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