57
PCMID 668
4D0
0
FCLARDID 600
1800 ,
19.88
MAZE) SX-7Mr'
30
19.88
POL AM SP1Y IM
800
19.88
1'(1,A 10 PCLARaim
24
0.9
PCK.VOID KLAC4WH
6
9.55
PQ, WID PQ.Ai M
8
9.13
* RAPIA AOC1.S5 PAPER iIIBIUi[S'Iu
CAT 841-5580 RA DEVEl PIit RFL
20
71.6
CAT 835-6131 PfUME $LME FIX
20
124
CAT 164-LD69 STABILIZM
2D
153.44
CAT 102-6681 DEVELMFA SrM{fPR.
6
8.42
* RAPID At3 M 0-41 =49M
QkT 812-1857 DEV. RPL.
20
93.96
CAT 825-550 mxH. "L.
20
125.52
Cff 821-8950 FXM & RPL.
20
37,02
CC 809-0532 STAB. RPL.
8
64.2
KM K RM10 MM. SPAK M
6*
7.62
KDM FLIX ILEKH III SPARm
6
9.48
* RAPID AOMS ROIL PAPER
CI1 810-9886 Ak SUPRA 3-1/ZK575
50
71t2l
Cyr 808-'6142 RA SMA 8.X 575
30
157.52
BATtM M
3500
0.57
BFII'M D
600
0.86
HAW MW C
6W
0.86
9+,T1'Eia' 9 VCLT
a00
2.17
[IA! MW Cum
120
7.9
WTI= F17C 76
24
1.72
BkTI'IIiS.' AAA
1200
0.57
*J.A P9 AND $I+SS
PMJ. IMP [M 250W.
6
12.6
LASER Lff MT
6
72,98
W
IMT PRICE
EXT WIT PRICE
wr
200.5
3.85
192.5
4.14
207
4205
2.6
3900
3.34
solo
0025
3.4
SSW
4.27
10675
380
5.09
40T.2
5.47
437.E
153.6
2.35
ul
2.65
X59
174.4
4.25
170
4.89
195.6
109.8
5.35
1A7
6.89
117.8
12`a.8
6.25
is
0.99
139.8
.110.4
4.4
88
6.87
137.4
152.8
7.35
147
8.25
165
167.2
8.6
170
9.57
191.4
1170.68
47.99
1343.72
46.39
1298.92
115.6
0
0
6.24
124.8
0
0
0
1174.2
18.64
1118.4
19.39
1163.4
7828
19.76
7500
19.39
7756
0
0
0
19.39
7756
35784
19.15
34470
20.4
367M
598.4
20.26
610.5
10.68
320.4
U928
19.15
11400
2D.4
=40
237.6
10.75
me
10.3
247.2
57.3
10.5
63
9.95
59.7
64.76
10.25
61.0
14.65
87.9
0
0
0
1432
0
0
69
1380
2480
0
0
60
12D0
3068.8
0
148
2900
50.52
0
0
8.15
48.0
0
0
0
1979.2
0
0
91
1820
2510.4
0
0
121
2420
740.4
0
-0'
35.7
714
S 13.6
0
0
62.4
499.2
45.72
0
0
8.19
49.14
56.86
0
0
10.10
61.14
0
0
0
3560.5
0
0
72.85
3642.5
472,.E
0
0
162.8ra
4985.6
0
0
0
2052
0.36
1296
0.52
1872
516
0.85
510
0.66
511;
516
0.77
462
0.88
516
1302
1.48
P88
1.94
1104
948
4.49
638.6
6.94
832.8
41.28
1.85
44.4
1.54
36.96
684
0.35
42D
0.56
672
0
0
0
75.6
0
0
11.97
71.82
437.88
0
0
67.97
407.82
PAGE 1
OF Z
95--106
SENT BY : BUDGET UNIT 2 irm i u i i i Vr m l t►m i t VL i L L- 1 JI .. Wu -LULU I i JAU'll .. f 17
MEFa 5f gpOU" SM PW"
6
50.95
3M.7
0
0
58.97
341.82
WA E,[.ii9
36
2.08
74.88
0
0
2.49
89.64
• ausc
1
0
0
0
M3MK MA03M RA OtiTII..',M PS
2
45.09
90.18
0
0
44.97
80.04
Film 78AIi'ORP Q.FM P FILM
16
33.31
532.96
0
0
30
670
IW/PAPER HITKM VIDm HIM
0
0
0
0
0
0
0
MMLESVIM BM 35 X SW
4
49.95
199.8
0
0
0
0
FIIM QLMOR 4 (Z.
12
5.04
71.28
0
0
8.27
75.24
LENS Q.F&abG 7I9M
25
0.91
22.75
0
0
1.05
28.25
uJsT On IMPdLLS
25
4.5
112.5
0
0
7.19
U7.25
LR48 CIZM)F8 FLUID 16 (Z.
10
2.77
27.7
0
0
6A.7
59.7
CwHi G1J4f1:9
25
1.8
45
0
0
1.74
43.5
ANIT-SIW Q.OM
2
4.67
8.34
0
0
1.47
2.94
'IMN QiM
4
8.95
35.8
0
0
3.8A
15.56
zxn A= Tus
4
10
40
0
0
0
0
FILTER-MY(55AM)
10
5.6
•56
0
0
3.7
37
FILTWHM&NZ55kM)
10
8
60
0
0
5.75
57.6
FILTER -SITE (55N&!)
10
9.9
99
0
0
' i
57.6
KNCLA W RAM MMEL 52001
4
289.95
1159.8
0
0
31, ,
1298.76
.q
$101874 0022 $111361
PAGE 2 OF 2
95- 106
V
AWARD OF BID
Bid No. 94-95-003
Photographic Supplies.
Police
Contract for one (1) year with the option to
extend for two (2) additional one (1) year
periods.
To provide photo supplies to the Police
Departme-:t's I.D. Unit.
5
3
Police Department's General Operat-4-j Budget
Account Code No. 290201-722.
SEE ATTACHED
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Bid
Invitations
Mailed
Bid
Responses
5
3
10
0
1
0
9
0
5
0
1
0
5
0
2
1
0
0
1
1
3
0
0
0
3
0
15
2
1
0
Within City limits .................
Registered with City ...............
Black (B) Vendors....... ...........
Located within City limits.........
Registered with City.......... ...
Female (F) Vendors ....................
Located within City limits.........
Registered with City ...............
Hispanic (H) Vendors.. .............
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits..........
"No Bids " . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
�),
95- -1.06
V5H HUIYI . Ur r ll.tb
�> Reason(s) for NOT awarding to loucil vendors
Local vezedor did not r®opond tn invitation to bid.
Reason(s) for No Bids are as follows.
Better Business Forms -"out of scope".
Mardel Photo Supply- delivery c:oristrlainto .
IT IS RECOMMENDED THAT AWARD BE MARS TO PXTNM
PHOTO.,I= A FEMALe, DAD8D_k*PML COST —OF L COU NDOR A TOTAL
PRUPU
}e FrOC a en fficex
Da e
95- 106
ZD Y'TL�► PHOTOGRAPHIC SUPPLIES FOR THE DEPARTMENT OF,POLICE
AID t;d.. 94-93 _
�.�.ea�eo 5-00�e•�,e w.�...e-�•e
30A_I 3ZD(3) 021WID1 NOVEMBER 2,� 1994---11:00 a.m=
r.
IOTA �ID_10�'DSerZ
uDD..xit Up L11om f�SEIYIt:i_CgECIC�
PH.ILS CAMERA SERVICE
See attached b
d
e
PRICE POINT SUPPLY
'PITMAIJ PHOTO INC.
We received on
y one copy of the bid
w is was sent
to rocuremen
11
C M A ORNER
e�
NO BID:
BETTER BUSINESS FORM
MARDEL PHOTO SUPPLY
. received time; as of tho abov
oxnenin e date a
to this _ Icitat
d time. All
n, if any,
other offers submitted in respo;,;
clad- aes'+se►e,i
s+e rese -----
0
e��+e`er.. e•ee r�e��e•�e•�
eee rerr�e w�►e�e+•e��
ee e���eeeye��.��eeee����e�
eye�i��e���i�ee�
e�Y �e e����eo�re e���
0•e eeee Oee��e��
ee e�e�eeew a►ems
eeeo wee W.�
Mr��oM�e�e�
Mee��M��OI ��
•�Me����ee�e
��A�M eAOM��0e0 •
ee�o,.�e e.�.s��e er•s�ee•�s
or+ee e+.ewe+�ea.eee
���se`-//�/f7Vr���IYs�..e
r M�eMM�erM�
e l��Y iMrM
�.eeAir� � e ..M�sw
e�er�I.ei�.�1��
��Mee��e�Me
e+�e+��.re �s+ee
�e.e�es- �� �le Awe
�e���e McMM�ee
e � �M� �o �� � M e �� Y•�M
��0�•�.er���M�7Mi�r
� M►w� �� e�M�
o.w�eore�o�oe ��
..���ev.e...��•
i�el..�e�e�lre ���
-- ----- w
���M e�����.�e l��f e��e
I
-------eel-------r-e.�
•
rr------------
!� (ko 'ex fa
(r�rzoa z�ci'i�'Se= bics�
GSA/Solid waste _Procurerr,ent Division ---------------
(_%) envelopes on bobs -it Ot
Di uty-al y�cleri)r��—
LEGAL ADVERTISEMENT
' 1 1
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 11:00 a.m. November 2, 1994 for
furnishing photographic supplies for the Department of Police.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
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
N.W. 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 tax return and any other documents to verify the location of
the firm's primary office.
All vendors whose primary office is 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.
The City Manager may reject all bids and readvertise.
(Ad No. 1371)
Cesar H. Odio
City Manager
RECEIVED
'94 NOV -2 All :00
MAI *1Y HIRAI
CITY CLERK
CITY OF MIAMI, FLA.
City of Miami 1.371
`c REOUISITION FOR ADVERTISEMENT This number must
�,Q�° appear In the
�' "�' advertisement.
INSTRUCTIONS: Please tyne and attach f the advertisement
1. Department:
GSA PROCUREM ENT FOR
2. Division:
POLICE
3. Account Code number:
290201-281
4. is this a confirmation:
❑ .Yes NO
5. Prepared by:
JENNIFFER MILLER
6. Size of advertisement;
LEGAL
7. Starting date:
OCTOBER 14, 1994
8. Telephone number:
575_5174
9. Number of Mimes this advertisement is to be
published: 1
10. Ty a of advertisement:
Legal ❑ Classified ❑ Display
11. Remarks:
BID. NO. 94-95e-003
12.
Publication
Date(s) of
Advertisement
Invoice Na
Amount
MIAMI REVIEW.
.i.;
MIAMI TIMES
DIARIO LAS AbIERIC 6
13.
Approved
❑ Disapproved
De m Dkector/Designee Date
Approved for Payment Date
`i C JGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department