HomeMy WebLinkAboutR-85-0592RESoLUTlov gym. ► ,
A RESOLUTION ACCEPTING THE 8ID OF DICTATING
EQUIPMENT CO., INC. FOR FURNISHING FIVE
(5) CONTINUOUS RECORDING SYSTEM UNITS TO
THE OFFICE OF THE CITY CLERK AT A TOTAL
COST OF $5,675.00; ALLOCATING FUNDS
THEREFOR PROM THE 1984-85 OPERATING BUDGET
dF THAT OFFICE; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE ASSISTANT CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received April 3, 1985 for the furnishing of Five (5) Continuous
Recording System Units to the Office of the City Clerk; and
WHEREAS, invitations were mailed to 17 potential
suppliers and 3 bids were received; and
WHEREAS, funds for this purchase are available in the
1984-85 Operating Budget; and
WHEREAS, this equipment will be used by the Office of
the City Clerk for the purpose of replacing worn equipment; and
WHEREAS, the City Manager and the Director of the
Office of the City Clerk recommend that the bid received from
Dictating Equipment Co., Inc. be accepted as the lowest
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The April 3, 1985 bid of Dictating
Equipment Co., Inc. for furnishing Five (5) Continuous Recording
System Units to the Office of the City Clerk at a total cost of
$5,675.00 is hereby accepted with funds therefor hereby allocated
from the 1984-84 Operating Budget of that Office.
CITY COMMISSION
MEETING OF
JUN 13 1985
Section 2. that t'he City Ntanager is hereby authorized
to instruct the Assistant Chief PtOCUrement officer to issue a
Purchase Order for this equipment.
j
PASSED AND ADOPT
ED this�day Of -
a
Maurice A. _�'erre .
MAURICE A. MRE
MAYOR
FP
BID SECURITY
p�?E L�01 REtE1VEb arrril 3 1985 2,30 PK
�$ uiitl�.+; 15ordifig Systan for office of the .•
City Clerk 84-85-56
TYPE OF SECURITY
MdAt ADVERT199MENT
UID NO* U31:
Sealed bids will be received by the City Mana er- Clerk
of the City of Miami, plorida not later than �O�M. Ap r
for furnishing Live (5) Continuous Recording system or_
Office of City Clerk.
Ordinance No. 9775 established a goal of Awarding 50% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black and Hispanic Minority Business Enterprises on
an equal basis.
Minority Vendors who are interested in submitting bids and who
are not registered with the City as minority vendors are advised
to contact the City Purchasing Office. 1145 N.W. llth Street#
Room 126, Telephone 579-6380.
Detailed specifications for the bid are available upon request at
the City Purchasing Office.
The City Manager may reject all bids and readvertise.
(Ad No. 3038)
}
.:a
.S
r�
s'
�1 Jt
k�
•�
e
Randolph B. Rosencrantz
City Manager
v
Ohm
�
r x
ri i
C3
TtS&'M~ thubt appear -
REQUISITION FOR ADVERTISEMENT I�
�Pfi/�1y1
Si
ACCOUNI'0000E 220101 .i 7
PHONE;7y hen ApbAtE
f'ROVf=t I3 1
PAEPAAM BY
Maria ..At i- r lil _.....:
,'biPPtyfit�E� op ISSUING j��PAI3fiMENT
times.
Publish the attached advertisement
(WfibW iif t1th6s)
XXX classified �----- display
'type of advertisement: legal--
(Cheek one)
Starting date
Size:
1
Uid 'ia. _des
3
First four words of advertisement: - -
Cant i jjurus r"� c , r,�, ;, �t.•: `
Remarks:
LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DO NOT TYPE BELOW THIS
DATE(S) OF
ADVERTISEMENT INVOICE
AMOUNT
LINE PUBLICATION
0.i 9 its!".i
A-1
3
B-2 ,
C-3
D-4
i
E-5
F8 F9 F10 F11
F12
F3 F4 F5 F7
DUE DATE
Adv. Doc. Reference VENDOR INDEX CODE OBJE
PROJECT
LINE TRANS VOUCHER YY MM DD
71
25 34 39 42 45 50 51 56 57 62 63 65
66
11 13
17 18
218171
0 1 2 4
1
V
P
2 0 2
DESCRIPTION 36 64DISCOUNT
69 72 AMOUNT
80
1 2 3 4 7 8 V P 121314 15
5 2 0 0
2
0 1
v .
ells W COS �y : Silvia i iem9O'a - City Clerks Approved for Payment
z,
White - Purchasing Yellow - Finance Pink - Department
_ .... _.....
• r
y'
6
Mk
_
K4Q
5
i
0*-.
Cl" Oft MIAMI. PLO$tlbA
IMTER-01PICE MEMOPWANDUM
SMIO FEREIRA DATE April 10, 1985 PILE:
City Manager
sudAcT. Request to Award Five (5 )
Contiguous Recording System
' Units. Bid #84-85-56._
�bM Ply G�NGIE • h�EpEHCEs.
C•ty Clerk
ENCLOSURES
I HAVE REVIEWED THE BIDS RECEIVED FOR THE ABOVE -
CAPTIONED CONTINUOUS RECORDING UNITS AND HEREBY
RBCaIMEND THAT THE AWARD BE MADE AND A RESOLUTION
PASSED ACCEPTING AS THE MOST ADVANTAGEOUS BID
RECEIVED THE BID FROM "DICTATING EQUIPMENT CO.,
INC.", WHICH WAS ALSO THE LOW BID.
r
These five (5) units are to replace 7-year old units which
_
have been under constant use in this office. These units
`>
Fe, at the present time, breaking down too often and are
in constant repair.
These five (5) will further serve the purpose of standard -
iz ing off ice equipment which is already in place in the
City Cormtission Chambers, making all compatible in the dual
speed capability.
Hinds for this purchase are available in the current operating
x
budget of the City Clerk.
vf
r
:._t.
BOO nti
cc: Mr. Art Mullins
Purchasing Agent
Via{
i
d
i
i
{
tt" C* MIAMI. PL*#IbA 4
' °�'.?
te: f tO DE IRA % tr -r
,. �� �<< , ba E April 10, 1985 Fig€:
City Manager "
.... C! T WILAct: testiest to Award Five (5 )
Cl t Y OF Mr; 'MI, FUL Continuous Recording system
ti �ONGIE
C'ty Clerk
tMCItiSURES: �
I HAVE REVIEWED THE BIDS RECEIVED FOR THE ABOVE101,
-
CAFTIONED CONTINUOUS RECORDING UNITS AND HEREBY
RDCOMMEND THAT THE AWARD BE MADE AND A RESOLUTION
PASSED ACCEPTING AS THE MOST ADVANTAGEOUS BID
RECEIVED THE BID FROM "DICTATING EQUIPMENT CO.,
INC.", WHICH WAS ALSO THE LOW BID, AT A TOTAL COST
OF $5,675.00.
These five (5) units are to replace 7-year old units which
have been under constant use in this office. These units
are, at the present time, breaking down too often and are
in constant repair.
These five (5) will further serve the purpose of standard-
izing office equipment which is already in place in the
City Commission Chambers, making all compatible in the dual
speed capability.
Funds for this purchase are available in the current operating
budget of the City Clerk.
RGO:mh
cc: Mr. Art Mullins
Purchasing Agent
page I Qf 2
i
AiAA ) 0r St0
Bid Vo, U-U-55
fit Pive M continuous Recording system
units
DEPARTMENTt Office of the City Clerk
TYPE OF PURCHASE: Single purchase
RSASONt Replacement of worn equipment
POTENTIAL BIDDERS: 17
BIDS RECEIVED: 3
TABULATION:
BIDDER/MINORITY CLASSIFICATION TOTAL BID
9 Equipment y) $ 5,6 5.
Dictating E ui went Co., Inc.(non-minority)
Business Information Systems(non-minority) 5,962.50
Audio Applications (non -minority) 6,720.00
FUNDS: 1984-85 Operating Budget
MINORITY PARTICIPATION: Invitations to Bid were sent to one
1 Black and ive (5) Hispanic firms engaged in sales of
Recorders, communication system, record changers, transcription
players, as located in these sources:
1. Metropolitan Dade County Minority Vendor Directory
2. Bidder Applications on file in Purchasing
3. Previous bid for similar item.
Minority response consisted only in two (2) "no bids" from
hispanic firms.
BID EVALUATION: All bids meet the specifications.
Category
Prior Bidders
Black American
Hispanic American
Non -Minority
New Bidders
Black American
Hispanic American
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
Following is an
analysis of the
Invitation to Bid:
Number of Bid
Number of
Invitations Mailed
Responses
0
0
0
0
10
3
1
0
5
0
0
0
10
0
5
_
0
26
5
page i Of 2
.�z
'to 'w 0- t �? k; 11
t0t
to
quiloply .0--ttfl
�ot
"WL
iiot
tiilt -
typo- 1-1011 'ki
Mod i- t ten
We do
lifit
hn 4j e �a g
to Wo do
flol-
oarty
ollil-l"
I'jjj 1,q illie,0 , 111) t
THAT TIM, AWA
N 1) AT I I) N T c
CTATI.N(l EX)MPM" �O' t4 A:j) 1!,, o I
p4 Tlit TOTAL AMOUNT OV $5#675,00-
,rhe Minority
recommendation.
Agg at, Chief Procurement Officer
4Date
�A
Procurement officer concurs with the above
O facer
Date
P490 2 of 2
to t
11,14o
Ilidt, wet: ,?l
'"Otlabl,)O
'Wos
do
do
1-0
Ilot
Ilot
§AJtllll,y i i 12 (I
t.� A i.- t y 41 i y I tit oflujitonotits" 14104p, 1i.o
llnvAqjets§8 t-o 8qt11) ood -ffiodi.ti.:C4;lt-i.oli lKi-L!§;,*'
44
"too
do
tvoi:
c"Irty thii;
a
j
l
t
4t
USOLUM' trot
A RESOLUTION ACCEPTING THE 810 OF DICTATING
EQUIPMENT Co., INC. FOR FURNISHING FIVE
19) CONTINUOUS RECORDING SYSTEM UNITS TO
THE OFFICE OF THE CITY CLERK AT A TOTAL
COST OF $5r675.00; ALLOCATING FUNDS
THEREFOR FROM THE 1984-85 OPERATING BUDGET
OF THAT OFFICE; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE ASSISTANT CH19F
PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice# sealed 'bide were
received April 3, 1985 for the furnishing of Five (5) Continuous
Recording System Units to the Office of the City Clerk; and
WHEREAS, invitations were mailed to 17 potential
suppliers and 3 bids were received; and
WHEREAS, funds for this purchase are available in the
1984-85 Operating Budget; and
WHEREAS, this equipment will be used by the Office of
the City Clerk for the purpose of replacing worn equipment; and
WHEREAS, the City Manager and the Director of the
Office of the City Clerk recommend that the bid received from
Dictating Equipment Co., Inc. be accepted as the lowest
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The April 3, 1985 bid of Dictating
Equipment Co., Inc. for furnishing Five (5) Continuous Recording
System Units to the Office of the City Clerk at a total cost of
$5,675.00 is hereby accepted with funds therefor hereby allocated
from the 1984-84 Operating Budget of that Office.
F15 -.59 00\
Y y
at" OP MIAMI, RLORIDA
INTEItdirrjCE MRMOPIANCIU M
fib: SERGIO PEREIRA DACE: April ' 10, 1985
City Manager
suascnt: Request to Award Five
(5)
Continuous Recording System
Qf (/��'IA�(%_ • Units. Bid #84-85-56.
p��`�RtNC65:
R1oM: ONGIE v
C,ty.G
clerk
ENCLOSURES:
I HAVE REVIEWED THE BIDS RECEIVED FOR THE ABOVE -
CAPTIONED CONTINUOUS RECORDING UNITS AND HEREBY
RECOMMEND THAT THE AWARD BE MADE AND A RESOLUTION
PASSED ACCEPTING AS THE MOST ADVANTAGEOUS BID
RECEIVED TIE BID FROM "DICTATING EQUIPMENT CO.,
INC.", WHICH WAS ALSO THE LOW BID, AT A TOTAL COST
OF $5,675.00.
These five (5) units are to replace 7-year old units which
have been under constant use in this office. These units
are, at the present time, breaking down too often and are
in constant repair.
These five (5) will further serve the purpose of standard-
izing office equipment at_ch is already in place in the
City Comnission Chanters , maicimg all compatible in the dual
speed capability.
Funds for this purchase are available in the current operating
budget of the City Clerk.
RGO:mh
cc: Mr. Art Mullins
Purchasing Agent
85'"-5V /ti
w;k
Did Vo, 8449-54
Y
T„ fiTEMEWWAMMMI rive t 5 i continuous Recording system
Units
DEPARTMENT: Office of the City Clerk
TYPE OF PURCHASE: Single Purchase
REASON: Replacement of worn equipment
POTENTIAL BIDDERS: 17
BIDS RECEIVED:
TABULATION:
BIDDER/MINORITY CLASSIFICATION TOTAL BID
Dictating Equipment Co., Inc.(non-minority) 9.675.OU
Business Information Systems(non-minority) 5,962.50
Audio Applications (non -minority) 6,720.00
FUNDS: 1984-85 Operating Budget
MINORITY PARTICIPATION: Invitations to Bid were sent to one
1 Black and five (5) Hispanic firms engaged in sales of
Recorders, communication system, record changers, transcription
players, as located in these sources:
1. Metropolitan Dade County Minority Vendor Directory
2. Bidder Applications on file in Purchasing
3. Previous bid for similar item.
Minority response consisted only in two (2) "no bids" from
hispanic firms.
BID EVALUATION: All bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders
Black American 0 0
Hispanic American 0 0
Non -Minority 10 3
New Bidders
Black American 1 0
Hispanic American 5 0
Non -Minority 0 0
Courtesy Notifications 10 0
"No Bids" 5
i- Late Bids
Totals 26 8
i
85-592.
l
,
Aid No.84-as-96
Yi
'
4i
Pive (3) Continuous Recording System
a4.
u nits
DEPARTMENT.
Office of the City Clerk
TYPE OF PURCHASE:
Single Purchase
y
AEASON:
Replacement of worn equipment
POTENTIAL BIDDERS:
17
BIDS RECEIVED:
3
TABULATION:
BIDDER/MINORITY CLASSIFICATION
TOTAL BID
`u
Dictating Equipment Co.,
Inc.(non-minority) $ ,6 .00
'
Business Information Systems(non-minority)
5,962.50
w
Audio Applications (non -minority)
6,720.00
FUNDS:
1984-85 Operating Budget
MINORITY PARTICIPATION:
Invitations to Bid were sent to one
1 Black and five (3)
Hispanic firms engaged in sales of
h"
Recorders, communication
system, record changers, transcription
players, as located in these
sources:
1. Metropolitan Dade
County Minority Vendor Directory
`^
2. Bidder Applications
on file in Purchasing
ts:
3. Previous bid for
similar item.
'
Minority response consisted only in two (2) "no bids" from
hispanic firms.
BID EVALUATION:
All bids meet the specifications.
Following is an analysis of the
a
Invitation to Bid:
Number of Bid Number of
Category
Invitations Mailed Responses
a
Prior Bidders
Black American
0 0
Hispanic American
0 0
Non -Minority
10 3
New Bidders
Black American
1 0
y,
Hispanic American
5 0
}
Non -Minority
0 0
Courtesy Notifications 10 0
..No Bids"
- S
Late Bids
- 0
'
Total*
26 8
7:r +
CIF ;
i
page 1 of 2
a
ioasatys for "No Sid" were as f0llOvat
1. "Unable to supply item specified."
2. "We do not carry this type of equipment." tHispanic firm)
3. "We do not have access to Sony speed modification kits."
4. "We do not carry this unit."
RZCOMMENDATION: IT IS =oMMENDED THAT THE AWARD BE
MADE TO DICTATING EQUIPMENT COINC
IN THE TOTAL AMOUNT OF $5,675.00.
e ,
d..f'�.Lt�f •��i
Assist. Chief Procurement O icer
�, T Date
The Minority Procurement Officer concurs with the above
recommendation.
O icer
� Date
page 2 of 2
85-592