HomeMy WebLinkAboutR-90-0006a R/ V � 06
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF DICTAPHONE,
INC. FOR THE FURNISHING OF SEVEN (7) CALL
CHECK RECORDERS FOR THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION, TO BE USED BY THE
POLICE DEPARTMENT E-911 CENTER, AT A TOTAL
PROPOSED COST NOT TO EXCEED $14,980.00;
ALLOCATING FUNDS THEREFOR FROM 1989-90
OPERATING BUDGET, ACCOUNT CODE NO. 420602-
840; AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received October 30, 1989 for the furnishing of seven (7) Call
Check Recorders for the Department of General Services
Administration; and
WHEREAS, invitations were mailed to fifteen (15) potential
suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase will be available from. the
1989-90 Operating Budget, Account Code No. 420602-840; and
WHEREAS, this equipment will be used by the Department of
Police E-911 Center to enhance the efficiency of the existing
setup in meeting the high volume of calls handled by the center;
and
WHEREAS, the City Manager and the .Director of the Department
of General Services Administration recommend that the bid
received from Dictaphone, Inc. be accepted as the only
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
;1ft\ .ad
r ..
5 "
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 30, 1989 bid of Dictaphone, Inc. for
the furnishing of Seven (7) Call Check Recorders for the
Department of General Services Administration at a total proposed
cost not to exceed $14,980.00 is hereby accepted with funds
therefor hereby allocated from the 1989-90 Operating Budget,
Account Code No. 420602-840.
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.
PREPARE AP 0 D BY:
4
AL R VILARELLO
SaItF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
t
-BID SECURITY LIST
*D Seven (7) Call Check Recorders
89-90-022
BIDSRECEIVW: October 30th, 1989 3:00 p.m.
BIDDER
TOTAL
DID AMOUNT
BID BOND (or)
CASHIER'S CHECK
Dictaphone
14,980.00
No Bid:
Beam Radio
e
C Bell & Howell o.
Bell
Audio ApElicarions
u
LEGAL ADVERTISEMENT
BID NO. 89-90-022
RECEIv
1989 OCT 1.3 #
MATTY HIRAI
CITY CLERK 4
CIT f OF MIAMI, FLA. L
Sealed bids will be received by the City of Miami City Clerk at
her office located at 35U American Drive, --Magi, Florida,
33133 not later than : p. . c r for the
furnishing of Seven (7) a ecor ers epartm"nt
of General Services Administration/Communications Division.
Bids submitted past such deadline and/or submitted to any ..ether
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 readvertis e.
(Ad No. 6336
Cesar H. Odio
City Manager
ON
mmunicatiorrol,
j_rgogrement
Y I HIRAI
MA I
420601-287
Cod GRY1 CLERK
'ITY OF WIA By.
PAVE 575-5174f-
1989
pAePARE6 Sy Maria Abi sip l
DIRE-6
AAvAn (7) Cail Chebk Recorders
F., X-:171ul W vi-:
DO NOT TYPE FLOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
q
DATE(S) OF
ADVERTISEMENT INVOICE
T
LINE
PUBLICAT
0
Miami
RZyiew
A4
13-2
C-3
D-4
F3
F4
FS
F7 F8
F9
FIO
Fll:
Ft
LINE
TAMS
VOUCHER
D E
YYYE MM DATI Doc. Reference
Do Adv
VENDOR
INDEX CQDE
OWECT,
PFW
3,
17
118
34 39142 45 50161
56
57
0C
�2
1411
-1
VIP
I
2
7
1
F2
F314.
7
8 V P 12h 3114115
DESCRIPTION
n,
fur�
72COUNTM
41ow--- Finance
Approved for Payment
E
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
t0 Honorable Mayor and Members of
the fty Commission
&alu-j
FROM : Cesar H. Odia
City Manager
DATE :
SUBJECT
REFERENCES:
ENCLOSURES
Sid #89-90-022
Purchase of seven (7)
Call Check Recorders
Proposed Resolution
It is respectfully recommended that the City Commission adopt the
attached resolution for the purchase of seven (7) call `heck
recorders from Dictaphone Inc., a non -minority vendor. This
equipment is to be used in the Police Department E-911 Center.
The total cost associated with this purchase is estimated to be
$14,980.00 which includes a discount for three (3) trade-in
Dictaphones model #1100. Funding for this purchase is available
from the General Services Administration Department,
Communication Services Division's Account Code #420602-840,
Amount $14,980.00 as budgeted and approved by the State of
Florida 911 Committee.
The General Services Administration Department, Communication
Services Division has analyzed the bids received pursuant to Sid
#89-90-022, for the purchase of seven (7) call check recorders
from Dictaphone Inc., as the most responsive bidder. This
equipment is necessary to instantly replay any call without
actually losing the information. It is a state requirement that
each answering position have one (1) call check recorder assigned
to each position. The eight (8) units currently in place at this
time are insufficient for the volume of calls the E-911 center
isrequired to handle. This equipment will enhance the
efficiency of the existing setup. The total cost associated with
this purchase is estimated to be $14,980.00 which includes a
discount for three (3) Dictaphones model #1100 that the City will
trade-in. Funds for this purchase are available from the General
Services Administration Department, Communication Services
Division's Account #420602 -840, Amount $14,980.00 as budgeted and
approved by the State of Florida 911 Committee.
SOt=E OF FUNDS:
1989-90 General Services Administration Department, Communication
73 Services Division, Account #420602-840, Amount $14,980.00.
HINORT_TY P RTTCTPATTON•
-A
- NON -MINORITY VENDOR
6 DEPT. O D G E *._;,. P® 1
t1GlM 1 47 t :t 1 C;SiA fps 02
CITY OF MIAMI, FLOMIDA
INTER-OFFICIR MEMORANDUM
WnkWAW :.-.r...�...�.r.�
To, wiilIon J. Schaut
Preaure>aent 0upet>ry i nar
Procurement i4anagement Division
ElIpM : �„
'P a I -tJ
on E. wi iiern pirector
General 8erV1G a Administration
DATi
Fps%
suereet . old #0e-90-022
Purchasb Of rGVon (7)
Cell Check Recorders
IREFaReNres.
It
ThIs department has verified available funding with they
04partments 'of Finance and Managomant: and Budgot that funds are.
available to cover the cost or the subject bid in 'tho amount of
.Account Code Number JZQ9J*J=A 2.
F;PAMCE REVIEW & APPROVED bY:
= --00'jo Except for funds already
appropriated or items included
in TY budget) '
Cestrlo9 Garcia, Director
Department of F'inAnce
BUDGETARY REVIEW a APPROVED BYt
an or Rurena, Director
be: rtment: of Management:
nd Budget
" k- q��
400/w 1�4/.
AODIT100;L APPROVhT..9
(if required)
-K _.,r,....._�...ti....,._
Sergio Rodriqubaa Director
Planning Department
Frank Cantanedaa Director
Community DeveiopmOnt
W,
I
uF MIAMI, F L 0 Ajr�+
1' f?!.rt:U t2rMENT MANAGJ EMCi
oN
V-k.)- ).. jJfrv•)
Miami. F1 33233-U708
TCLEPHONE NO. 575-5174
BID NO. 89-90--022
DID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS T11E DEPOSIT OR BOND I5 SUBMITTED IN THIS ENVELOPE.
1 I'erms: (Include casli discount for prompt payment, if any)
Additional discount of 0 `g if awarded all items.
Warranty and/or guarantee: One (1) Year
State any variances to specifications (use separate sheet iE
necessary): NONE
Delivery: 30 calendar days required upon receipt of Purchase Order.
Delivery Point(s): To be supplied at a latex date
In accordance with the Invitation' to aid, 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) .
UAMlES OF COMPANY OWNER(S):
Pit.nev Rewes. Inc
t;altc,r H. Whe-ler Jr., Drive
NAMES OF COMPANY OFFICERS. -
Marc C. BreslawqkX, Pronidonr
Gordon F. Moore, Vice President
Stamford, CT 06926 John B. Nano Jr. Vice President Finance
Please ise the back of this page if more space is necessary
Name of individual holding license in this profession (if applicable)
DICTAPHONE CORPORATION
MINORITY PROCUREMENT COMPLIANCE
Tlio lsndersigned bidder acknowledges that it has received a copy of
,jr•.i i nance No. 10538, the Minority Procurement Ordinance of the City of
:ti:I 1�i, and agrees to comply with all applicable substantive and
,srocedural provisions therein, including any amendments thereto.
L p• Dictaphone Corporation Signattire:---
Comp ally f13'tt'
Print Name: Katy C.,,Rice, Mgr. Marketing 6
Admilnistration
Indicate if Minority Business: [)ate: October 30,.' 1989
j filack [ ] Hispanic [ ? Women NONE
`AILURE TO COMPLETE, SIGN, AND RETURN T11IS FORM MAY DISQUALIFY THIS 4
AWARD OF BID
Y
Bid No. 89-90--022
ITEM: Seven (7) Call Check Recorders
DEPARTMENTS General Services Administration
TYPE OF PURCHASE: Single purchase
RE: These recorders will: be used by the
Police Department E-911 Center to
enhance the efficiency of the existing
setup in meeting the high volume of
calls handled by the E-911 Center
POTENTIAL BIDDERS: 15
BIDS RECEIVED: 1
TABU LAT I ON:
Company Name Total
Dictaphone, Inc. $14_,_9ff:00
FUNDS: 1989-90 Communication Division Account
Code No. 420602-840
MINORITY PARTICIPATION: Invitations to bid were sent to one
1 Black, two 2) Hispanic and two (2) Woman -owned firms
engaged in the sale of Recorder Heavy Equipment business as
located in the following sources:
1. New Vendors Applications on file in the Procurement
Office.
2. City of Miami Minority Register
3. Previous Bid on File in the Procurement Office
4. Yellow Pages Telephone Directory
No Minority response was received.
BID EVALUATION:
C a` te_ory
Prior Bidders
Black American
Hispanic American
Woman
Non -Minority
The bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
0 0
5 1
New Bidders
Black American
Hispanic American
1 0
2 0
Reasons for "No Bid" were as follows:
1. Mary's Thing N'Such - "We do not carry this item."
2. Tehcnology Associates Corp. - " Our project schedule does
not permit us to complete bid requirements."
RECOMMENDATIONs IT IS RECOMMENDED THAT THE AWARD BE
MADE TO DICTAPHONE, INC. IN THE
PROPOSED AMOUNT OF $14,980.00.
rocurement supervisor
t