Loading...
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