HomeMy WebLinkAboutR-90-0005i
J-90-5
1/2J90 WO5
RESOLUTION NO. 900
A RESOLUTION ACCEPTING THE BID OF G.R.S.,
INC. FOR THE FURNISHING OF COMPUTER AIDED
TRANSCRIPTION SYSTEM SOFTWARE IN THE AMOUNT
OF $30,240.00 AND APPROVING THE PURCHASE OF
COMPUTER AIDED TRANSCRIPTION SYSTEM HARDWARE
FROM THE UNISYS CORPORATION AVAILABLE UNDER
EXISTING STATE OF FLORIDA CONTRACT NO. 250-
040-89-1, IN THE AMOUNT OF $12,232.00, FOR
THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED
COST NOT TO EXCEED $42,472.00; ALLOCATING
FUNDS THEREFOR FROM LAW ENFORCEMENT TRUST
FUND PROJECT NO. 690001, ACCOUNT CODE NO.
290923-840; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE PURCHASE ORDERS FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received October 2, 1989 for the furnishing of Computer Aided
Transcription System Software to the Department of Police; and
WHEREAS, invitations were mailed to twenty (20) potential
suppliers and one (1) bid was received; and
WHEREAS, the Department of Police wishes to purchase the
Computer Aided Transcription System Hardware from the Unisys
Corporation available under existing State of Florida Contract
No. 250-040-89-1 in the amount of $12,232.00; and
WHEREAS, funds for this purchase will be available from the
Law Enforcement Trust Fund Project No. 690001, Account No.
290923-840; and
WHEREAS, this service will be used by the Department of
Police/Homicide Unit for the purpose of investigating and
prosecuting more effectively and efficiently homicide cases; and
WHEREAS, the City Manager and the Director of the Department
of Police recommend that the bid received from G.R.S., Inc. be
accepted as the only responsible and responsive bid, and the
.Int" +c+cribiTv 11CT
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 October 2, 1989 bid of G.R.S., Inc. for the
furnishing of Computer Aided Transcription System Software in the
proposed amount not to exceed $30,240.00 is hereby accepted and
approving the purchase of Computer Aided Transcription System
Hardware from the Unisys Corporation, available under State of
Florida Contract No. 250-040-89-1 in the amount of $12,232.00 for
the Department of Police at a total proposed cost not to exceed
$42,472.00 is hereby approved with funds therefor hereby
allocated from the Law Enforcement Trust Fund Account No. 290923-
840.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this equipment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 11th day of January , 1990.
Computer Aided Transcription System
Intl:
g9-9.0-003
l` 9)ATE OOS RECEIVM:_ober 2, 1989 2: 30 p.m.
81OD1=1�
TOTAL
DID AMOUNT
DID BOND (or) !►� �r
CASHIER'S COCK
G.R.S., Inc
Broken down
by items
NQ BID:
Technology Center
Thomas Electronicst Inc.
Financial Computer Systems, Inc.
Astrz Info. System
f
i
r�
LEGAL, ADVERTISEMENT
E CE lVEi�
BID No. 89-90AWA SEP 14 PH 2: 00
MATTY HIRAI
CITY CLERK
CITY OF NIAMI, FLA.
L
Sealed bids will be received by the City of Miami City Clerk at
her office l0 3500 Pan AmarInan Drive, Miami, Florida not
later than .m* c o r for the furnishing of a
Computer Aided TranmvrTption System or the Department of Police.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10538 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City of Miami Minority/Women
Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite
400, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 6322 )
Cesar H. Odio
City Manager
OF MIAMI, FLORIDA
. L
C
�T` #m; F'[ a�:"aiz ray - ..' : ra r • +� r
ai � >liy"Me,�rra�
� 5 4 �..e•h�it�}t � _ ������\� O �I;Y������±�1Wm � 1 '� F�•.
x �, REQUISITION N FOR ADVERTISEMEN
pracu�ement ( for police)Stp
MATTY
f
�f 5e tetanb Ii 198 575-5174
OAT PHONE APPROVED BY +
a.
;ialitov Maria A
DIRE&O 16SUING mom"
d� '. YYf�i iMMY"' - ..�.� — ___—_•i��l�� Yil'IILIW11iYi1WfYl ll�d
PuNi� the attached a6ertisement 1 One (I) times. i
1 (rvuft r d limes)
1y* of advertisement: legal classified display
(ChN k One)
Legal; September 18, 1989
Site: Starting date
First four words ofadveltlsement: Hid No. 89-90-003: Sealed bids will be..,.. -
fI �.
Reirriarks: .�
LINE.
PUBLICA,
A-1
S-2
0.4
E-5
F3
F4
LINE
TRANS
11
13' 117.18
—'
0
1
2
4-1
VP
a
1-2.-99
DO NOT, TYPE BELOW THIS LINE. FOR USE OF FINANCE. DEPARTMENT ONLY. i
t '
DATE(S) OF
W - ADVERTISEMENT INVOICE
{F5
iew
F7 1 FS
34 39142
l
F9 off" F10, ' F1
VEkD0R INDEX C
Midi m
:al is DESCRIPTION 32
vim '
CITY OF MIAMI, FLOPIDA
7.',.'.CAm7
INTER -OFFICE MEMORANDUM ,
to: DATE : C � FILE .
The Honorable Mayor and Members DEC
3 1989
of t City Commission
SUBJECT Recommendation for Resolut9
A�e� Award of Bid No. 89-90-003,
Computer Aided Transcriptic
FROM . Cesar H. Odio REFERENCES System
City Manager.
ENCLOSURES:
It is respectfully recommended that an award be made and a
resolution be passed accepting the bid of G-R.S Inc., in the
amount of $30,240, for furnishing a computer aided
transcription software package and also authorizing the purchase
of the hardware portion of the system from the Unisys Corporation
in the amount of $12,232.
The Police Department has analyzed the bids received on October
2, 1989, for the furnishing of a transcription system, as
authorized by Resolution No. 89-213. This equipment will be
utilized by the Homicide Unit of the Police Department to more
effectively and efficiently investigate and prosecute homicide
cases. The system that we are currently utilizing is slow,
repetitious, expensive and outdated. The proposed system is the
latest equipment and will eliminate the costly and repetitive
typing of witness statements and investigative reports. The work
product will be completed quicker and will be of a superior
quality.
The Unisys Corporation currently has a state contract under which
the hardware for this system can be purchased. The state
contract number is 250-040-89-1.
On September 21, 1989,
invitations for
sealed bids
were sent to
prospective vendors.
Buis were opened
on October
2, 1989, with
one vendor_ submitting a bid and four (4)
vendors submitting -iio-
blds."
Ms. Adrienne Macbeth
was contacted
reference
to Minority
Participation and
she concurs with the
Department's;
recommendation.
(I
0
The Honorable Mayor and Members
of the City Commission
Page 2
Bid No.
89-90-003
It is, therefore, recommended that the award of bid be made to
G.R.S. Inc., in the amount of $30,240 for the software package
and to the Unisys Corporation, in the amount of $12,232, for the
hardware. The total amount of this purchase is $42,472. The
Department's specifications have been met, and the funding source
will be the Law Enforcement Trust Fund, Project No. 690001, Index
Code 290923-840.
Amount of Bid I of Cogt Estimate:
$42,472
Cost eatimatefBudgeted Amount:
$42,472
Source of Funds•
Law Enforcement Trust Fund
.Minority representation:
Non -Minority Vendor
Public Hearings/Notices
N/A
Assessable Project:
N/A
100%
to
FROM
CITY OF MIAMI, FWRP
t .. J .; L. l I, is 1 V .— /, 7
INTER -OFFICE MEMORANDLrM _ ;
William J. Schaut
Chief Procurement Officer
Perry L. Anderson, Jr.
Chief of Police
DATE Nov =Q � ing FILE
SUBJECT Bid Approval, Bid No. 89-90
Computer Aided Transcriptio
System
REFERENCES .
ENCLOSURES.
This department has verified that funds are available with the
Departments of Finance and Budget to cover the cost of a computer
aided transcription software and hardware package at a cost of
$42,472. Funding is to be from the Law Enforcement Trust Fund,
Project No. 690001, Index Code 290923-840.
FINANCE REVIEW & APPROVED BY:
Carlos Garcia, Director
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
Manohar, Surana, . Director
Department of udget
r,
v
ADDITIONAL APPROVALS
(IF REQUIRED)
Eduardo Rodriuez, CIP Manaqer
City Manager's Office
Frank Castaneda, Director
Community Development
(This form properly signed is part of the bid eva.ltietion And
recommendation package to he placed on the agenda and must be
attached to the resolution cover memorandum.)
CITY 6F MIA, 3. FLO .,
PhotURtMENT MANA3Eh, GEM
DIVISION
BID SHEET
P.Cfk_ -)X 330708
Miai,,.L, F1 33233-0708
TELEPHONE NO. 575-5174
BID NO. 89-90-003
1MPORTANTa BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
D LICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SELL RITY IS REQUIRED,A BID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR .BOND IS SUBMITTED IN THIS ENVELOPE.
Terms-.Eet30_ (Include cash discount for prompt payment, if any)
Additional discount of hone % if awarded all items.
Warranty and/or guarantee: One Year
State any variances to specifications (use separate sheet if
necessary) : Hoge
Delivery: 4�calendar days required upon receipt of Purchase Order.
Delivery Point(s): Miami Police Department - Pro2erty Bureau only
400 N.W. 2nd Avenue
Miami, F1 33128
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to.furnish the Item(s) at Prices indicated on the attached bid
sheet (s) .
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
Susan Gardner
Brian Gardner
Please use the back of this page if more space is necessary
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
.in :he undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the City of
-iiani, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: Gaiclner' enorting Service Signature:
company name
Print Name: Brian Gardner
Indicate if Minority Business: Date: 09/20/89
[ ] Black [ ] Hispanic [ ] women
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS
P.O. BOX 3307US
CITY OF MIANI, FLORID
PROCUREMENT MANAGEMEN4*
DIVISION
Miami F1 33233-0708
TELEk ..ONE NO. 579-6380
RFP NO.
RFP SHEET
IMPORTANT: PROPOSAL SHEET AND PROPOSAL ACKNOWLEDGEMENT MUST BE
RETURNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY
PROPOSAL NUMBER., TIME AND DATE OF PROPOSAL OPENING. IF SECURITY
IS REQUIRED, A PROPOSAL. WILL NOT BE ACCEPTED UNLESS THE DEPOSIT
OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: As noted ( Include cash discount for prompt payment, if any)
Additional discount of 0 if awarded all items.
Warranty and/or guarantee: vendor Warranty
State any variances to specifications (use separate sheet if
necessary) : As noted on response format
Delivery: 0 calendar days required upon receipt of Purchase
Order,
Delivery Point (s) : City of Miami Depot .facility and/or
6161 Blue Lagoon Drive - Unisys Facility
In accordance with the Inv tation to Proposal, the Specification;-,
General Conditions, Special Conditions, and General Information to
Proposers, we agree to furnish the Item(s) at Prices indicated on the
attached proposal sheet(s).
NAMES OF C014PANY OWNER (S) :
A Stock Company
NAMES OF COMPANY OFFICERS:
W. M. Blumenthal,, CEO
J. A. Unruh, Presiagnt
Please use the back oE this page if more space is necessary
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned proposer acknowledges, that it has received a copy of
Ordinance No. 10 , 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.
Unisys Co
PROPOSER: Y Corporation Signature:
company name
Print Name: E. G. aargery
Indicateif Minority Business: Date: 8/28/89
I Black [ I Hispanic [ I Women
TIDE3� PC1L I CE- PtJ91GE hJ
AFFIDAVIT
I, Perry L. Anderson, Jr., Chief of Police, City of Miami, deg
hereby certify that the aforementioned request for expenditures
from the City of Miami Law Enforcement Trust Fund, for the
funding of a Cgmputer Ayided T.ranSgriRtion system at a cost nat
$uDBed tp260eunt 21 J4fijQo, complies with the provisions of
Section 932.704, Florida Statutes.
e---- 4'eo-02 _e'o�
erry L. Anderson, Jr,
Chief of Police
City of Miami olice Department
Dane
SWO N TO AND SUBSCRIBED BEFORE ME THIS h4. ifj DAY OF
19.9+8?
NOTARY UBLIC
Ply Commission Expires:
DATE
AWARD of BID
AK,
Bid No. 89-90-003
. ITEM: Computer Aided Transcription System
DEPARTMENTt Police
TYPE OF PURCHASEt Single Purchase of Software package
under Bid No. 89-90-003 and Hardware
Purchase under State of Florida
Contract No, 250-040-89-1
REASON: This equipment will be utilized by the
Homicide Units of the Police
Department to more effectively and
efficiently investigate and prosecute
homicide cases.
POTENTIAL BIDDERS: 20
BIDS RECEIVED: 1
TABULATION:
COMPANY ITEM AMOUNT
G.R.S., Inc. (Software) $30,240 00
Unisys Corporation (Hardware) 12,232.00 Florida State
Contract No. 250-040-89-1
FUNDS: Law Enforcement Trust Fund Project No.
690001 Account Code No. 290923-840
MINORITY/WOMAN PARTICIPATION: No minorities were listed for this
commodity, however, invitations were mailed to 18 minority
organizations.
No minority response was received.
BID EVALUATION: The bid meets the specifications.
Following is an analysis of the
Invitations to Bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders
Black American 0 0
Hispanic American 0 0
Woman Owned 0 0
Non -Minority 0 0
New Bidders
Black American 0 0
Hispanic American 0 0
1. Technology Center - "Unable to bid at this time because of
personnel projects commitments and time constraints."
2. Thomas Electronics, Inc. - "Can not meet specifications."
_ 3. Financial Computer Systems, Inc. - "We do not carry this
specific product."
4. Astra Information System - "We offer no compatible system."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO G.R.S., INC. AT A PROPOSED
AMOUNT OF $30,240.00 AND UNISYS CORP.,
_= AT A PROPOSED AMOUNT OF $12,232.00 FOR
A TOTAL PROPOSED AMOUNT OF $42,472.00.
1
Procurement Supervisor
D e