Miami-Dade
Legislative Item File Number: 112087 |
Printable PDF Format Clerk's Official Copy |
File Number: 112087 | File Type: Resolution | Status: Adopted | ||||||
Version: 0 | Reference: R-1045-11 | Control: Board of County Commissioners | ||||||
|
||||||||
Requester: Internal Services | Cost: | Final Action: 12/6/2011 | ||||||
|
||||||||
|
||||||||
|
||||||||
Sunset Provision: No | Effective Date: | Expiration Date: |
Registered Lobbyist: | None Listed |
Legislative History |
|||||||
Acting Body | Date | Agenda Item | Action | Sent To | Due Date | Returned | Pass/Fail |
|
|||||||
Board of County Commissioners | 12/6/2011 | 8F4 | Adopted | P | |||
|
|||||||
Internal Mgmt. & Fiscal Responsibility Committee | 11/8/2011 | 3C | Forwarded to BCC with a favorable recommendation | P | |||
REPORT: | Assistant County Attorney Jess McCarty read the foregoing proposed resolution into the record. Chairwoman Bell questioned whether all County departments were able to access the same contracts. Ms. Miriam Singer, Assistant Director, Internal Services Department, noted the County had a centralized process for the acquisition of goods and services, and staff had made every effort to aggregate quantities within the same scope. Chairwoman Bell questioned whether the County knew the total cost of ownership for these services, including construction projects. Ms. Singer noted the total cost of ownership and life cycle costs was included in purchases like the vehicle fleet and appliances. She pointed out that she could not speak to construction projects they were handled by another area within ISD. Chairwoman Bell clarified that she did not want the County to have an abundance of sole source contracts. Hearing no other questions or comments, the Committee proceeded to vote. | ||||||
|
|||||||
County Attorney | 10/11/2011 | Assigned | Hugo Benitez | 10/21/2011 | |||
|
|||||||
County Mayor | 10/6/2011 | Assigned | County Attorney | 12/6/2011 | |||
REPORT: | Internal Services - pending cmte - Attachment: None | ||||||
|
|||||||
County Mayor | 10/6/2011 | Assigned | Alina Tejeda-Hudak | 10/6/2011 | |||
|
Legislative Text |
TITLE RESOLUTION AUTHORIZING THE ACCESS OF A STATE OF FLORIDA CONTRACT IN THE AMOUNT OF $3,336,000 TO OBTAIN MAIL PROCESSING EQUIPMENT AND SUPPLIES, AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO ACCESS THE AGREEMENT FOR AND ON BEHALF OF MIAMI-DADE COUNTY, AND TO EXERCISE ANY CANCELLATION AND RENEWAL PROVISIONS, AND TO EXERCISE ALL OTHER RIGHTS CONTAINED THEREIN CONTRACT NO. 600-760-11-1 BODY WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the access of State of Florida Contract No. 600-760-11-1 in the amount of $3,336,000, and authorizes the County Mayor or County Mayor�s designee to access the agreement for and on behalf of Miami-Dade County, and to exercise any cancellation and renewal provisions and all other rights contained therein. HEADER Date: To: Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners From: Carlos A. Gimenez Mayor Subject: Approval to Access a State of Florida Contract: Mail Processing Equipment STAFF RECOMMENDATION RECOMMENDATION It is recommended that the Board approve accessing a competitively established contract by the State of Florida for mail processing equipment and supplies for various County departments. CONTRACT NUMBER: 600-760-11-1 CONTRACT TITLE: Mail Processing Equipment TERM: Twenty-nine months through February 20, 2014, with three, one-year options to renew METHOD OF AWARD: To multiple responsive and responsible vendors for each manufacturer/brand per product group. PREVIOUS CONTRACT $529,000 for one year ALLOCATION: CONTRACT AMOUNT: $1,488,000 *If the County chooses to exercise the three one- year options-to-renew, the total contract value will be $3,336,000 MANAGER'S BACKGROUND BACKGROUND: Various County departments require the purchase and lease of mail processing equipment, which includes mail machines, mail openers, inserters, folding equipment, bursters, mail related software systems, sealing machines, electronic scales, postage meter rentals and supplies. The main users of the contract are the Elections Department, Water and Sewer Department and Office of the Clerk. This recommendation is to access a State of Florida contract for this equipment. In order to be recommended for award, the vendors on the State of Florida contract must comply with the County�s requirements including vendor registration, and acceptance of the County User Access Program and the Inspector General fee provisions. Pitney Bowes, Inc. and its leasing agent in the contract, Pitney Bowes Global Financial Services, LLC, have complied with these requirements. USING/MANAGING AGENCIES AND FUNDING SOURCES: Department Allocation Funding Source Contract Manager Board of County Commissioners $ 2,000 General Fund Miriam Rivero Building and Neighborhood Compliance $ 30,000 General Fund/Proprietary Funds Stan Krafick Solid Waste $ 17,000 Proprietary Funds Olga Espinosa-Anderson Park and Recreation $ 7,000 General Fund William E. Solomon Seaport $ 5,000 Proprietary Funds Phillip Rose Water and Sewer $750,000 Proprietary Funds Gregory Hicks Economic Advocacy Trust $ 17,000 General Fund Angela Vaughns Medical Examiner $ 3,000 General Fund Theresa Bryant Fire Rescue $ 64,000 Fire District Funds Marianela Betancourt Office of the Clerk $260,000 Proprietary Funds Charis Lubeck Human Services $ 15,000 Federal Funds/ State Funds/General Fund Kyra H. King Police $ 67,000 General Fund Laura Romano Finance $ 26,000 Proprietary Funds Armando Fresnedo Elections $150,000 General Fund John Mendez Library $ 22,000 Library District Anna Rodriguez General Services Administration $ 45,000 Internal Service Funds Audie Thompson Public Housing Agency $ 8,000 Federal Funds Barry Cowvins Total $1,488,000 The allocation and funding source have been reviewed and approved by the Office of Management and Budget. There is no fiscal impact beyond what is stated in this recommendation.PROCUREMENT CONTRACTING OFFICER: Constance Thame VENDORS RECOMMENDED FOR AWARD: Vendor Address Principal Award Pitney Bowes, Inc. 1 Elmcroft Murray D. Martin Equipment and supplies (Non-local Vendor) Stamford, CT 06926 Pitney Bowes Global 1 Elmcroft Road Murray D. Martin Payment for leasesGlobal Financial Stamford, CT 06926 Murray D. Martin Services, LLC (Non-local Vendor) PERFORMANCE DATA: There are no performances issues with the recommended firms. COMPLIANCE DATA: There are no compliance issues with the recommended firms. CONTRACT MEASURES: No measure� accessing other entity contract. LIVING WAGE: The services being provided are not covered under the Living Wage Ordinance. USER ACCESS PROGRAM: The User Access Program provision will apply. The 2% Program discount will be collected on all purchases where permitted by funding. LOCAL PREFERENCE: The Local Preference does not apply � accessing other entity contract. ESTIMATED CONTRACT COMMENCEMENT DATE: Upon approval by the Board and expiration of the Mayoral veto period. DELEGATED AUTHORITY: If this item and attached resolution are approved, the County Mayor or designee will have the authority to exercise, at County Mayor�s or designee�s discretion, contract modifications, subsequent options-to-renew and other extensions in accordance with the terms and conditions of the contract. ______________________________________ County Manager/Deputy Mayor |
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|