Loading...
HomeMy WebLinkAboutR-98-0614J-98-629 6/4/98 RESOLUTION NO. 9 O 614 A RESOLUTION APPROVING THE FURNISHING AND INSTALLATION OF A MICROFILM DIGITAL WORKSTATION (MICRODAX 3000) AND ACCESSORIES FROM MINOLTA BUSINESS SYSTEMS, INC., UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. 5048-4/00-2, FOR THE CITY CLERK'S OFFICE, AT A TOTAL COST NOT TO EXCEED $18,300.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 1 1033-229401-840, "CITY CLERK'S OFFICE MICROFILM ENHANCEMENTS". WHEREAS, The Office of the City Clerk is purchasing a Windows based Microfilm Digital Workstation (MicroDax 3000) which will replace equipment purchased in the 1970's which is now obsolete; and WHEREAS, the MicroDax 3000 will afford more efficient and expeditious retrieval and delivery of public records requests and other information; and WHEREAS, funds are available from the Capital Improvement Program, Project No. 31 1033-229401-840, "City Clerk's Office Microfilm Enhancements"; and WHEREAS, the City Manager and the City Clerk recommend the furnishing and installation of Microfilm Digital Workstation (MicroDax 3000) from Minolta Business Systems, Inc., at a total cost not to exceed $18,300.00, under existing Miami -Dade County Contract No. 5048-4/00-1, be approved; CITY COMMSSION MEETING OF J U N 2 3 1998 Resokiition Na 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. Section 2. The furnishing and installation of a Microfilm Digital Workstation (MicroDax 3000) and accessories from Minolta Business Systems, Inc., under existing Miami -Dade County Contract No. 5048-4/00-1, for the City Clerk's Office, at a total cost not to exceed $18,300.00, is hereby approved, with funds therefor hereby allocated from the Capital Improvement Program, Project No. 31 1033-229401-840, "City Clerk's Office Microfilm Enhancements". Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 23rd day of June , 1998. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said legis'ata ^.r becomes effective with the elapse of ten (10) days fr m the dat of Commi, icst .I ATTEST: regarding sarve, without the Mayor exercisin v Wafter J Fo n, City Clerk WALTER J-rF6f IMAi , CITY CLERK APP OVED 6 � AND CORRECTNESS ATTORNEY W2640:CSK:ROD 2 98- 614 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: Donald H. Warshaw City Manager Recommendation: DATE: June 23, 1998 CA-2 FILE: SUBJECT: Microfilm digital workstation and accessories: public documents REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution authorizing the City Manager to purchase off of the Miami -Dade County Contract No. 5048-4/00-2 to furnish and install one MicroDax 3000 microfilm digital workstation and accessories from Minolta Business Systems, Inc., for the City Clerk's Office, at a total cost not to exceed $18,300.00. Funds are available from our Capital Improvement Project No. 311033-229401-840 (City Clerk's Office Microfilm Enhancements). Background: The Office of the City Clerk requests to purchase a Windows based microfilm digital workstation (MicroDax 3000) which will replace equipment purchased in the 1970's. Our current retrieval equipment is now obsolete. The microfilm retrieval system designed by Minolta Business Systems, Inc. was determined to be the most advantageous system in meeting the needs of the City Clerk's Office. It is anticipated that through acquisition of the MicroDax 3000, retrieval of public documents will be more efficient overall and as such, all parties requesting information from the City's official public records will be better served. Y -A 6/21 JF:jkj 98- 614 Donald H. Warshaw TO: Acting City Manager FROM: City Clerk CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM June 2, 1998 DATE : FILE Microfilm digital workstation and SUBJECT: accessories: public documents REFERENCES: ENCLOSURES: This department has verified that funds are available with the Department of Budget and Management Analysis to cover the cost of purchase of the MicroDax 3000 Microfilm Digital Workstation and accessories from Minolta Business Systems, Inc., at a total cost of $18,300.00 under an existing Miami -Dade County Contract Bid No. 5048-4/00-2. The entire $18,300.00 in funding is to come from the Capital Improvement Project No. 311033-229401-840 (City Clerk's Office Microfilm Enhancements). Budgetary Review & Approved By: 14V - Dipak ekh, Director Office of Budget and Management Analysis Additional Approvals: r- Pilar Saenz- , P Administrator Office f Budget and Management Analysis (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.) 98 - 614 t N T R A C T AWARD '1EET BID NO.: 5048-4/00-1 (Previous Bid No. N/A) MICROFILM DIGITAL WORKSTATIONS AND ACCESSORIES, FURNISH AND INSTALL AND PROVIDE MAINTENANCE AFTER WARRANTY EXPIRATION CONTRACT PERIOD: October 1, 1996 thru September 30,1997 COMMODITY CODE: 205-20 PART #1: VENDORS AWARDED F.E.I.N.: _ VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 22-2147842 Minolta Business Systems 7825 N.M. 148th Street Miami Lakes, Florida 33016 Destination 0.5% 7 days, Net 30 30 Days ARO 305/826-0994 305/826-9294 Brian Lewis PART #2: ITEMS AWARDED OTR YEARS: Four DIGITAL WORKSTATIONS AND ACCESSORIES Unit Quantity Description Price 1 Each File Server $ 6,585.00 • Pentium 90 MHz 32 MB RAM, 4 Gigabyte Hard Drive 1 Each Uninterrupted Power Supply 660.00 1 Each Token Ring Intelligent Concentrator 2,170.00 Type 5(20 Users) (Expandable to 40) 1 Each Tape Backup (4 Gigabyte) 2.350.00 1 Each Fax Device and Software 205.00 1 Each Network Software (20 users) 2,430.00 (Expandable to 40) WorkStations Microfilm Viewer/Scanner Personal Computer Intel 486/66MHz 16 MB RAM 340 MB Disk 15" Color VGA: 8 Each With 15" Touch Screens ..20,000.00 4 Each With 17" SVGA Monitors 18,300.00 18 Each Token Ring Cards 16 mbps 352.00 12 Each Work Station Software 935.00 3 Each PC Workstations Intel 486/66MHz 2.200.00 16 MB RAM 340 MB Disk 15" Color VGA 9 g _ 6 Unit Quantity Description Price 3 Each Workstation Software 460.00 2 Each Laser Printers 17 ppm 11,990.00 1 Lot Installation 3,000.00 1 Lot Training 3,000.00 WARRANTY: ONE YEAR AFTER ACCEPTANCE. Maintenance for first year after warranty expiration: 12 Mos. File Server 54.87 Pentium 90 MHz 32 MB RAM, 4 Gigabyte Hard Drive 12 Mos. UPS (Uninterrupted Power Supply) 5.50 12 Mos. Token Ring Intelligent Concentrator 18.08 Type 5(20 Users) (Expandable to 40) 12 Mos. Tape Backup (4 Gigabyte) 19.58 12 Mos. Fax Device and Software 1.70 12 Mos. Network Software (20 users) 20.25 12 Mos. 12 each Work Stations 1,943.40 Microfilm Viewer/Scanner 12 Mos. 18 each Token Cards 16 mbps 52.80 12 Mos. 12 each Work Station Software 93.55 12 Mos. 3 each PC Workstations Intel 486/66MHz 54.99 12 Mos. 3 each Workstation Software 11.49 12 Mos. 2 each Laser Printers 17 ppm 199.83 PART #3: AWARD INFORMATION (x)BCC ( )PMD AWARD DATE: 08/07/95 BIDS b CONTRACTS RELEASE DATE:08/06/96 ADDITIONAL ITEMS ALLOWED: Yes AGENDA ITEM #: 1.24, 6(f)(2)(a) OTR YEAR: First of Four SPECIAL CONDITIONS: Warranty - One Year from date of acceptance. TOTAL CONTRACT VALUE: $500,000.00 USER DEPARTMENT Clerk of Courts MODIFIED CONTRACT VALUE: N/A DOLLAR AMOUNT ALLOCATED $ 500,000.00 PROCUREMENT SPECIFICATION SPECIALIST: Cynthia S. Goldman, CPPB CSG/g 08-07-96 k7 9$-- 6A METRO -DADS BID NO: 5048-4/00 OPENING: ' 1:00 P.M. Wednesday DATE: June 21, 1995 METROPOLITAN DADE COUNTY, FLORIDA INVLTA-TI0N TO BID TITLE MICROFILM DIGITAL WORKSTATIONS AND ACCESSORIES, FURNISH AND INSTALL AND PROVIDE MAINTENANCE AFTER WARRANTY EXPIRATION, FOR THE CLERK OF COURTS RECORD LIBRARY THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW. - DID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE -BID CONFERENCE/WALL-THRU TRACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF,SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: . N/A - N/A - N/A SEE SECTION 2.0, PARA. 2.11 N/A SEE SECTION 2.0, PARA. 2.2 N/A N/A N/A N/A N/A FOR INFORMATION CONTACT:. CYNTHIA S. GOLDMAN, CPPB (305) 375-4947 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION aPmted on R*cWMd Paper 9 8- 6A 0 INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE TO A SOLICITATION Each bid proposal returned to the CZff* of tke Bowl must have the following information clearl marked on the faoe of the envelope; ► Biddees name & return addras ► Opening date of the bid ► Bid number ► Title of the bid The_ Bidder shall submit each proposal, consisting of one original and three copies, and an, required attachments in one envelope. The enclosed return envelope should be used whenever possible. If bids are submitted at the same time for different bid solicitations, each bid must be placed in separate envelopes and each envelope must contain the information previously stated. To receive a copy of the tabulation of bids, the Bidder must enclose a self-addressed, stamped envelope when submitting their proposal.. THE RESPONSIBILITY FOR OBTAINING. AND SUBMITTING THIS BID TO THE CLERK OF THE BOARD ON OR BEFORE THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER, DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY THE UNTIED STATES MAIL DELIVERY OR CAUSED BY ANY OTHER OCCURRENCE. BIDS RECEIVED BY THE CLERK OF THE BOARD AFTER BIDS HAVE BEGUN TO BE OPENED WILL NOT BE OPENED AND WELL NOT BE CONSIDERED FOR AWARD. Bids must be submitted to the address listed below by the time specified to be considered for award. . CLERK OF THE BOARD STEPHEN P. CLARK CENTER I I I N.W. 1ST STREET SUITE 210 MIAMI9 FLORIDA 33128 It is the policy of Metro -Dade County.to comply with all requirements of the Americans with Disabilities Act. For sign language interpreter services or bids accessible in format (Braille, tape or large print call (305) 375-5289 five days* in advance. For ADA complaints call (305) 375-3566. 98- 6A SECTION I ENERAL TERMS AND C VDITIONS 1.1 APPLICABILITY These General Terms and Conditions apply to all bids made to Metropolitan Dade Count: (hereinafter referred to as "County") by all prospective bidders (hereinafter referred to, a_ "Bidders") in response to Invitation to Bids issued by the GSA Procurement Managernen Division. The word "Bid" is used in reference to any and all offers submitted it conjunction with this bid solicitition. . 1.2 CONTENTS OF BID (1) Bidders shall thoroughly- read and examine all Bid documents. As Bid documents frequently change for each solicitation, Bidders should not assume that this solicitation contains the same term and conditions that were contained in previous solicitations. (2) Bidders shall make all investigations necessary to thoroughly familiarize themselves with all the conditions affecting this bid solicitation. It is the sole responsibility of the Bidder to fanuliarize themselves with the bid requirements and no plea of ignorance by the Bidder of conditions that exist, or that tray exist as a result of the failure to fulfill the requirements of the bid solicitation, will be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the successful Bidder who is awarded the contract. (3) Bidden are advised that all County contracts are subject to all legal requirements contained in the County's Administrative Order 3-2 and other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this bid solicitation and these legal documents, the higher authority shall prevail. B. Conflicts in the Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, the Special Terms and Conditions, and/or the Technical Specifications the order of precedence is the Technical Specifications, Special Terms and Conditions and then the General Terms and Conditions. 98- 6A . • • 1 111 . • 1 71, X r. 1 • r Requests for additional information, explanations, clarifications or interpretations must b made in writing to the GSA Procurement Management Division contact person, identifiec on the cover page of this bid solicitation, no later than two (2) working days prior to tht scheduled bid opening. Any request received after that time may not be considered, Thf request must contain the proposer's name, address, telephone number, and facsimile number, if transmitted by facsimile. ..Electronic facsimile will be accepted at (305, 375-5409. Facsimiles must have a cover sheet which includes at a minimum,. the proposers name, address, number. of pages iransmitted, telephone number and the sender's facsimile number. The County will issue responses to. inquires and any other corrections or amendments it determines to be necessary by written addenda issued prior to the scheduled opening date. Bidders should not rely on any representations, statements. or explanations other than those made in the bid solicitation or in any addenda to this solicitation. Where there appears to be a conflict between this solicitation and any addenda issued, the last addendum issued will prevail. It is the Bidder's responsibility to .assure receipt of all addenda. The Proposer should verify with the contact person prior to submitting a Bid that all addenda -haw been received. Proposers are required to acknowledge the number of addenda received as part of this solicitation on the attached Addenda Acknowledgment Form. D. Prices Contained in Bid (1) Prompt Payment Terms a. Bidders may offer a cash discount for prompt payments, however, such discounts shall not be considered in determining the lowest priced Bidder. for bid evaluation purposes. Bidders are encouraged to reflect cash discounts in payment terms. b. Bidders are required to provide their prompt payment terms in the space provided on the Bid Proposal signature page of this solicitation. If no prompt payment discount is being offered the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a erp centa,g , it is hereby understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the County, whichever is later. (2) Current Prices Bids indicating prices in effect "at time of shipment" will be rejected, unless otherwise specified in the Special Terms and Conditions. 2 98- 614 (3 iscounts Offered During Term of Cc ict Prices offered in the Bid shall be fixed for a period of 120 days after award b: the Board of County Commissioners, unless otherwise specified in the Specia Terms and Conditions. Thereafter price discounts off the original price; quoted in the Bid Proposal will be accepted from successful Bidder(s) during the term of the contract. , Such discounts shall remain in effect for a minimurr of 120 days from acceptance by the County. (4) Collusion The Bidder, by afii-ar g-a signature to their. Bid, certifies that its Bid is made without previous understanding, agreement or connection either with any person, firm or corporation making a Bid for the same items, or with the Dade County Procurement Division or initiating department. The Bidder certifies that its Bid is fair, without control, collusion, fraud or otherwise ipegal action. The Bidder certifies.that they are in compliance with Section 2-11.1, Conflict of Interest and Code of Ethics Ordinance, of the Dade County Code. The County will investigate all potential situations where collusion may have occurred and the County reserves the right to reject any and all bids where collusion may have occurred. 1.3 PREPARATION AND SUBMISSION OF BIDS (1) The Bid Proposal Form,- which is part of the bid solicitation must be used when submitting a - Proposal. Use of any other form will resuh in the rejection of the bid. (2) The Bidder must furnish any samples or other documents/information required by the bid solicitation. Failure to supply the required samples or documentationrnformation as -required may result in the Bid being rejected. (3) The Bidder's authorized agent must sign the Bid Proposal Form in ink. Failure to sign as provided herein may result in the Bid being rejected. - (4) Unit prices must be shown where required. Where there is a discrepancy between the unit prices and any extended prices the unit prices shall prevail. (5) Multiple Bids will only be accepted if submitted as separate bids, submitted in separate envelopes, which are not for the same product or service. All Bids must meet all requirements of the bid solicitation. Where multiple Bids are submitted for an identical product or service only the lowest price will be considered. (6) Proposed delivery time, if required, must be stated in calendar.days. 3 98- 614 Bidders shall not charge federal taxes ..jr State of Florida sales, excise and uE taxes in bid prices as the County is exempt from payment of all such taxes, excel where the goods are for resale by the County. Such taxes shall be borne by th Bidder except where the County is purchasing the goods for resale. An exemptio certificate will be provided where applicable upon request. (9) The Bid must be typed -or printed in ink. Use of pencil or erasable ink wi'. result in the Bid being rejected. AM corrections made by the Bidder must h. initialed in ink by the authorized anent or the Bid may be.r�eiected. (9) . Telegraphic or facsimile' -bids will not be considered. (10) Once a Bid has been opened, the County will not consider any subsequent submissions which alter the Bid. B. r.. _ .. Prospective Bidders should register with the GSA Procurement Management Division as this will ensure that they receive notice of solicitations when they are issued by the County. The successful Bidder(s) must register with GSA Procurement Management Division, as specified herein, prior to award. Failure to so register will result in the rejection of their Bid. Conducting business with the County requires a business entity to complete a registration application, available through GSA Procurement Management Division, and to pay an annual administrative fee. The following documents are required and included in the registration application form: 1. Commodity Code listing 2. Certificate of Filing of Articles of Incorporation Every Florida based corporation is required to submit a copy of the single Certifications page that was signed and dated by the Florida Secretary of State that shows receipt of the duly executed Articles of Incorporation. 3. Copy of current Business or Occupational License Most Dade County based businesses are require to purchase an Occupational License to conduct business within the County. Where no license exists the business entity must submit such a statement to that effect on their letterhead. 4. Executed Cuba Affidavit This affidavit requires business entities to attest to their business activities and investments in Cuba, and that they are in compliance with Dade County Resolution No. R-656-93, as adopted by the Board of County Commissioners on July 3, 1993. 5. Executed Florida Public Entity Crime Affidavit Florida Statutes, Sections 287.132-133, effective Julv 1, 1989 requires that business entities complete an affidavit with regard to the commission of public entity crimes. 6. Executed Vendor Disclosure of Ownership Form 4 98- 614 7. ig Free Workplace Affidavit 8. eamily Leave Affidavit 9. W-9 Form It is the responsibility of the business entity to update its application concerning any changes, such as, new address, telephone number, commodities, etc. This must be on company letterhead and sent to the..GSA Procurement Management Division, Vendor Assistance. Potential Bidders may contact the Office of Vendor Assistance at (305) 375-5289 for guidance in cpmpleting the registration application. Pursuant to Ordinance No. 94-34, "Any individual who has been convicted of a felony during the .past ten years and any corporation, partnership,, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past teat years shall disclose this information prior to entering into a contract with or receiving funding from the County." Accordingly, Criminal Record Affidavit forms are available upon request at GSA Procurement Management Division/Office of Vendor Assistance for those individuals or firms Mquired to disclose this infonmatign_ The County endeavors to obtain the participation of all minority and disadvantaged business enterprise businesses. Contact the Office of Vendor Assistance for information. 1.4 MODIFICATIONS OR WITHDRAWAL OF BIDS A. Modification of Bids Bids may only be,modified by submission of a modification as provided below prior to the time and date set for bid opening. Any modification submitted to the GSA Procarewe nt Afanagementy Division must contain a new Bid Proposal Form and a letter on company letterhead, signed by an authorized agent of the Bidder, stating that this submittal supersedes the previous bid submittal. The envelope must contain the following information: (1) Bidder's Name & Address (2) Bid Number (3) Opening Date of Bid (4) Title of Bid (5) The following statement; "This is a modification to a previously submitted hid" (6) Date of Modification 5 98- 614 Bids shall be irrevocable unless the Bid is withdrawn as provided herein. A Bid may bE withdrawn only by written letter received by the contact person, prior to the Bid Opening Date or ninety (90) days after the opening of the Bid. The withdrawal letter must be or. company letterhead and signed by an authorized agent of the Bidder. 1.5 EVALUATION OF BIDS ►i .y U•1 •iI:�7 The -County may reject a Bid Proposal for any of the following reasons: (1) Bidder fails to acknowledge receipt of addenda (2) Bidder misstates or conceals any material fact in the Bid Proposal (3) Bid does non conform to the requirements of the Bid (4) Bid requires a conditional award that conflicts with the method of award (5) Bid does not include required samples, certHiicates, licenses as required (6) Bid was not executed by the Bidder's authorized agent on the Bid Proposal Form The foregoing are not the exclusive reasons for which a Bid may be rejected. The County may reject and re -advertise for all or any part of the Bid Solicitation whenever it is deemed in the best interest of the County. • 11 • 1 7"Ir M. (1) A contract shall not be awarded to, any person or firm which is in arrears to .Dade County upon any debt or contract or which is a defaulter as surety or otherwise upon any obligation to the County. (2) -A contract may not be awarded to, any person or firm which has failed to perform any previous contract with the County. (3) A contract may not be awarded to, any person or firm which has been debarred by the County in accordance with the County's Debarement Ordinance. C. Waiver of Informalities The County reserves the right to waive any minor informalities or irregularities in any or all bids. 6 98- 614 r N i M, 1 • • tt -7 (1) Bids will only be considered from firms who are regularly engaged in tt business of providing the goods and/or services required by the Bid. Bidder must be able to demonstrate a good record of performance and have sufficier financial resources, equipment and organization to insure that they ca satisfactorily provide the goods/services if awarded the contract. The tear. "equipment and organization" as used herein shall be construed to mean fully equipped and- well established company in line with the best industr practices in the industry as determined by the County. (2) . The County may conduct a pre -award site inspection or hold a pre-awarc qualification hearing to determine if the bidder is capable of performing tht contract if awarded. (3) The County may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the County or arty other governmental entity in making the award. (4) The County may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid 1.6 AWARD OF CONTRACT A The Bid Solicitation, any addenda issued and the purchase order, if issued, constitute the entire contract, unless modified in accordance with the contract. B. Tie Bids will be decided by the Director of Procurement or designee. C. The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specification. The Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the County. Where the Bidder is in default of these contractual requirements, the County, through action taken by the Procurement Management Division, will void its acceptance of the Bidder's Proposal and may accept the Bid from the next lowest responsive, responsible Bidder or re -solicit the County's requirements. The County at its sole discretion may seek monetary restitution from the Bidder and its bid bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder. These documents may either be the contract, a purchase order, notice of award or an award sheet. 7 98— 614 E. The . -inty reserves the right to automatica.. f extend this contract for up to ninet (90) calendar days beyond the stated contract term in order to provide Count departments with continual service and supplies while a new contract is being solicitec evaluated and/or awarded. If the right is exercised, the County shall notify the Bidder in writing, of its intent to extend the contract for a specific number of days, not v exceed ninety (90) days, prior to the expiration of the contract term. F. Where the contract involves a single shipment of goods to the County the contrac term shall conclude upon completion of the expressed or implied warranty periods. 1.7 RIGHTS -OF APPEAL . . Any - Bidder may protest any recommendation for contract award in accordance with the procedures contained in Dade County Ordinances 94-26, 94-72 and Section 2-9.4 of the Dade County Code. 1.8 CONTRACTUAL OBLIGATIONS A Rules. Regulations. Licensing Requirements The Bidder shall comply with all laws and regulations applicable to the goods or services contemplated herein. Bidders are presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods or services offered, especially Executive order 11246 entitled "Equal Employment Opportunity" and as amended by Executive order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60), the Americans with Disabilities Act of 1990 and implementing regulations, the Rehabilitation Act of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives, ordinances, rules, orders and laws relating to people with disabilities. B. Conditions of Material and Packaging (1) All goods furnished must be new, unless specified in the Special Conditions or Technical Specifications, and free from defects. All containers shall be suitable for shipment and/or storage. The bid price shall include standard commercial packaging unless otherwise specified in the Special Conditions or Technical Specifications. (2) All goods furnished shall be fully guaranteed by the Bidder against factory defects and shall be fit for the purpose intended under this contract. Any defects which may occur within the period of the manufacturer's standard warranty or the failure of the product to be fit for the purposes intended shall be corrected by the Bidder at no expense to the County. The standard manufacturer's warm-i.ty may be s ;pe: -s.,.ede—A boy the SpccW Conditions or Technical Specifications. 8 98- 614 C. subm ;Ming The Bidder shall not subcontract any portion of the work without the written pric consent of the County. The ability to subcontract may be further limited by the Specia Conditions or Technical Specifications. D. Assignment The Bidder shall not assign, transfer, sublet or otherwise dispose of the contract, including any rights, title or interest therein, or their power to execute such contract to any person. company, •or corporation. without the prior written consent of the County. R7as Prices quoted and deliveries are to be FOB Destination, freight included, unless otherwise specified in the Special Conditions. Deliveries are to be made during County business hours unless otherwise specified in the Special Conditions. . F. Title Title to the goods shall not pass to the County until after the County has accepted the goods or utilized the goods, whichever comes first. 1.9 MODIFICATION OF THE CONTRACT The contract may be modified from time to time in writing thought the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 1.10 TERMINATION FOR CONVENIENCE The County at its sole discretion may terminate this contract, without cause, by providing the Bidder(s) with thirty (30) days advance notice. Upon the receipt of such notice the Bidder shall not incur any. additional costs under this. contract. The County shall be liable only for reasonable costs incurred by the Bidder(s), as determined by the County, regardless of the method of payment required by the contract, as the result of such termination. 1.11 TERMINATION FOR DEFAUkT The County may terminate this contract upon the failure of the Bidder to comply with the provisions and requirements of the contract. The County's decision not to take action upon a failure of the Bidder to perform shall not be construed as a waiver of the ability of the County to take action at a later date and time. The date of termination shall be stated in a written notice to the Bidder. 0 98- 614 in the evt..t the Bidder is terminated for default, the County reserves the right tc re -procure the goods or services from the next lowest responsive/responsible bidder o re -solicit the contract. The County may charge the Bidder any differences in cost between the Bidders price and the reawarded price and the costs associated with reawarding or re -soliciting this contract. wv. LIa" io 98— 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 SECTION 2.0 SPECIAL CONDITIONS MICROFILM DIGITAL WORKSTATIONS AND ACCESSORIES 2.1 PURPOSE: TO FURNISH AND INSTALL ITEMS The purpose of this Invitation To Bid is to secure Bid Proposals.to furnish and - install a Micrographic Digital Workstation -System Network and provide maintenance after warranty expiration as listed. and. specified herein and in the Bid Proposal Form. 2:2 RACE/ETHNICITY/GENDER CONTRACT MEASURES This contract includes .Participation Provisions for Certified Black Business Enterprises (BBE's) and/or Certified Hispanic Business Enter- prises (HBE's) and/or Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: UPON COMPLETION This contract shall commence upon the date of the purchase order and shall remain in effect until such time as the commodities, equipment and/or services acquired in conjunction with this Invitation to Bid,. have been completed and accepted by the County's authorized representative, and the first year maintenance period has expired. 2.5 OPTION TO RENEW FOR ADDITIONAL YEARS (With Price Adjustment) The prices for a one year period from effective date shall be consistent with the provisions outlined in section 2.7 of these terms and conditions; at which time Dade County shall have the option to renew for'an. additional three (3) years on a year to year basis. At that time Dade County will consider adjustment to price based on Department of Labor Consumer Price Index, All Urban Consumers, Miami - Ft. Lauderdale. Adjustments in excess of 5% per item shall not be considered. Continuation of the contract beyond the initial period is a County prerogative; not a right of the bidder. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. 2.6 METHOD OF AWARD: To Low Bidder In The Aggregate Award of this contract will be made to the responsive, responsible bidder who bids on all items and whose bid offers the lowest price when all items are added in -the, aggregate. If bidder fails to bid on all items its bid shall be declared non -responsive. The County will award the total contract to a singl6 bidder. Page 1 98 - 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT If the bidder is awarded a contract under this bid solicitation, the prices proposed by the bidder shall remain fixed and firm during the term of contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the County at any time during the contractual term. 2.8 EXAMINATION OF SITE RECOMMENDED Prior to submitting its proposal it is advisable that the bidder visit the site of the proposed work and become familiar with any conditions which may in any manner affect the work to be done or affect the equip- ment, materials and labor required. The bidder is also advised to examine carefully the- drawings and -specifications and to become thoroughly informed regarding any and all conditions and requirements that may in any manner affect. the work to be performed tinder the contract. No additional allowances will be made because of lack of knowledge of these conditions. For site visitation appointment and for any additional information required regarding the specifications and requirements of this bid contact Marie Gantt at 305/372-7863 for appointment. 2.9 Intentionally Omitted 2.10 Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE - '(1) GENERAL SERVICE AND MAINTENANCE CONTRACT The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection - therewith, and sha1J defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workmen's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Public Liability Insurance on a comprehensive basis in an .amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Dade County must be shown as an additional insured with respect to this coverage. Page 2 98- 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined -single limit per occurrence for bodily injury and property damage. The insurance coverage -required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of'the vendor. All insurance policies required above shall be issued by companies. authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "C.lass V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M-. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List -of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any cther section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0, para 1.6 of the General Terms and Conditions. 98 614 Page 3 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted, to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance -certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County -at a minimum.. of thirty. (30) cal*endar days .in advance- of such expiration. . In the event that- expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation 'To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension- exceeds thirty (30) calendar days, the ,County may, at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.0, para. 1.11 of the General Terms and Conditions. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 Upon -completion and acceptance of the work required in conjunction with this contract, the successful bidder(s) shall submit one lump sum invoice that reflects the total value of the contract. This invoice shall be submitted to the County using department(s) that accessed the contract through a purchase order. The invoice shall reflect the appropriate purchase order number, the address of the work place, and all itemized material and labor costs; if applicable. METHOD OF PAYMENT: MONTHLY INVOICES - MAINTENANCE The successful bidder(s) shall submit monthly invoices by the tenth (loth) calendar day of each month. These invoices shall be submitted to the County using department(s) that requested the service through a purchase order. The invoices shall reflect the appropriate purchase order number, the service location(s) and the type of service provided to the County in the prior month. 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and .shall hold title to the goods until such time as they are delivered to, installed at -and accepted by, an authorized County representative at the Clerk of Courts Record Library, 44 West Flagler Street, 9th Floor, Miami, Florida 33130. Page 4 98 - 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 2.17 DELIVERY AND INSTALLATION SHALL BE THIRTY DAYS AFTER DATE OF PURCHASE ORDER The bidder shall deliver and install the system within thirty (30) calendar days after the date of the purchase order. Delivery shall be made in accordance with.good commercial practice and shall be adhered to .by the successful bi.dder(s); except in such cases where the delivery will be delayed -due -to acts of God, strikes, .or other causes beyond the control of the bidder. In' these cases, the bidder shall. notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. -Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, .the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. 2.18 BACK ORDERS SHALL NOT BE ALLOWED The County shall not accept any back orders of deliveries from the bidder. Accordingly, the bidder is required to deliver all items to the County within the time specified in this solicitation; and -no grace period shall be honored. In the event that the bidder fails to deliver the goods within the time specified, the County reserves the right to cancel the order, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 WARRANTY.SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the County at the time of'defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within one (1) calendar day after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails Page 5 98 -- 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within fifteen (15) calendar days of receipt of the notice. - If the bidder fail.s to satisfy the warranty within the period specified in the notice, the County may (a) place the .bidder -in default •-of its contract, *ard/or (b) procure the products or services from another* vendor 'and charge the 'bidder. for. -..any. additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.20 CONTACT PERSON For any. additional information regarding the °specifications and requirements of this contract, Contact: Cynthia S. Goldman, CPPB at 305/375-4947. 2.21 LOCAL PREFERENCE The award of this contract is subject to Ordinance No. 94-166 amending the code of Metropolitan Dade -County, Florida effective September 23, 1995 which, except where federal or state law mandates to the contrary, allows preference to be given to a local business in the amount of one and one-half percent (1.5%) of the bid proposal price. In the case of tie bids involving local businesses, preference will be given to the local business having the greatest percentage of its employees that are Dade County residents. For the purposes of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Dade County or has a place of business located in Dade County at which it will produce the goods or perform the services to be purchased. 2.22 QUARTERLY REPORTING, WHEN SUB -CONTRACTORS ARE UTILIZED Bidders are advised that when sub -contractors are utilized to fulfill the -terms and conditions of this contract, Metropolitan Dade County Resolution No. 1634-93 will apply to this contract. This resolution requires the successful contractor(s) to file quarterly reports as to the amount of contract monies received from the county and the amounts thereof that have been paid by the contractor directly to Black, Hispanic and Women -Owned businesses performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work and their receipt of such monies. For purposes of applicability, the requirements of this resolution shall be in addition to any other reporting requirements required by law, ordinance or administrative order. Page 6 9 8 -- 614 METROPOLITAN DADE COUNTY 2.23 Intentionally Omitted 2.24 Intentionally Omitted 2.25 ADDITIONAL NUMBER OF BI BID NO. 5048-4/00 Although*thi.s bid solicitation specifies the exactor estimated number of items. or units to be purchased by the County, it is understood and agreed that the County may, during the term of the contract, purchase additional workstations from the successful bidder; provided that these additional items or units represent the same manufacturer, model or brand, and price offered by the successful bidder in its bid proposal. 2.26 CLEAN-UP All unusable materials and debris shall be removed from the premises. At completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the Department -Project Manager. 2.27 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this bid shall be in accordance with .all governmental standards, to include, but not limited *to, those issued by the Occupational Safety and Health Administration (OSHA),the' National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 2.28 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.29 EMPLOYEES ARE RESPONSIBILITY OF BIDDER All employees of the bidder shall be considered to be, at all times, the sole employees of the bidder under its sole direction and not an employee or agent of Dade County. The bidder shall supply competent and physically capable employees. Dade County may require the bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Dade County property is not in the best interest of the County. Each employee shall have and wear proper identification. 2.30 EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE The equipment being offered by the Bidder shall be the most recent model available. Any optional components which are required in accordance with the Bid Specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete Page 7 9 8 - 61 4 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 unit. The unit shall conform to all applicable O.S.N.A., State, and Federal safety requirements. All components, including but not limited to assists, wiring, accessory mountings, parts, connectors and adjustments, are to be in accordance with current S.A.E. standards and recommended practices. The engineering, .materials and workmanship shall exhibit a high level. of quality and appearance consistent with or exceeding industry standards. 2.31 ENVIRONMENTALLY ACCEPTABLE PACKAGING Effective June 16, 1992, al-1 contracts in excess of ten thousand ($10,000) dollars will be affected by Resolution Number R738-92 amending Metropolitan Dade County Administrative Order 3-2 (relating to the procurement.of goods and services). As a waste management alternative, and as an additional means of reducing the volume and toxicity of waste and by-products entering Florida's solid waste stream, Metropolitan Dade County has instituted the following policy with regard to source reduction. In order to discourage excessive packaging of a product solely for marketing purposes and to encourage packaging for purposes of ensuring durability, re -usability and recyclability. No goods, shalt be purchased if the goods constitute less than 90 percent (by volume) of the item being purchased or if the.goods_contains more than 10 percent package and packing material .(by volume). No packaging shall be purchased which is not environmentally acceptable packaging. For purposes of meeting the requirements of this resolution, "Environmentally Acceptable" shall be defined as; any item that is returnable for reuse or recycling, or which is recyclable. In order to insure compliance with this resolution, bidders shall indicate in the space provided on the bid proposal page, the method to be used for returning packaging materials to the distributor in conjunction -with this solicitation and/or by completing the General Services Certification of Recycled Product Content Form indicating the ability of the materials to be recycled through existing recycling collection programs. Appeals for waiver of these requirements may be made in writing to the County Manager through the Director of Procurement Management. No waiver shall be effective unless approved -by a majority vote of the Board of County Commissioners. Proposals failing to provide this information may result in being declared non -responsive; however the Bidder shall be given the opportunity to provide the information during the bid evaluation period. At such time, the Bidder shall be given fifteen (15) calendar days to submit this information. Vendors wishing to obtain a copy of the complete resolution should contact The Office of Vendor Assistance at (305) 375-5289. 98- 614 Page 8 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 2.32 FURNISH AND INSTALL REQUIREMENTS These specifications describe --the various functions and classes of work required as necessary for the completion of the project. Any technical omissions of functions or classes within the sections of these specifications shall not relieve the bidder from furnishing, installing or performing such work where required to the. satisfactory completion of the project. 2.33 MATERIALS 'SHALL BE NEW AND WARRANTED AGAINST DEFECTS _- The Bidder hereby acknowledges and agrees that all materials, except _where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability and fit for a particular purpose; In the event any of the materials supplied to the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such materials to the Bidder at the Bidder's expense or (2) require the Bidder to replace the materials at the Bidder's expense. 2.34 OMISSION FROM THE SPECIFICATIONS The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any poi-nt shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 2.35 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery. ticket with any items to be delivered in conjunction with thin bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.36 PATENTS AND ROYALTIES The bidder, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or as a result of any copyrighted, patented, or unpatented invention, process, or article manufactured by the bidder. The bidder has no liability when such claim is solely and exclusively due to the combination, operation or use of any article supplied hereunder with equipment or data not supplied by bidder or is based solely and exclusively upon the County's alteration of the Page 9 98 - 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 article. The purchaser will provide prompt written notification of a claim of copyright or patent infringement. Further, if such a claim is made or is pending, the Bidder may, at its options. and expenses, procure for the purchaser the right to continue use of, replace or modify. the article to render it non -infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the contractor and receive reimbursement, if any, as may be -determined by a court of competent jur-isdiction.).-If- the bidder uses any design-, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved*in the work. 2.37WORK ACCEPTANCE This project will be inspected by an authorized representative of the County. This inspection shall be_performed to determine acceptance of work, appropriate invoicing, and warranty conditions. . 2.38 DEMONSTRATION: After the Bid Proposals are opened.by the County, the apparent low bidder will be required to install on site three microfilm digital workstations and a printer in a network environment for a one week demonstration of the equipment which has been proposed for evaluation by, and at no cost to, the County. The purpose of the demonstration is to observe the equipment in an operational environment and to verify its capability, suitability, and adaptability vis-a-vis the performance requirements stipulated in the bid. The County shall be the sole judge of the acceptability of the equipment in conformance with the bid specifications and its decision shall be final. If the apparent low bidder's equipment fails to meet the requirements of the bid within -the one week period, the County may either extend the demonstration period or ask the bidder to.r-emove its equipment and ask the next low bidder to demonstrate its equipment. Due to the vast differences in the quality of microfilm, the vendor must be able to provide a legible copy of the following Official Record Books: Book 11469, Page 2586; Book 11469, Page 2587; Book 8895, Page 505; and Book 8895, Page 575. These referenced records can be viewed in the Clerk's Record Library on Monday thru Friday from 8:30 A.M. to 4:30 P.M. The equipment used for the demonstration shall be the same as the manufacturer's model identified in the bidder's proposal. Accordingly, the equipment used in the demonstration shall create an express warranty that the actual equipment to be provided by the bidder during the contract period shall conform to the equipment used in the demonstration. The bidder shall be required to provide adequate restitution to the County, in the manner prescribed by the County, if this warranty is violated during the term of the contract. 98- 614 Page 10 METROPOLITAN DADE COUNTY 2.39 TRAINING BID NO. 5048-4/00 The bid must include on -site training. Training will include three areas: (1) basic operation including workstations, printing options and faxing for fourteen people, (2) network administration including backups, assigning users, maintenance, etc. for four people and (3) troubleshooting including clearing microfilm jams, replacing lamps, checking cable connections, etc. for four people. - The vendor must remain on site for a'three. week period during the training... In addition, the vendor will provide assistance training the regular customers. 2.40 ACCEPTANCE OF PRODUCT BY THE COUNTY The County shall conduct acceptance testing during the first thirty (30) days immediately following installation of the equipment. During this period the equipment shall meet or exceed the following criteria. The equipment shall operate 97% of the time for a period of no less than thirty (30) consecutive days. If acceptance is not achieved within the thirty (30) day period, the County shall have the option of terminating the contract, with no obligation incurred on its part, or continuing the acceptance tests. The County's option to terminate the contract shall remain in effect until such time as successful completion of the acceptance period is attained. 2.41 MAINTENANCE Maintenance must be on site, Monday thru Friday from 8 A.M. to 5 P.M. If the machine is* down for more than one day, a loaner must be provided the next day or necessary repair parts shipped overnight. S- 611 Page 11 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 SECTION 3.0 TECHNICAL SPECIFICATIONS DIGITAL WORKSTATIONS AND ACCESSORIES 3.1 ENVIRONMENT: Present Environment The Clerk's Record Library is located at -44 W" Flagler St'. on t 9th*Floor.. It maintains 16 mm copies of all documents recorded the County Recorders Office and 16 mm copies of all indexes f _both official records and.Civil records, Presently, 36 microfi readers are available for public use and 6 reader/printer microfi workstations are available for employees to make copies. addition to the public, there are a group 'of "regular" users w, are in the library virtually every day and are our core customer accounting for a significant portion of the 2,000 copies made on average day. Typically the public checks the online index or t: microfilm index to determine the book and page of the document thi would like to see. They then request the reel of film (they cz request up to five) . The film has been preloaded into an AN: cartridge which is inserted into a microfilm viewer. The specif: page is then located with a manual knob control. If a copy of specific document is required, the film is .given to a clerk wit the book and pages to be printed. At times, a customer may as for an entire document beginning with a certain book and pas number. At that point, the clerk must determine where the end c the document is while making the copies. The clerk loads the fil and makes a copy of the page(s) and sends them to the cashier. Th clerk performs a cropping procedure to reduce the usage of toner New Environment Initially, eight digital workstations will be placed for public us in the Records Library and four will be placed in the employee area. All of these workstations will be networked so that a prin copy can be sent to the server with a user's identification and ca be printed, on demand, by the cashier when the individual pays Three PC's without digital scanner stations will be included t control printing, preview print jobs and to access networ' functions. (see item 38) . Each workstation will have a PC tha will be capable of host communication to allow access to the onlin, index system. This will allow searches for information while copies of documents are being sent to the server file. In the future, we would like to provide the most current scannec images from film of the previous five days documents( 25,000 page= for five days). The workstations must be capable of scanning z roll of film, unattended, and'storing the images in a compresses format on the file server. (see item 3) Page 12 9 8 - 614 METROPOLITAN DADE COUNTY BID NO. 5048-4/00 3.2 MINIMUM REQUIREMENTS: MICROFILM DIGITAL WORKSTATION 1. The workstation must be able to scan 16 mm reel microfilm at a minimum of 400 dpi resolution to allow for the electronic/digital processing of the film images. 2. The workstation must have a.uset-selectable "sign -on" function that controls system access and which will identify the customer requesting the printed copies. 3. The workstation must be capable of providing unattended scanning of -*a roll of microfilm to a file at the server. This would be used to allow scanning of the previous days images at PC workstations in the future. 4. The workstation must automatically thread 16 um microfilm upon insertion of an ANSI magazine. 5. The workstation must transport microfilm at a minimum of 15 feet per second while searching and refiling. 6. The workstation must allow manual control of the film movement through a variable speed, motorized film control. 7. The workstation must provide access to an image after operators key in a unique film address and initiate a search.. 8. The system must incorporate open architecture to allow for future upgrades and acquisitions that are not vendor dependent. 9. The workstation. must have a viewing screen with minimum dimensions of-ll" X 11" 10. The workstation must allow the operator to adjust lamp intensity from bright to dim. 11. The workstation must have a manual focus control. 12. The workstation must maintain constant focus at a given magnification from roll to roll and from film edge to film edge. 13. The workstation must offer a zoom lens with a minimum range of 16X to 30X. The system must maintain focus throughout each zoom range. Page 13 9 8_ 614 METROPOLITAN DADE COUNTY 6ID N0. 5048-4/00 14. The workstation must have a PC (INTEL 486-66Mhz 16 MB RAM 34C MB Hard Disk 15" Color VGA Monitor) to view the digitized image, tc allow the user to sign on and to allow 3270 emulation to access the mainframe indexing system. The 3270 card and software need not be added to the bid, however the Clerk's Office, as part of the demonstration, will install a 3270 card and software to test for compatibility with the vendor's hardware and software as part of the demonstration. 15. The workstation must allow the operator to automatically scan a desired number of images from the last page to the first page to produce the prints from the first page to the last page. 16. The workstation must offer both automatic and manual crop options for delivering a section of a displayed image to an output device. 17. The workstation must automatically detect the edges of a document and automatically activate the cropping values needed to eliminate the areas outside the -image edges from being scanned and printed. 18. The workstation must allow the operator to correct the skew of a film image prior to delivery to an output device. 19. The workstations and their associated software must be able to print at 100% of the microfilm image or to reduce the image to letter -size (8 1/2" by 110) paper based on the operator's instructions. 20. Each unit must be delivered as a complete workstation with its own base or console which must comply with existing ADA requirements. 21. Images must be stored in a standard TIFF format. LAN 22. The system must incorporate open architecture to allow for future upgrades and acquisitions that are not vendor dependent. 23. The server must include 4 gigabytes of hard disk storage. 24. The server must be able to receive a digitized image from the microfilm retrieval device and store it on its hard disk. 25. The server must provide the option to route any or all the documents to a printer and/or to fax any or all documents directly Page 14 9 8 - 614 METROPOLITAN DADE COUNTY to another facsimile machine. BID NO. 5048-4/00 26. The server (access only thru one of the 3 PC workstations) must allow the employee to _ A.)either print or delete the file B.)print and save the file C.)fax and delete the file D.)fax and save the file E.) default certain workstations td. a' specific. printer F.)allow.employees to select a certain printer for an electronic file folder G.)preview the file or selected documents within the file at one of the 3 PC workstations. This must be done by employees only. 27. -The system must be able to transmit facsintiles in background mode, thereby allowing other retrieval activities to continue on the system. 28. The network musts be capable_ of supporting 40 microfilm retrieval devices; as well as 6 PCs for"preview and printing control and 5 printers without a significant degradation in response time. 29. The server must be able to keep a statistical record for each individual user that will track the number of documents that the user *has requested under their account code. The file can be deleted or maintained at the operator's discretion. For statistical purposes, the system must keep track of the total number of prints and faxes per day and the total per month. 30. Token -ring topology (TYPE 5 UTP cabling) must be used for the network. 31. The network server must be a minimum of a Pentium 90 MHz 32 MB RAM with 4 gigabytes of hard disk space. 32. The network must have a tape drive capable of backing up 4 gigabyte on a single tape. 33. -The network operating system must utilize TCP/IP protocol. PRINTERS 34. The bid must provide two printers with a minimum print speed of fifteen pages per minute. 35. The printers must use plain 8 1/20 X 11. 20 pound bond paper, not thermal paper. The printer must have two paper trays each 98- 614 c2„o 1s METROPOLITAN DADE COUNTY BID NO. 5048-4/00 capable of holding a ream of paper (500 sheets). 36. The cost per page (toner) must be $.02 per page or less. 37. Each print job must have a header sheet to identify the customer. OTHER 38. Three additional'PC's (INTEL 486-66Mhz 16 MB RAM 340 MB Hard Drive 150 Color VGA monitor) are to be included in the bid. These machines will be used to control printing of requested documents by employees and to provide preview of the documents prior to printing. 39. The system must be installed and made fully operational by trained service engineers as part of the bid. Token ring cabling including tipping shall be installed by the vendor. 40. System must be user friendly. Workstation operation must be simple enough for the general public to use with little or no assistance. The Clerk's Office Staff will be the sole judge of the ease of use of the.system's operation. 41. The vendor must provide three customer references who have similar systems installed and operating by said vendor. Please provide company name, contact person, telephone number, address and description of the system. 98- 614 Page 16 AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 5048-4/00-1 ITEM: - Microfilm Digital Workstation (MicroDax 3000) and Accessories, Furnish/Deliver a Install DEPARTMENT: City Clerk's Office TYPE OF PURCHASE: Short Term REASON: The Office of the city Clerk needs to procure a Window based microfilm digital workstation which will replace equipment purchased in the 1970's. The current retrieval equipment is now obsolete. RECOMMENDATION: It is recommended that award be made to Minolta Business System, Inc., under existing Miami -Dade County Contract No. 5048-4/00-1, at a total cost not to exceed $18,300.00; Allocating funds from the Capital Improvement Project No. 311033-229401-840, "City Clerk's Office Microfilm Enhancements". Judy S. irector of Purchasing (P /� lc*� Date Award Under Dade County Contracts 98- 614