Loading...
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