Loading...
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