HomeMy WebLinkAboutR-90-03410
J-90-372
4 / 2 3 / 9 0
RESOLUTION NO. 90 41
A RESOLUTION ACCEPTING THE 8ID OF M . P . C . S .
V10E0 INDUSTRY FOR THE FURNISHING OF MEDIA
EQUIPMENT FOR THE DEPARTMENT OF POLICE IN AN
AMOUNT NOT TO EXCEED $11,949.00; ALLOCATING
FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT
BONO PROGRAM, PROJECT NO. 312018�ACCOUNT CODE
NO. 299401-^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 March
21, 1990
for
the furnishing of
media equipment
for
the Department of Police; and
WHEREAS, invitations were mailed to 20 potential suppliers
and two ( 2 ) bids were received; and
WHEREAS, funds for this purchase are available from the
Capital Improvement Project No. 312018 Account Code No. 299401-
840; and
WHEREAS, this equipment will be used by the Department of
Police/Media Relations Unit for the filming and editing of news
r a 1 e a s e s and other media functions; and
WHEREAS. the City Manager and the Chief of Police recommend
that the bid received from M . P . C . S . Video Industry be accepted as
the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section I. The recitals and findings contained in the
Preamble to this P.esoIutIon are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
CITY COMMISSION
MEETING OF
MAY 24 1990
Ika561Ki10N Np. O — 3 + 1 —
Section 2, The March 21, 1990 bid of M.P.C.Sl/Video Industry
for the furnishing of media equipment for the Department of
Police in an amount not to exceed $ 1 1 , 9 4 9 . 0 0 1s hereby accepted
with funds therefor hereby allocated from the Capital Improvement
Bond Program, Project No. 312018,Account Code No. 299401-840.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issuP a Purchase Order
for this equipment.
Section 4. This Resolution shall become effective
A
mmediately upon its adoption.
PASSED AND ADOPTED this _24th day of ---May ........ 1990,
A T T E
r
MA Y HIRA1, CITY CLERK
PREPARED PO APPR.OVE
A�F�UR0 VIVARELLO
C EF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
Kit
JO GE L. FE NANDEZ
CITY ATTORN Y
1/ This sequence of letters (M.P.C.S.) has no meaning and is not an
abbreviation for any word or sequence of words.
- 2 -
90- 341
-- ---IBID sEcUR I TY LIST
1i?t�-�E ui went for De armo.f foZi .
No W.J. 89-90-083R
IDATE BIDS RECEIVED: �, t 19 9 0
received ) enve s on behalf of
(Person receiving bids)
P o .0 Px _mend Office on
(City Department) (date)
Received the hereinabove described checks this day of , '19 ,
in connection with the herinabove cited bids, which were sent to Treasury Management by tite City Clerk
for appropriate posting.
SIGNED: DATE:
(TreasuryManagement)
LEGAL AT)VERTJSEMENT s-
BID NO. 89.90-083R
i
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 ®. or the furnishing
of Media Equipment 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. 10538 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, Dupont Plaza Center, 300 Biscayne Boulevard Way,
Suite 400, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 6478 )
Cesar H. Odio
City Manager
REQUISITION FOR ADVERTISEMENT 'This number must appear
-
i l:+
ACCOUNT CODE .'
-
DATE 2 i L i 93 U 0 PHONE 57 5- 517 4 APPROVE 8�f ► r �: �
PREPARED BY L, t2: ii:.Zti 'c1c�y 1 _ e t, Tf a_ r: -
DIREC70a OF ISSUING DEARTMENT
Publish the attached advertisement o?ie 1 times. -
(number of times)
Type of advertisement: legal X classified display
(Check One)
Size: - Starting date 3 / 7 % 9 0 _
First four words of advertisement: —1� It. 9 " `- 0 0 �'3 ;1'U "u L' 1 f' L i c'- '
Remarks: Mc6j.a Ec. ui??rn< iat. 2.30 i•.•,,:--
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
14 all---
A-1
B-2
C-3
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
1
11718
2534
39
42 45
50
51 56
57 _ 62
63 65 66 71
0
1
2
4
1
V
P
2
012
2
8
7
1
2
3
4
7
8 V P 121314
15 DESCRIPTION
36
64 DISCOUNT 69
72
AMOUNT 80
5
1.0
0
2
0
1
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
�+ i'ii'1}i C'L7 ;�. Yieii ]��:....c.� L�l i.�CU ,,._;11L' ;..•Jti�t, C.'..L
TO
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members
of the City Commission
FROM
Cesar H. Od'
City Manager
DATE 19 ,� t i 41990 FILE
SUBJECT
Recommendation for Resolution
Award of Bid No. 89-90-083R,
REFERENCES :Media Equipment
ENCLOSURES:
It is respectfully recommended that a resolution be passed
accepting the bid of M.P.C.S. Video Industry, in the amount of
$11,949, for the furnishing of media equipment.
_i The Police Department will utilize this equipment in its Media
Relations Unit. The equipment will be used for the filming and
=' editing of news releases and other media functions. M.P.C.S.
--E Video, a non -minority vendor, provided the lowest responsive bid.
On March 6, 1990, invitations for sealed bids were sent to
s prospective vendors. Bids were opened on March 21, 1990, with
_{ two (2) vendors submitting bids and one (1) vendor submitting a
"no -bid." Neither of the responding vendors are located within
the boundaries of the City of Miami.
Ms. Adrienne MacBeth was contacted in reference to Minority
_ Participation and she concurs with the Department's
recommendation.
It, is, therefore, recommended that the award of bid be made to
M.P.C.S. Video Industry, in the amount of $11,949• Funding will
be the Capital Improvement Bond Program, Project No. 312018,
Index Code 299401-840.
90- 341
_�.�.... �� .,.,•--" �..-:..._:..—.. - ::� Sy+�e�.-
------------
e
The Honorable Mayor and Members
Commission
Page 2
Amount of $id
$11,949
Cosh' estimateIBudgetted Amount:
$11,949
Source of Funds:
Capital Improvement Bond Program
Minority Reoregentation:
Non -Minority Vendor
Public Hearings /Notices
N/A
,assessable Project:
N/A
100%
LO
Bid No
89-90-083R
Ea
La
CITY OF MIAMI, FLORIDA
-`INTER-OFFICE MEMORANDUM
TO : William J . - 5cttaut' DATE
Chief Procurement Officer
FROM : _rrr"' /� Y � L . Anderson- Jr
..��
Chief of Police
FILE :
SUBJECT Bid Approval, Bid No.
89-90-083R, Media
Equipment
REFERENCES :
ENCLOSURES:
This department has verified that funds are available for the
purchase of media equipment at a cost of $28,973. Funding is to
=? be from the Capital Improvement Bond Program, Project No. 312018
Index Code 299401-840, in the amount of $11,949.
FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS
-a (IF REQUIRED)
Carlos Garcia, Director Eduarpio Rodriguez, CIP Manager
Department of Finance City Ha;iiager's Office
s
BUDGETARY REVIEW & APPROVED BY:
A/A
Manohar Surana, Director Frank Castaneda, Director
Department of Budget Community Development
(This form properly signed is part of the bid evaluation and
-- recommendation package to be placed on the agenda and must be
attached to the resolution cover memorandum.)
90- 341
LAW
aE:9i:N T I�lAcdAGEMEN 1' Miami, E1 33233-U798
DI��ISIGN TELEPHONE NO. 575-5174
BID NO.8g-90-083R
Tf BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED B'f BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms : Pf / (- N( •d 3 `' ( Include cash discount for prompt payment, if any)
Additional discount of 0 % if awarded all i.tems.
Warranty and/or guarantee: ctc� ��:•� i- -- - . / _$ �HIf
State any
necessary):
variances toJ specifications 7(use separate sheet if
L r .'1 if . �M a V '-:• ' --�(l . i . y" 1' 1 7 l.� t� :i *71 eIn '�' %.1
Delivery:-,L'--�—calendar days required upon receipt of Purchase Order.
Delivery Point(s): Miami Polio Department - ,Property Bureau
Miami, FL 33128
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special 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 OFFICERS:
r
—i
Please use the back o this page if more space is necessary
—,
Name of individual holding license in this profession (if applicable) _-
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
_ Ordinance No. 10538, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: i�'1 L ; V�, e �� Signature:
( company name)
Print Name: .��'f•• S i y.Z �-
Indicate if Minority Business: Date: jz
L ] Black [ Hispanic [ ] women
30� 341
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORD MAY DISQUALIFY THIS
AWARD OF BID
8 1 d No. 8 9 - 9 0 - 0 3 3 R
ITEM: Media Equipment
DEPARTMENT: Police
TYPE OF PURCHASE: Single Purchase
REASON: The equipment will be used by the
_._...� Media Relations Unit for the filming
and editing of news releases and other
media functions.
POTENTIAL BIDDERS: 20
BIDS RECEIVED: 2
TABULATION: Attached
FUNDS: C I P Project No. 312018 Account Code
No. 299401•,!840
MINORITY PARTICIPATION: Invitations to bid were sent to four
( 4 ) Hispanic, three ( 3 ) black and two ( 2 ) woman -owned firms
engaged in the media equipment business as located in the
following source:
1. New Vendors Applications on file in the Procurement
Office.
2. City of Miami Minority Office Register.
No minority response received.
BID EVALUATION:
Fol lowing
is an
analysis
of the
�!
Invitations
to Bid:
=1
Number of
Bid
Number
of
�{ Category
Invitations
Mailed
Responses
Prior Bidders
—� Black American
-,
0
0
Hispanic American
0
0
- Woman
0
0
Non - Minority
2
0
�i
New Bidders
Black American
3
0
=` Hispanic American
4
0
Woman
2
0
Non -Mi nor 1 ty
9
2
Courtesy Notifications
17
-
'No Bids`
1
Late Bids
-
-
Totals
37
3
�y
90� 341
Reason for "No Bid" was as follows:
1. Blumberg Communications Inc. — "Not factory authorized
on items specified"
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO M . P . C . S . YIOE0 INDUSTRY AT A
TOTAL PROPOSED AMOUNT NOT TO EXCEED
f11,949.00.
Procurement Supervisor
7 � `,G
Date
90-- 341
L
Idillll,����1 �I�Ill�irl �Il.i�l lli��llh,l dlllll�i�l Ililll llllll III ��ll� lll� �� . �I�I 1 I� �i ��� I� �! i i� l it i
I V� li��l��l� IIII IIII
!I �� �I�II���II I�t,ll IIWI r rr
�I�� Dill �I I _� i �l h..t,l,� �i� l��l la . r
III r(,��tll�
�°
-T�►BULATIOIV OF BIDS FOR
y
�SGI:t_�ltN�o�s huh
C-61uiPPtC0�
(i
I;
I
City Manager, Cloy Clerk iFloeid
Received by the City Commission, City Clark, City of Muni, o at
A. M.
_P. M. -------------------
ti i
,i `�
�►
'�Joio V t S JA t_ V l�4 i� DES i !E
c.: i1M� aJ, C1� � l JS
-
f.�At`CK L WOODtcL 3b O
Unit Unit
Uit Total rotal
i
Unit
Unit Total
UnU Price
Total Total Price
ice
;P.,n
y:
Total
DESCRIPTION 'r}( Price Price
Price
i !
I �,
I
6 VC(t — p�r,1ASo�fIC Pt6 Sov Z Q l D 00•.00 ot)
b•-i"
E a►='�11dLL(s 'tiSONIG �, 'ISO
C
' r B �C - tkcJ�S�►'ic �c - S
C
PArIPS,0`
!
3
i ;, Ili tAlrt>la C,4SE ��t7
i
y
IRREGULARITIES LEGEND.
a I►{o P0Wet.0 Attorney
i
Burglar of Bonding Company
a Affidavit as 10 Capitol
,
i
I oFrrcted Eertenseons
�: l rvposrsl Unsigned or improperly Signed or No Corporate Sea,
!'! e..tionnaire Not Filled. Out
cc
$id Bond
p_
'� ! yrresed aid
S
,
t •� '.! Free. s
o l 243-90 ti 2.00
o CD 293.e° $101.00
o (� `l$Z-10 lS6 0�
00 3� °1g.'� 39�.i10
JY\f.0 J,pFJ (IJ n0sTRrrc
FT IS RECOMMENDED THAT
f�o Q ih
r Y r c G-f � '1 _ 'TEE i �'T�-cL "P'k I. IF "� i�
U��j tr -T WA" 4P,
el^1" UsCrsG SEa(A�t
his D9R5 .
E3 I D
Jos „n•
�'� q l i 1 III 1I !I , III llll l r III 11 rj� 111 I I f r ��'! l I'll l� �� �III�IIII ���1I�I�I�� Ii�
I