Loading...
HomeMy WebLinkAboutR-91-0611{ J-91-706 8/5/91 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF MIDWEST COMMUNICATIONS CORP. FOR FURNISHING VIDEO PRODUCTION EQUIPMENT TO THE FIRE, RESCUE AND INSPECTION SERVICES DEPARTMENT AT A TOTAL PROPOSED COST OF $47,891.50; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 313228, ACCOUNT CODE NO. 289401- 840; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received July 15, 1991 for the furnishing of video production equipment for the Department of Fire, Rescue and Inspection Services; and WHEREAS, invitations were mailed to twenty-eight (28) potential suppliers and one (1) bid was received; and WHEREAS, funds for this purchase are available from the Capital Improvement Program Project No. 313228,Account Code No. 289401-840; and WHEREAS, this equipment will be used by the Department of Fire, Rescue and Inspection Services, who is in the process of completing a video production studio facility where this equipment will be used for the creation of training tapes and to document major fires and other events; and WHEREAS, the City Manager and the Director of the Department of Fire, Rescue and Inspection Services recommend that the bid received from Midwest Communications Corp. be accepted as the only 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. CrrY COMAS MION MEETING OF S E P 11 1991 91- 611 Wwwria 1 ■�,.,....,.. e!e J 1 Section 2. The July 15, 1991 bid of Midwest Communications Corp. for the furnishing of video production equipment for the Fire, Rescue and Inspection Services Department at a total proposed cost of $47,891.50 is hereby accepted with funds therefor hereby allocated from the Capital Improvement Program) Project No. 313228�Account Code No. 289401-840. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order i for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 11th day of September , 1991. XAVIER L.. S AREZ, MAYOR ATTES MATT HIRAI, CITY CLERK PREPARED AND APPROVED BY: RAX/-EL 0. C 4DIAZ CHIEF ASSISTANT CITY A ORNE APPROVED AS TO FORM AND CORRECTNESS: A � i BID SECURITY LIST DID ITEM: VIDEO PRODUCTION EQUIPMENT DID No. s 90-91-116 DATE BIDS) OPENED: JULY 15_ 1991 3:00 P.m. TOTAL SIDSOND Sorb ,, BIDDER BID AHOUNT CASERR_' S_CHECK -- - ------------ - - - - - - - - - - - - - - - 27TH DIMENSION INC. See Attached -------- -------- —I 1-BItIdl:------------------- N.__� MIDWEST COMMUNICATIONS CORP. ---------------- NO BID ------------------------------- ------------------------ AMERICAN ALARMS BROOKES DIST. ---------------------------------------------- TRANSWORLD SERVICES INC. ! 4 ' ----------------L------------- ---------------------- ------------------------- ------- ------------------------ ---------------------------------------------- ----- ---------- ------------ -.� I.1-.t-z ---------------- ---------------- .---------------- ----------------- __i_________ received () envelopes on behalf of (Person seesivn` bids) GSA/Solid Waste -Procurement Division--_—_—oZ/z—_�__------_(City Department) — SIGNED: (Deputy City Clesk) A. LEGAL ADVERTISEMENT T BID NO. 90-91y-116 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than 3:00 p.m. July 15, 1991 for the furnishing of video production equipment for the Department of Fire, Rescue and Inspection Services. 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 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 of Miami Minority/Women Business Office, 1390 N.W. 20th Street, Second Floor, Miami, Florida 33142, Telephone 575-5174. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Miami, Florida 33142, Telephone 575-5174. (Ad No. E ) N Cesar H. Odio City Manager 91-r 611 �"? :�iy'" ^7i . ,.i' � �_ rf,.,�i k 'p j .��yai;s. �• Zia I nnip i REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. DEPTIDIV. Procurgment (for FRIS) 2 8 0101- 2 8 7 ACCOUNT CODE ' DATE 6 / 2 6 / 91 ' j PHONE 5 7 5 - 517 4 APPROVED BY PREPARED BY Mar. itzd Pages ��"``��---------- j i> 1 DIRECTOR ..F ISSUING DEPARTMENT } Publish the attached advertisement one { 1) times. (number of times) I X classified display Type of advertisement: legal P y (Check One) Size: Legal j Starting date July 1, 1991 ' Bid No 90991-116• Sealed bids will be First four words of advertlsemenlj: i i Remarks: Video produc open 7/15/91 i DO NbT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. { LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT'. 0 Miami Review; A-1 i. - B-2 t C-3 I D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER. DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 17 18 25 34 39 42 45 50 51 56 57 62 63 65 `66 ' 71 0 1 2 4 1 V P12101212 8 7 ' 1 2 314 718 V P 12 1314 15 DESCRIPTION 36 64 DISCOUN.T69 72 AM PNT 60 5 2 0101210111 i White — Purchasing i Yellow -Finance yellow copy: Silvia Mendoza, City Pink copy: Marit a, Peorneeirent i i Approved for Payment Pink — Department Clerk's Office Management 91--- 611 i� CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=8 TO The Honorable Mayor DATE AUG 2 31991 FILE and ers of the City Co ion SUBJECT Recommendation for a Resolution and Award of Bid No. 90-91-116 FROM Cesar H. Odio REFERENCES Midwest Communications City Manager Video Production ENCLOSURES. Equipment RECOMMENDATION: It is recommended that an Award of Bid be granted and a Resolution be passed to accept the bid for Video Production Equipment, submitted by the only responsible bidder, Midwest Communications Corporation located at 8875 N.W. 23rd Street, Miami, FL 33172 (Non -Minority, Dade County Vendor). BACKGROUND: The Fire Department is in the process of completing Video Production/Studio Facility. The equipment requested will be used for the creation of training tapes, and to document major fires and other events. This equipment will interface with all of the Fire Departments existing video gear, I -NET and Satellite Receiving station. This facility will also be available for other City Departments to use reducing the need for costly outside professional video services. Amount of Bid: $47,891.50 $ of cost estimate: 100.7 Cost Estimate: $47,556.85 Source of Funds: Capital Improvement Program 313228 Video Production & Training Assistance Index 289401-840 Minority Representation: On July 18, 1991, Anne Whittaker, of the Minority Business/Women Procurement Section was advised that the bidder is not a Minority Vendor. Ms. Whittaker agreed with • the recommendation to award the bid to Midwest Communications. Public Hearing/ Notices: Assessable Project: C 48,*,- 1 i CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Judy S. Carter Chief Procurement officer Department of General Services and Solid Waste Department FROM : C. H. Du e, Chief Director of Fire, Rescue and Inspection Services DATE : July 25, 1991 FILE : SUBJECT : Bid No. 90-91-116 Video production Equipment Approvals REFERENCES'. ENCLOSURES: This Department has verified available funding with the Departments of finance and Management & Budget that funds are available to cover the cost of the subject bid in the amount of $47,891.50 Account code Number 289401-840, Capital Improvement Program 313228, Video production & Training Assistance. FINANCE REVIEW & APPROVED BY: (Except for funds already appropriated or items included in FY budget) Carlos Garcia, Director Department of Finance CAPITAL IMPROVEMENT FUNDING REVIEW AND APPROVAL: BEdFtal o rig ez Ca ogram Manager BUDGETARY REVIEW & APPROVED BY: (Except for items funded through Capital Improvement Program) Manohar Surana, Director Department of Management & Budget 91-- 611 RON { .4IAMI, FLORIDA P ,* Box 330708 .EMENT MANAGEMENT l� `ii, !*L 32233-0708 .SZON T"SPHONE NO. 575-5174 BID SHEET (cont'd.) BID N0. 90-91-116 MIMI PORTAT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 20 DAYS (Include cash discount for prompt payment, if any) Additional discount of % if awarded.all items. Warranty and/or guarantee: MANUFACTURERS WARRANTY Delivery: 45' calendar days required upon receipt of Purchase Order. Delivery Point(s):As indicated in the Special Conditions j In accordance with the Invitation to Bid, the Specifications, General Conditions, Special 3 conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices ' indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): MR. LEONARD BROWN PUBLIC HELD COMPANY MR. LLOYD HICKS MR. BOB JOHNSTON a) List Principal Office Address: (Headquarters) FOUR TESSENEER DRIVE HIGHLAND HEIGHTS, KY 41076 b) List all other offices located in the State of Florida: 4803 George Rd.,Suite 350, Tampa, FL 33634/3305 Bartlett Blvd., OrlandoIZE] 208 E. Eau Gallie Blvd., Suite 5, Indian Harbor Beach, FL 32937/ SEE BACK:: (Please use the back of this page if more space is necessary) MINORITY PROCU R RNT ICO P .IANCM The undersigned bidder acknowledges that (s)he has received a copy of Ord nance #10062 as amended, the Minority Procurement Ordinance of the City of Mi i and agrees o comply with all applicable substantive and procedural provisions therein, i' ng y a me s thereto. Bidder: Midwest Communications Corp -Signature: (company name) Date: July 15, 1991 Print Name: Lloyd Hicks, Vice President Indicate if Business is 51% Minority -owned: (Check ana box only) BLACK [ ] HISPANIC [ j FEMALE f AFFIRMATIVE AGTION PLAN i f firm has an existing plan,•effective date of implementation: f firm does not have an existing plan, the Successful Bidder(s) shall be required to stablish an Affirmative Action Policy, pursuant to Ordinance 410,062 'amend See Appendix for sample. ;' Midwest Communications Corp._ i�der:Signature: (company name) oy c s, FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 3 AWARD OF BID Bid No. 90-91-116 i ITEM DEPARTMENT: TYPE OF PURCHASE: REASON: Video Production Equipment Fire, Rescue and Inspection Services Single purchase The Fire, Rescue and Inspection Services Department is in the process of completing a video production studio facility. The equipment requested will be used for the creation of training tapes and to document major fires and other events. : 1 Midwest Communications $47,891.00 Capital Improvement Project No. 313228, Account Code No. 289401-840. Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 28 1 MINORITY/FEMALE (M/F) VENDORS.......... 14 0 Within City limits .................. 0 0 Registered with City ................ 14 0 Black(B) Vendors ...................... 4 0 .Located within City limits.......... 0 0 Registered with City ................ 4 0 Female (F) Vendors ..................... 3 0 Located within City limits.......... 0 0 Registered with City ................ 3 0 Hispanic (H) Vendors ................... 7 0 Located within City limits.......... 0 0 Registered with City ................ 7 0 NON MINORITY (NM) VENDORS .............. 14 1 Located within City limits.......... 4 0 "No Bids" .............................. - 5 Reasons for "No Bid" were as follows: 1. American Alarms - "Do not handle this line". 2. Brookes Dist. - "Do not carry these brands". 3. Transworld Services, Inc. - "Items not available". 4. Miami Audio Visual - "Not a dealer for this equipment". 5. Florida Computer Furniture - "We do not handle this type of equipment". RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO MIDWEST COMMUNICATIONS CORP. AT A TOTAL PROPOSED AMOUNT OF $47,891.50. 91-- 611 1.. j