Loading...
HomeMy WebLinkAboutR-89-0215J-89-204 2/15/89 A RESOLUTION ACCEPTING THE BID OF oRNICHROME FOR FURNISHING A FINGERPRINT DETECTION LIGHT SOURCE FOR THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED COST OF $9,720.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 312015 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 December 19, 1988 for the furnishing of a Fingerprint Detection Light Source to the Department of police; and WHEREAS, invitations were mailed to eight (s) potential suppliers and two (2) bids were received; and WHEREAS, funds for this purchase will be available from the Capital improvement Program project No. 312015 Account Code No. 299401-840; and WHEREAS, this equipment will be used by the Department of Police at the Criminal Investigation Unit; and WHEREAS, the City Manager and the Director of the Department of Police recommend that the bid received from omnichrome 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 December. 19, 1988 bid of Omnichrome for furnishing a Fingerprint Detection Light Source to the Department of police at a total proposed cost of $9,720-00 is hereby accepted,, with funds therefor hereby allocated from Capital Improvement Project No. 312015 Account Code No. 299401-840. Section 2. The City Manager is hereby authorized.' to PIC d instruct the Chief Procu rement officer to issue a Purchase:, - ik� for this equipment. FzM T N G . . . . . . . . . . WIN", A • Section 3• ., rP.2 ...«•>. r...,,.e:-.�,F� ate. � tt�!r4Nte3 This Resolution shall become immediately upon its adoption pursuant to law. PASSED AND ADOPTED this_. d day of Match ► AT1�� MATTY HIRAI► CITY CLERK PREPARED AND APPROVED BY: 4R0BERLTF-- CLAM CHIEF DEPUTY CITY ATTORNEY effective 1989. TO FORM AND CORRECTNESS: APPROVED AS jt 3 RG L. FERNANDEZ CITY A T RNEY � III E' 'R s s i' Y t N �r iii E pi m ki pageif of AID SECURITY LIST BID ITEM: Fingerprint Detection Light Source 131D NO: 88--89-037 GATE BIDS RECEIVED: December 19, 1988 3 : 0 0 p.m. TOTAL BID BOND (or) BIDDER BID AMOUNT CASHIER'S CHECK Broken down Omnichrome Payton Scientific Inc. No Bid Laser Ionics, Inc. A, irk ?tl - £ ; t RECEIVED ( ) envelopes on behalf of r�s (City ,epartment '... k" ` SIGNED: DATE: Received. he_hereinabove described, checks this day of ; s in connection with the• hereinabove cited bids, w is weren d to the un rsiBne on Accountins Division (or) (City Department) �{ SIGNED DATE; i LEGAL ADVERTISEMENT BID NO. 88-89-037 Sealed bids will be received by the City Mana er and Cit vC1 k _o0 ty of Miami, Florida not later. than Uc` ��ANNIC ' JL988 for the furnishing of One (1) FingerprT!! etect on ource to the Department of Police. 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 Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-6380. 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. 5999) { G Cesar. H. Odio City Manager 711 n V _ e amount of $9,720. r 5 Y j z �, t � OP �# f k i r ]] • t I E�lU151fiON FOR ADWAMPEMENT ` Pr+zcurement, (car Police) in t Y 7 ,'...Sao 290201--28'i g bA7t NUV nl t.. 29,_198A PHONE 5i9-6380 A PgOyi bBY: .. Maria Abiialil bIFiECTOi OF ISSUING tf=PAJ1'f ;t one (1) I Publish the attached advertisement ; times. (rMmnbw of ft ea) s Type of advertisement: legal XX classified display k (check One) � t + Size: Legal Starting date December 1st , 1988 } } i Bid No. 88-89-037: Sealed bids will be..... First four words of advertisement: t,- Fingerprint Detection Light Source (open 12-19-�88 - 3 s10,0 I Remarks: r.. s t � t x >r DO NOT TYPE BELOW THIS LINE: FOR USE OF FINANCE DEPARTMENT ONLY. i I DATE(S) OF { LI�JE ,.; :.; ;PUBLICATION �... ADVERTISEMENT INVOICE AMOUNTz x ` O MIAMI REVIEW i i B-2 4' t C-3 F3 F4 : FS- F7 .:. F8 F9 ::: F10. !" f LINE TRANS VOUCHER :DUE DATE YY MM DD �• �• Reference' VENDOR INDEX >CCtDE: JE , *i PROJECT 11 13 17 18g5134 39142 45 50151 = 56 57 �--�a 1 0: 1 2 4 1 Y.P 202 ',; 2 8 s- ,1. 2 3 4 7 8 V P 12P 314 15 DESCRIPTION 36 64 DISCOUNT „ -12 s 5 2 0 0 2 0 1 i Pi#k Copy: Maria- Procurement allow Copy s Silvia Mendoza - City Clerk's AW #fxFeYme.;a� t. eF White Purchasing Yellow - Finance Pink = Department , ■ Improvement Program, Project No. { 312015, Index Code 299401-840, in the amount of $9,720. t } �t POP 1 of ,sotto will be dal dS TO: Office of the City Clerk CITY OF MIAMI, FLOAIOA 3600 Pen Amerlem Driw INVITATION TO 810 P.O. box 330708 -_ Muni, Piorids 33133 '..> i : , 1..' Bidder Acknowledgment TELEPHONE NUMBER MAILINt DATEYCny)' ' ` BID NO. an - 6390 _ ly. er' 3 0 1988 88-88-037 3t00 p.m. December 19, 1988 and fey not be withdrawn withirl ninety dove after such dato and time, tit All ewarda made as a result of this bid shall conform to applicable ileetions of the charter and code of the City of Miami. t ' NAME OF VENDOR A CORPORATION OF q i' STATE OF: CITY -STATE -ZIP j i I I certify that this bid is mirk without Prior tmderstandilfg, aFRernertt. or conaserson with any corporation, firm, or person subnnrrinF a bid for the j Sarno materials, r0oplies, of epwpment, &rid is to all respecn lair and wrthotn I coNtnion or Mkid. I,Free to shirk by all colstlrrions of this bid and cerrdy that I am outhorind to Opt this bid for the bt(hler. LE t i 11 F.ittlqftfrint Detection Light Source for "no bid" AREA CODE TELEPHONE NUMBER VENDOR NO. i. Y VENDOR MAILING DATE: CERTIFIED OR CASHIER'S CHECK IS ATTACHED, WHEN REQUIRED, IN THE AMOUNT OF S { AUTHORIZED SIGNATURE (Manuel) AUTHORIZED SIGNATURE (Typed) TITLE GENERAL CONDITIONS BIDDERS To insure acceptance of the bid, follow these instructions. SEALED BIDS: All bid sheets, and this form must be executed and submitted In a sealed env lM*. The face of the envelope shall contain, In addition to the above address, tine date and "me of the bid opening, and the bid number. Bids not submitted an attached bid form may be relec. ted. All bids ore sublect to the condi tions specified herein. Those which do not comply with theso conditions are subject to rejection. 1. EXECUTION OF BIDS Bid must contain a manual signature of an outhorind representative in the apace provided above. The company nome 8 r must also appear on each page of the bid as required. j 2. NO BIDS If not submitting a bid, respond by returning one copy of this form, marking It "NO BID", and explain the reason in the space pprrwlded. above. Repeated failure to quote without sufficient lustffication shall be cause for removal of the supplier's name from itlhtee bid mallinngp list, NOTE: TOqualify as a respondent, bidder must submit a "NO BIO", and If must be received no later than the stated bid opening date and hour. 2. BID OPEN ING: Shell be public, On the date and at the time SWIfled an the bid farm, It Is the bidder's resonsibllity to assure that his bid Is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will not be considered. Offers by telegram or telephone are not acceptable. s. BID TABULATIONS: Will not be furnlshed. Bid files may be examined during normal working hours. S. PRICES, TERMS and PAYMENT: Firm prices shall be quoted: typed or printed In Ink and Include all packing, handling, shipping Cho rges and delivery to the destination shown herein. Bidder Is to DIZ� ilrnowillbeer cash discount for computedfrfromthedatteofsatisfacompt torydelvery at place of acceptance or from receipt of correct Invoice at the office specified, whidwwr Is later. Improvement Programr Project No. in the amount of $9,720. a) TAXES: Do not include state or federal taxes. Not'ppikeble to nunlcipalifles. all MISTAKES: Bidden are expected to examine the SWItkations„ delivery schedule, bid prices, extension$ and all Instructions pertalning to supplies and services. Failure to do so will be of _ bidder's risk. C) DISCOUNTS: Will be considered in determining rho lowest not cat. d) CONDITION AND PACKAGING: It Is understood and agreed that any Item offered Or shipped as a result ef this bid shall be new (c ent production model at the time of this bid). All con - s for shall be suitable for storage or shipment, and all prices shall Include standard commercial packaging, e) SAFETY STANDARDS: Unless otherwise stipulated in th4 x bid, all manufactured items and fabricated assemblies shall _- comply with applicable requirements of Occupational: Safety .. and Health Act and any standards thereunder. f) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured Items and fabricated 3 assemblies shall carry U.L. approval and reexamination listing whom such has been established. e) PAYMENT: Payment will be made by fhe city after the Items - awarded to a vendor have been received. Inspected, and found to comply with award specifications, free of damage or defect and property Invoiced. All Invoices shall bear the purchase order number. s. DELIVERY: Unless actual date of delivery Is .specified (or If specified delivery cannot be met), show number Of days required to make delivery after receipt Of purchase order In span provided. Delivery time may become a basis for making an award (sea Special Conditions). Delivery shall be within the normal working hours of the use►, Monday through Friday. 7• MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS: z Any manufacturers' names, trade names, bnnd•madel homes. In. formation And or catalog number listed In a specification are for information, not to limit competition. The bidder may offer any — brand for which he Is an authorized representative, which reeeta or exceeds the specification for any Itam(s). if rise bids we,.bailad do 312015, Index Code 299401-8404F i �- }}t s �t NEW.- "lr equivalent products, ilndicato on the bid form the manufacturer's nano and number and Indicate any devlatlon from the specifications. YOUR DID, LACKIN(I ANY WRITTEN INDICATION OF INTENT TO QUOTE AN ALTERNATE BRAND, WILL BE RECEIVED AND CONSIDERED ITH THE SPECIFICA TONS S LISTCOMPLETE ON THE BID FORIANCE M, 1. INFORMATION AND DESCRIPTIVE LITERATURES Bldders RMt furnish all Information requested in the spaces provided On the bid form. Further, as may be specified elsewhere, each bidder trust submit for bid evaluation cub, sketches, and descriptive literature Oft technical NW;f Ica►Ions eove►Itg the products offered. Reference fa Iifersture submitted with a previous bid or on file with the buyer Will not "fifty this provislan. S. INTERI•RETATiONSIAny questions concerning conditions and w►lling no later then three (S) Joys prior be affected to the to the bid pent in ening, Inquires roust ►etorene* the doff of bid p*nlng and bid Aunt. bor. 16. CONFLICT OP INTRRESTI The award Mrwnder Is subject to all catlfllct of Interest previsions Of the City Of Miami, Oade County, Of the State at Florida. II. AWARDst As the beet Interest of the city may require, Me rloohf Is reserved to reject any and elf bids and to wolve any Irrpulorify In bids received t to accept any Item or group Of Items unites quail Sod by blddar. 12. ADDITIONAL QUANTiTIOSt for a period net exceeding nlnoty (") days from the dot* of acceptance of thl a of for by the buyer, the right Is reserved to acquire additional quantities at the prices bid In this invitation. If additional quantities are not acceptable, the bid shosts must be noted "BID IS FOR SPECI- FIED QUANTITY ONLY." 13. SERVICE AND WARRANTYt Unless otherwise sp*clfled, the blddor shall dtNue any warranty,, service and roplacoments that will to wi warranty and service facilities on nProvffidedh cheer to wMf extent 1s. SAMPLEst Samples of Items, when called for, must be furnished fro* of expertu, and If not destroyed will, upon request, be returned at the biddor'a axpense. Request for the return of samples may be made within ton(ICI days following opening at bids. Each Individual sempl* must be labeled with bidder's name, manufacturer's brand name and number, bid number and Item reference. it. NONCONPORMANCE TO CONTRACT CONDITIONS: Items may a tesfad far ampllanca with spKlflcatlon s under ten direction of the Plarldo Dtpar►ment Of N Iture and Consumer Services or by t>Atlar appropriate testing Laboretorles. The date derived from any ►as%for eometlanee with specifications are public records and open to examination thereto In accordance with Chapter eta, Florida Ststutes, lffl. items delivered not conforming to specifIcatlons may be rejected and returned Of ve► la''s axputlea. Thaee hefts 60 Ift" not delivered as per dtllvery dot* In bid and br pufthesa ardaf' mill result in bidder being fOUN I In default in whits Wangiif0 Efl reproc zr4rit cats nay be a arm agaitist the Avow fid_'Cbn- tractor. Any vlelotion of wpm offoule" M may.ata0 r$"t ift M110 supppplier's mama being rernaved from ten City Of Miami's t WWW me ling list. 16. INSPECTION, ACCEPTANCE AND TiTL11Et inspection arA it• to W rfaltiion iess beise �hlssklost or dabe mage to items $hall be the IaRi*4 successful bidder until acceptance by "to city unless loss or damage resulb from negligence by the city. 17. DISPUTES: In case of any doubt or difference Of opinion as ro the items to be furnished hereunder the doclslan Of the CI►y manOW elal► be final and binding an both portles. 18, GOVERNMENTAL RESTRICTION81 In fit* *wet any gt ' mental restrictions may be imposed which would naeaaalf f* alteration of the material, quality, workmanship or performance of the items offered an this proposal prior to ihslr delivery, it Man be Me roamolblllty of the successful bidder fe nOttty the city Of Once, Indicating In his latter fen specific regulation which roWIrad an alteration. The city reserves the right to accept any such SIW014111, including any price adjustments oeasioned thereby, or to arum ►ha contract of no expense to "W city. to. LEGAL REOUIREMENTit Federal, state, county, and city laws, ordinances, rules, and regulations that In any manner affect the Items Covered herein $10 Lack of knowlodge by the bidder will In noway be a cause for relief from resporsibl Ilty. 20. 11 IdenfirandeharesThe ittint,anmiWave mls"W City Ord emplVeean liability of any mature or kind, including coat and *xperras for Or an account of any copyrighted, patented, Or ttnpafanted Invention, coonttract Including IttimUM bby me ciyvMiami. iff fhmbiddi cuss" any design, device, or materl*IS =w4red by loners, patent or Copyright, It Is mutelly agreed and undmtood without exception that the bid prices shall include all royalties or cat orlsing from the use at such design, device, or materials h1 any way Involved In the work. 21. � riwih IMiriefrom a I a impart off anyl cbom erclal agrN&ertlaiot to f p Violation of this stipulation ellsy be subject to action covered under Paragraph iS of this dOCum*nt. 22. ASSIGNMENTt Any Purchase Order Issued pursuant to this bid Invitotlon and ten monies which may bectma due horounder or* not assignable except with the prior written approval of the Cry. 22.ploArtla,IMYoMicNswaaOl*Ms,andllahmopWaa hwarrtthe nlaiefrlty om iab114Mof any kind In the performance of MN contract. 24.in the event of an error on the pat of the bidder In oxtendi"A unit prices a in totalling the extended prices, the unit price shall prevail, except when the bidder Clearly slots* that the total price is bawd on on all or none basis. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. Improvement Program, Project No. 312015, Index Code 299401-840, in the amount of $9,720. CITY OF .. MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 88-89037 _ BID SHEET IMPORTANTs BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE 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: (Include cash discount for prompt payment, i any) Additional discount of $ if awarded all items. Warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery: calendar days required upon receipt of Purchase Order. ' Delivery Point(s): Department of Police - Property Bureau 400 N.W. 2nd-Avenue Miami-, Fi 33128 i In accordance with the Invitation to Bid, the Specifications, Genera 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: i Please use the back of this page if more space is necessary I MINORITY PROCUREMENT COMPLIANCE t The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, 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: Signature: company name Print Name: Indicate if Minority Business: Date: t: C ) Black [ 1 Hispanic [ ] Women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY. THIS` BID.' Improvement Program, Project No. 312015, Index Code 299401-6401 ►�_ in the amount of $9,720. s!- ? ,(f= l= CITY OF MIAMI, FLO91DA I i BID N06 88•-89Y-037t . DID sHEBT i ITEM uu"TITY PRICE f 1 Fingerprint Detection Light �L Source as or equal to Omniprint '! p nt #1000 Mfgr/Model 1 Warranty: F; j. OPTIOMNAL EQUIPMENT: 2 Liquid Light Guide as or equal to f, Omnipr.int Model *OP-220 l $ 3 Forensic Examination Goggles 3 pairs ( pair 4 Extended warranty (item #1) after original warranty expires $ (one year) t 5 Training (if•not included on Item #1) $ S. 1 1 Social Security or Federal Employer Identification j Number: �I F BIDDER: r+ company name jSignature: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 1 ' i # r funding is available through the Police Department's Capita. Improvement Program, Project No. 312015, Index Code '299401-$40, �in the amount of $9,720. r r INN. Ei'i �' YS,,:S4' xl t� -r _ t , h `rmx`j..c"�'•'..' - Fill CITY OF MIAMI, FLORIDA SID_ CIO. 8e-89"037: 812 SHRST ITEM NO. DESCRIPTION/MFGR & MODEL # QUANTITY- PRICE }f 1 Fingerprint Detection Light -+ Source as or equal to Omniprint #1000 t �. Mfgr/Model # 1 $------- Warranty: OPTIONAL EQUIPMENT: 2 Liquid Light Guide as or equal to Omniprint Model #OP-220 3 Forensic Examination Goggles 3 pairs $ pair 4 5 Extended warranty (item #1) after original warranty expires (one year)' Training (if*not included on Item #1) Social Security or Federal Number: BIDDER: company name Signature: ' FAILURE, TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY tt THIS BID.�E i r { ,i. a Employer Identitication CITY OF MIAMI PROCUREMENT DIVISION GENERAL SERVICES ADMINISTRATION Pursuant to City of Miami Resolution No. 87-96 dated January 22, 1987 is required that each successful bidder or offeror agree to provide a sworn statement certifying that the bidder of offeror, during the course of time involved in the performance of the contract sought by such bidder of offeror, shall not through themselves or through wholly -owned subsidiaries (1) pursue a policy of making payments directly or indirectly for the i protection and security of their holdings and properties in Angola or South Africa or (2) do business with the governments of Angola or South Africa. The undersigned hereby agrees compliance with the provisions specific applicability to the consideration. COMPANY NAME to provide a sworn statement of of Resolution No. 87-96 and its the purchase or contract under AUTHORIZED SIGNATURE TITLE SWORN TO AND SUBSCRIBED BEFORE ME THIS NOTARY PUBLIC MY COMMISSION EXPIRES FAILURE TO COMPLETE, SIGN, AND RETURN THIS THIS BID. (AFFIX SEAL) FORM WILL DISQUALIFY• } r 1 7 !1 7 y atA r r DID NO. 88-89-037: INFORMATION S11VET MINORITY CLASSIFICATION AND PARTICIPATION 1. Indicate MINORITY/WOMEN CLASSIFICATION of Business Enterprise (BIDDER): [ ] BLACK [ ] HISPANIC [ ] WONEU [ ] NON -MINORITY 2. If OTHER, detail MINORITY/WOMEN PARTICIPATION within your firm, or as as it may apply to this bid, if awarded: A. JOINT VENTURE: Provide Information regarding Minority/ Women firni participating as such,'and the extend of Participation % of Dollar Firm Name Business Address BID Amount B. SUBCONTRACTORS: Provide Information regarding Minority/ Women firms participating as.such, and,the extend of the work I of Dollar Firm Name Business Address DID Amount C. SUPPLIER.": Provide detail regarding tfihority/ Women firms that will supply you with goods or services, and the extend , 2 of Dollar - Firm Name Business Address DID Amount f� D. AFFIRMATIVE ACTION PROGRAM If existing, Date Implemented: If planned, Date of Proposed Imp ementatior.: ; BIDDER: = f Signature: FAILURE TO COMPLETE, SIGN, AND RETURN 'PHIS FORM MAY DISQUALIFY 2 CITY OF MIAMI, FLORIDA • INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE : FILE of the City Commission FEB 2 1 1989 SUBJECT : Resolution For The Purchase of � a Fingerprint Detection Light '. Source FROM : REFERENCES: Cesar H. Odio City Manager ENCLOSURES: RECOMMENDATION:- It is respectfully recommended that an award be made and a resolution passed accepting the low bid as received from .. Omnichrome for furnishing a fingerprint detection light source _. for a total cost of $9,720. BACKGROUND:' The Miami Police Department has analyzed the bids received on December 23, 1988 for furnishing a fingerprint detection light: source' to be used in the Criminal Identification Unit. The f, Department has found Omnichrome has met the Department's - specifications and provided the lowest bid. �`- On November 30, 1988, invitations for sealed bids for a fingerprint detection light source were sent to prospective.!, vendors. Bids were opened on December 19, 1988, with two vendors F supplying bids. r 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 ' Omnichrome. The Department's specifications have been" met ;and funding is available through the 'Police Department.'s Capital Improvement Program, Project No. 312015, Index Code ;-299401'$0,' S " in the amount of $9, 720. at j"Zf_o x;ysh '+ M t X/ 4' n ! t kFx-tltCr�,9 6 �,t. _w4?`?-•. . f The Honorable Mayor and Members of the City Commission Page 2 r :1 Amount of Bid $ of Cost Estimate: $9,720 Cost 100$ �. estimate/Budgeted Amount: $9,720 FY'88-89 Source of Funds: Police -Department Capital Improvement Program Minority Reflresentation: Non -Minority Vendor { Public Hearings otices NIA Assessable Project: N/A • jai CHO: s 1 g rLr c _ a .jar3 x' s35* 7�r y a.f 4 � f S t� Ak­ - " k t ! l f '"y'"Y'�'s'�Y'y {S z { 5 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO William J. Schaut DATE : JAN 3 FILE Chief Procurement Officer - SUBJECT : Bid No 88-89-037 Fingerprint Detection Light Source FROM : "''`Y. REFERENCES: Perry L. Anderson, b:, - Chief of Police ENCLOSURES: This department has verified available funding with the Departments of Finance and Management & Budget that funds are s available to cover the cost a fingerprint detection light source in the amount of $9,720, Index Code Number 299401-840, Capital Improvement Number 312015. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: Manohar Surana, Director Department of Management and Budget Frank Castaneda, Director Community Development Y ,r This' ` form properly signed is part of the bid eveluatian..:and �g- recommendation package to.be placed on the agendastA`be attached to"the resolution cover memorandum. F _ �� {►r�J � � s e1 AWARD. OF BID Bid No- 88-89-037 Fingerprint Detection Light Source ITEM -. DEPARTMENT' Police t TYPE OF PURCHASE: Single Purchase i' REASON: To be used in the Criminal ...r. Identification Unit i 8 POTENTIAL BIDDERS: BIDS RECEIVEDs 2 TABULATION: Attached Capital Improvement Program Project FUNDS-. No. 312015 Index Code #299401-840. sent to MINORITY WOMAN PARTICIPATION: An invitation l Ba hwas instruments one h span c firm engaged in thsource9 p business as located in the following 1. New Vendors Application Courtesy notifications were sent to fifteen (15) Minority Organizations. No Minority response was received. The bids meets the specifications. BID EVALUATION: Following is an analysis of the Invitations to Bid: Number of Bid Number. of Category Invitations Mailed Re..Responses i Prior Bidders 0 Black American 0 = 0 0 Hispanic American 0 0 f Woman Owned 0 Non -Minority 0 NewBidders 0 0 s r Black American 1 0 Hispanic American 0 0 Woman Owned 2 Non -Minority Courtesy Notifications 15 0 .E 1 ti "No Bids" - 0 Late Bids -= ' { E �f• ,.il 1 {F�. r 23 3 Totals y Qe Reason for "No Bid" was as follows: 7 . Laser ironical Inc. ,Not in our manufactNxe." {c I Y4j ' -zt ti f i ft mp of�Rh1 34 di t R ! RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO OMNICHROME IN THE PROPOSED imonNT of $ 9. 7 20.00 r n., N. 1 ' V IK r � �ss��,ii'�3,-.y�..�-x�.a. �_ � ,1 _ .., .: . • .. ..: - -. .' .:. .. ,. ! .... ..-. �..y �. f sLz., i � l-n . i�i i ni �IIIIIIIIIIIIIIIIII I II I �yrrtirrfsas�r, _ +Ylair.rd . � . t "TAM" ATION OF BIDS PAR BID 88-88-037 t1:IGERI RIYT DEWC'rIUV LIGHT SOURCE city usn"eq City O..k 3:00 M' December 19, 1988 R•cd••j by the City Co. 099l•w,, City Clw&. City •1 Uwofl, Floridaflorid• P. N. Omnichrome Payton Scientific Inc. .� 13620 Fifth St Z44 e i no, , .. sun DESCRIPTION QTy PriceTiii1I Unit Price Total Unit Plies Total Unit Price Total 3 �1-iizht Source Liquid Light Guide ..Examination Goggles90 1 1 G„ SUO 415 6,500 9,.800 i 91800 4 . S : Rxtended t:arranty (one `:ear) irainir9 1 1 1,000 1,70U 1,000 1,700 275 Provided No Cost i s TOTAT. t 9,720.00 10,575.0 t { � r _x.�. dRRE{illLllRIT1Es LEGEND. :: -- ,- �. l� +•1• Iwiiw IT 15 RECOMMENDED THAT__ Omnichrome, 13620 ••.ioa s 3w• •1s.•M1" GW#My —Fif&"Street. Chinn, Ca . hA awarded the bid i �n'I�f{rl I .n ii11F'i•i!'R^tlP i4.M)RII }..-.. a `,.,ITY OF MIAMI, FLORIDA _ pROCURSMENT MANAGEMENT DIVISIOBID NO. 88-89-037 BID SHEET IMp0_ RTANT: BID SHEET AND BIDDER ACRNOWLED(iPMENT MUST BE RETURNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBERS TIME AND DATED UNLESS THEBID OPING• SECURITYIF DEPOS TOR BOND IS ��SUBMITTED IN THIS , A DID WILL NOT BE ACC ENVEW013. Terms: Net 30 claw (Include cash discount for prompt payment, it any) Additional discount of -0- % if awarded all items. Warranty and/or guarantee: 1 year - Materials & Wa* ►+QhJ&I State any variances to specifications (use separate sheet if necessary): none Delivery: 30 calendar days required upon receipt of Purchase Order. Delivery Point(s): Department of Police - Property Bureau _ 400 N.W. 2nd Avenue Miami, F1 33128 in accordance with the Invitation to Bi t e Sp eci ications, Genera Conditions, Special Conditions, and General Information to Bidders, we rices indicated on the attached bid agree to furnish the Items) at P_ sheet(s). 1j NAMES OF COMPANY OWNER(S) s NAMES OF COMPANY OFFICERS: Robert Greening. Vice Chaim of Board William Hug, man of Board Albert Campbell, President, an Ray Reid, Vice Val Turney, Vice President, omtroller Fred 1 Please use the back o th s page if more space is necessary MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No..10062, the Minority Procurement Ordinance of the City of is Miami, and agrees to comply with all applicable substantive —and - procedural provisions therein, .including any amendments thereto. k; BIDDER: Signature: .► Y� .r company, name Print _ ,: 'Names Indicate if Minority, Business: Date: Dec nbpx 16 1998 Black C ]Hispanic C womenti. h I gpgAT_T QV .'•'*R.T ' AILURE TO. COMPLETE, SIGN*, AND RETURN TQIS