Loading...
HomeMy WebLinkAboutR-77-0678RESOLUTION 17-57.. A RESOLUTION ACCEPTING THE BID OF EAST(1AN KODAK COMPANY FOR FURNISHING ONE PLANETARY MICROFILMER UNIT AND ONE MICROFILM RETRIEVAL SYSTEM FOR THE DEPARTMENT OF THE CITY CLERK AT A TOTAL COST OF $20,696.30 ALLOCATING FUNDS FROM THE SPECIAL PROGRAMS AND ACCOUNTS - SPECIAL SERVICES - fICROFILf1 SYSTEM FUND; AUTHORIZING THE CITY MANAGER AND THL PURCHASING AGENT TO ISSUE THE PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received iuly 293 1977 for the furnishing of one planetary microfilm unit and one rcrofilm retrieval system for the Department of the City Clerk; and WHEREAS, invitations were mailed to sixteen potential suppliers and two bids were received; and WHEREAS, funds for this puchese are available in the Special Programs and Acounts-Special Services -Microfilm System Fund; and WHEREAS this equipment will be used by the Department of the City Clerk for the purpose of retrieval and microfilming of ordinances, reso lutions and minutes; and WHEREAS, the City Manager and the Department of the City Clerk recommend that the bid received from Eastman Kodak Company be accepted as'the most advantageous bid to the City; NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF° MIAMI, FLORIDA: Section 1. The July 29, 1977 bid of Eastman Kodak Company for furnishing one planetary microfilm unit and one microfilm retrieval system at a total cost of $20,696.30 for the Department of the City Clerk is hereby accepted with funds hereby allocated from the Special Programs and Special Services -Microfilm System Fund. Section 2. lhat the City Manager is hereby authorized to instruct' the Purchasing Agent to issue the Purchase Order for this equipment PASSED AND ROOMED ED this ____ZND day of AUGUST 1977 Atte t: TY CLERK OVED AS TO FO RGE F. KNOX y Attorney MAY 0 R Acounts- "DOCU.MENT.r, INDEX ITEM NO. CITY COMMISSION MEETING OF Id' sr; �.I 0"77 - 67 IIFJULUT{9N 8 IMAM: ITEM DATE BIDS RECEIVED rsia;; TYPE 0i= SECURITY AMOUNT FOR ACCOUNTING USE ;t it BID SECURITY 731ar"If t-barrofilmpY end Retrieval-4n - -- Office of the City Clerk Enfield's 4000 N.W. 30th Avenue Miami, Fi 33142 Eastman Kodak Company 1001 Ponce de Leon Boulevard Coral Gables, Florida 33134 1 MIMI IIIIIIIII ITEM BID SECURITY p1a�Atary Macrofilmer And RAtx•em. l Un - Office of the City Clerk DATE BIDS RECEIVED r,. BIDDER TYPE OF SECURITY AMOUNT FOR ACCOUNTING USE Enfield's 4000 N.W. 30th Avenue Miami, F1 33142 Eastman Kodak Company 1001 Ponce de Leon Boulevard Coral Gables, Florida 33134 NO BIDS: Addressograph Multigraph Cor Bell & Howell Co NCR CORP. Datagraphix, Inc. T-Square of Miami Received the above described checks this day of 19 FOR ACCOUNTING DIVISION WV OF MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS L ' DEPT/DIV ACCOUNT CODE Q BID NO. 7--77-93 DATE _ '/2/77 2 PREPARED BY Finance/Purchssing Kern PHONE 63X CODE TOTAL ITEM DESCRIPTION I'l t:o4:ry licrofi.1 l r C: etriuvai ;;nit ESTIMATED COST : CONTRACTUAL: INCIDENTAL : TOTAL SOURCE OF FUNDS: $ To be fillers in by EXPENDITURE CONTROL: UNIT PRICE AMT. APPROVED BY QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS BIDS TO BE SECURED FOR P1unotE4ry Hicrofiloor It�i.n.uv l Uni .. Co iSOT copy of requisition t3ttacb'3•:I. FOR THE DEPARTMENT OF: City Clerk ADVERTISE ON /. BIDS TO BE RECEIVED ON DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED _ PROJECT CODE AD CODE EXPENDITURE CONTROLLER e. 01'IE S TO: Purchasing (O►g.) — City Mc urger — City Clerk —Expenditure Control — Issuing Department — Other Affected Department WHITE GREEN PINY. CANARY BLUE GOLDENROD 'lPM NO. 1C43 - REV. 74 1 r•tl;►t A It tit I it:,m►++►s! 11 i tl Nul 7677-93 tr�t�d hitltr brill Ito roonivr+tl `l►y t l►n City finunnor and C:11 y t• 1or1< t►t t i►r lily of Miumi , I Inridu nu tutor than MOO A. M.t►tt'ltu Ik July 29► 1977 rnr Ctrr►►irttint) one rnicrufilmer and ono retrieval unit rrt etu-tisun•e with t1rd ni Ird r;I►t•t•rl irs11 in1►t► srvtrilnt►te tJlti►t1 r►,41111.,;1 sit 1Iu. uI1 irt' ill lIm thtrt•Its►.111144 AtJt'111 1'rtrci►trnitul 11ivisitntt, tint I':►1t i1►mP1 icsrrt i►rivrt tn,101►I►ntip `,t)'1--61111). ('ily rat Miami, I Inrida'l It, Urt► ,u it ri 1 y Mun ult'r ( SUBMIT BIOS TO: Page I of Pages Bids will be opened July 29, 1977 - 10:00 A.M. and may not be withdrawn within ninety days after such date and time. Office of the City Clerk 3500 Pan American Drive P.O. Box 330708 Miami, Florida 33133 TELEPHONE NUMBER 579 -6380 CITY OF MIAMI, FLORIDA INVITATION TO BID Bidder Acknowledgment All awards made as a result of this bid shall conform to applicable sections of the charter and code of the City of Miami. NAME OF VENDOR MAILING ADDRESS CITY -STATE -ZIP MAILING DATE (City) July 13, 1977 BID TITLE BID NO. 76-77-93 Microfilmer and Retrieval Unit Reason for "no bid" A CORPORATION OF THE STATE OF: AREA CODE !TELEPHONE NUMBER VENDOR MAILING DATE: VENDOR NO, N/A CERTIFIED OR CASHIER'S CHECK OR BID BOND 15 ATTACHED, AHEN REQUIRED, IN THE AMOUNT OF S 1 ce,Nly that the b 1 ,s made ,v,rhour prior 11114 leo rnn,hny, dyree,nent or connecho„ v,,th any COrpOra t,o„- horn or person surinntbny d 11111 for the Sane n,afer,d/S, SuppheS, or eyu,p,ne„t and ,s ,i all respects la, an,l wrthOut rouus,ar, or fraud I agree to ahule by drI Cond,ho,,s of the and WO rerbly that 1 am authonred ro sign this bed for tee hinder AUTHORIZED SIGNATURE (Manual) AUTHORIZED SIGNATURE (Typed) TITLE GENERAL CONDITIONS BIDDER: To Insure acceptance of the bid, follow these instructions, SEALED BIOS: All bld sheets end this form must be executed and Submitted In a sealed envelope. The face of the envelope shall contain, In addition to the above address, the date end time of the bid opening, and the bid number. Bids not submitted on attached bid form may be reiec tad All bids are subject to the conditions specified herein Those which do not comply with these conditions are subject to refection. 1. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided above. The company name end vendor number must also appear on each page of the bid as required. (If a vendor number ties not been assigned to your com pany, contact this office In writing. 2. NO DID: If not submitting a bid, respond by returning one copy of this form, marking it "NO BID", and explain the reason in the space provided above. Repeated failure to Quote without sufficient Justification shall be cause for remuval of the supplier's name from the bid mailing list. NOTE' To quality as a respondent, bidder must submit a "NO BID", and it must be received no later than the stated bid opening date and hour. 3. BID OPENING: Shall be public, on the date and at the time specified on the bid form. It Is the bidder's resonsibllity to assure that his bid is delivered at the proper time and place of the bid opening Bids which for any reason ere not to delivered, will not be considered. Offers by telegram or telephone art not acceptable. 4. BID TABULATIONS: Will not be furnished. Bid flies may be examined during normal working hours. S. PRICES, TERMS elm PAYMENT: Firm prices shell be quoted. typed or printed In Ink and Include all packing, handling, shipping charges and delivery to the destination shown herein. Bidder is requested to offer Cash discount for prompt invoice payment. Discount time will be computed from the date of satisfactory delivery at place Of acceptance or from receipt of correct invoice at the office specified, whichever Is later. a) TAXES: Do not include state or federal taxes. Not applicable f0 municipalities. b1 MISTAKES: Bidders are expected to examine the specifications, delivery Schedule, bid prices. extensions and all InstructIons pertaining to supplies and services. Failure to do se will be at bidder's risk C) DISCOUNTS: Will be considered In determining the lowest net cost. d) CONDITION AND PACKAGING: It Is understood and agreed that any item offered or shipped as a result of this bid shell be new (current production model at the time of this bld). All con. tainers shall be suitable for storage or shipment, and all prices shell include standard commercial packaging. e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. 1) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, ell manufactured items and fabricated assembles shall carry U L approval and reexamination listing where such has been established. 9) PAYMENT: Payment will be made by the city after the Items awarded toa vendor have been received, Inspected, and found to comply with award specifications, free of damage or defect and property Invoiced. Ail Invoices shall bear the purchase order number. s. DELIVERY: Unless actual date of delivery Is specified (or If Specified delivery cannot be met), show number of days required 10 make delivery alter receipt of purchase order In space provided. Delivery time may become a bass for making an award (see Special Conditions) Delivery shell be within the normal working hours of the user, Monday through Friday. 7. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, trade names. brand model names, In. formation and or catalog numbers listed In a specification are for Information, not to limit competition. The bidder may offer any brand for which he Is an authorized representative, which meets Or exceeds the specification for any Demist. If the bids are based on SUBWMIt BItS TO: Page 1 of pages Buds will be opened July 29, 1977 — 10:00 A.M. and may not be withdrewn within ninety days after such date and time. Office of the City Clerk 3500 Pan American Drive P.O. Box 330708 Miami, Florida 33133 TELEPHONE NUMBER 579-6380 All awards made as a result of this bud shall conform to applicable sections of the charter and code of the City of Miami. NAME OF VENDOR MAILING ADDRESS CITYSTATE•ZIP MAILING DATE (City► July 13, 1977 BID TITLE CITY OF MIAMI, FLORIDA INVITATION TO BID Bidder Acknowledgment BID NO. 76-77-93 Microfilmer and Retrieval Unit Reason for "no bid" A CORPORATION OF THE STATE OF. I (t'rt,ly that this bnl rs rr)dde without pnor undersranling, agreement. or Cowie, ton v. fh dny corpora Gorr, lam or person subnut trly d bird for the same matena/s. suppbes, or &Ucnp,nent, and ,s ur ail respects far any wrtho,t cou,,sron or fraud I agree to dbale by an Lund,t¢,rs 01 this hid drul rertly that I am dufhorrjetl to $ign this bnl for the halite, AREA CODE 'TELEPHONE NUMBER VENDOR MAILING DATE. CERTIFIED OR CASHIER'S CHECK OR BID BOND 15 ATTACHED, ssHEN REQUIRED, IN THE AMOUNT OF S !VENDOR NO. N/A AUTHORIZED SIGNATURE (Manuel) AUTHORIZED SIGNATURE (Typed) TITLE GENERAL CONDITIONS BIDDER: To insure acceptance of the bid, follow these instructions. SEALED BIDS: All bid sheets end this form must be executed and submitted In a sealed envelope. The face of the envelope shall contain, In addition to the above address, the date and time o1 the bid opening, and the bid number. Bids not submitted on attached bid form may be re(ec led. All bids are subject to the conditions specil led herein Those which do not comply with these conditions are subject to rejection. 1. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided above. The company nameand vendor number must also appear on each page of the bid as required. (if a vendor number has not been assigned to your com pany, contact this office In writing. 2. NO BID: 11 not Submitting a bid, respond by returning one copy of this form, marking it "NO BID", and explain the reason in the space provided above. Repeated failure to quote without sufficient justification shall be cause for removal of the supplier's name from the bid mailing list. NOTE Toqualify as a respondent, bidder must submit a "NO BID", and It must be received no later than the stated bid opening date and hour. 2. BID OPENING: Shall be public, on the date and at the time specified on the bld form. It is the bidder's resonslbility to assure that his bid Is delivered et the proper time and place of the bid opening. Bias which for any reason are not so delivered, will not be considered Offers by telegram or telephone are not acceptable. 4. BID TABULATIONS: Will not be furnished. Bid files may be examined during normal working hours. S. PRICES, TERMS and PAYMENT: Firm prices shall be quoted; typed Or printed In Ink and include all packing, handling, shipping charges and delivery to the destination shown herein Bidder Is requested to offer cash discount for prompt invoice payment. Discount time will be computed from the date of latisfac tory delivery at place of acceptance or from receipt of correct Invoice at the office specified, whichever Is later. a) TAXES: Do not include state or federal taxes. Not applicable to municipalities. b) MISTAKES: Bidders are expected to examine the speclflcations, delivery schedule, bid prices, extensions and all Instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. el DISCOUNTS: Will be considered In determinlnp the lowest net cost. d) CONDITION AND PACKAGING: It is understood end agreed that any item offered or shipped es a result of this bid shall be new (current production model at the time of this bld). All con- tainers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. e1 SAFETY STANDARDS: Unless otherwi se stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. 11 UNDERWRITERS' LABORATORIES: Unless otherwise stipulated In the bid, all manufactured items and fabricated assemblies shall carry U L approval and reexamination listing where such has been established. p) PAYMENT: Payment will be made by the city after the Items awarded to a vendor have been received, Inspected, and found 10 comply with award specifications, free of damage or defect and properly invoiced. All Invoices shall bear the purchase order number. •. DELIVERY: Unless actual date of delivery Is apeclfletl (or It specified delivery cannot be met), show number Of days required to make delivery after receipt of urchase order In Ili provltletl. Delivery time may become a basis for making an alwerd spat(see Special Conditions) Delivery shall be within the normal working hours of the user, Monday through Friday. 7, MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, trade names, brand model names, in• formation and or catalog numbers listed In a specification are for Information, not to limit competition. The bidder may offer any brand for which he Is an authorized representative, which meets or exceeds the specification for any Romig). If the bids are based on equivalent products. indicate on the bid form the manufacturer'S name and number and indicate any deviation from the specifications YOUR BID. LACKING ANY WRITTEN INDICATION OF INTENT TO QUOTE AN ALTERNATE BRAND. WILL BE RECEIVED AND CONSIDERED AS A QUOTATION IN COMPLETE COMPLIANCE WITH THE SPECIFICATIONSAS LISTEDON THE BID FORM 1. INFORMATION AND DESCRIPTIVE LITERATURE: Bidders must furnish all Information requested in the spaces provided on the bid form Further, as may be specified elsewhere, each bidder must Submit for bid evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered Reference to literature submitted with a previous bid or on file with the buyer will not satisfy this provision 1. INTERPRETATIONS: Arty questions concerning conditions and specifications should be directed to the Purchasing Agent ,n writing no later than three (3) doys prior to the bid opening. Inquires must reference the date of bid opening and bid num. bar. 10. CONFLICT OF INTEREST: The award hereunder is subiect to all conflict o1 interest provisions of the City of Miami, Dade County, 01 the State of Florida 11. AWARDS: As the best interest of the city may require, the right IS reserved to reject any and all bids and to waive any irregularity ,n bids receives, to accept any item or group of items unless qualified by bidder 12. ADDITIONAL QUANTITIES: For o period not exceeding ninety 00) doys from the date of acceptance of this offer by the buyer, the right i s reserved to acquire oddit,onal quunt,ties at the prices bid in this invitation. If additional quantities are not acceptable, the bid sheets must be noted "BID 15 FOR SPEC(. FIED QUANTITY ONLY." 13. SERVICE AND WARRANTY: Unless otherwise specified, the bidder shall define any warranty. service and replacements that will be provided. Bidders must explain on an attached sheet t0 what extent warranty end service facilities are provided 14. SAMPLES: Samples of items, when called for must be furnished free o1 expense, and i1 not destroyed will. upon request, be returned at the bidder's expense Request tor the return Of samples may be made within tent 10) days following opening of bids Each individual sample must be labeled with bidder's name. manufacturer's brand name and number. bid number and item reference 1S. NONCONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with spec ificatwns under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories the data derived from any tests for compliance with specdications are public records and open to examination thereto in accordance with Chapter 119, Florida Statutes, 1971. Items delivered not conforming to specifications may be rejected and returned at vendor's expense These items end Items not delivered as per delivery date in bid and or purchase order mey result in bidder being found In default in which event any and all reprocurernenf costs may be charged against the defaulted con tractor Any violation of these Stipulations may also result In the supplier's name bung removed from the City of Miami's vendor mailing list. 16. INSPECTION, ACCEPTANCE AND TITLE: Inspection and ac ceptance will be at destinaation unless oerwise provided Title to or risk of loss or damage to ll items shathll he the responsiblllty of the Successful b dder until acceptance by the city unless loss or damage results Irom negligence by the city 17 DISPUTES: In case of any duubt or difference of opinion as to the items to be furnished hereunder, the decision of the city manager shall be final and binding on both parties. 11. GOVERNMENTAL RESTRICTIONS: In the event any govern mental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this proposal prior to their deliveryI1 shall be the responsib,tity of the successful bidder to notify the cty at once, Indicating in his letter the Specific regulation which reiquired an alteration T he c ity reserves the r,gnt to accept any such alteration, inctudiny any price adjustments occasioned thereby, Or to Cancel the contract at no expense t0 the city 19. LEGAL REQUIREMENTS: Federal, state. county, and city laws. ordinances. rules. and regulatior.s that ,n any manner affect the items covered herein apply Lack of knowledge by the bidder will In no way be a cause fur relief from responsibility. 20. PATENTS AND ROYALTIES: The bidder, without exception, shall ,nderrinify and save harmless the city end Its employees from liability of any nature or kind, including cost and expenses for or on air ount of any copyrighted, patented, or unpatented Invention, process. or article manufacturered or used in the performance of the contract, including its uses by the City of Miami. If the bidder uses any design. device, or materials covered by letters, patent or copyright. it is mutant agreed and understood without exception that the hid prices shall include all rovaltiesorcost erisingfromtheuseof Such design, device. or materials in any way involved In the work. 21. ADVERTISING: In submitting a proposal, bidder agrees not t0 use the results therefrom as a part of any commercial advertising. Violation of ihy Stipulation may be subject to action covered under Paragraph 15 of this document 22. ASSIGNMENT: Any Purchase Order issued pursuant t0 this bid invitation anu the monies which may become due hereunder are hot assignable except w nth the prior written approval of the city. 23. LIABILITY: The supplier shall hold end save the City of Miami, Florida. its officers, agents, and employees harmless from liability Of any kind in the performance of this contract. 24.In the event of an error on the part of the bidder in extending unit prices or in totalling the extended prices, the unit price shall prevail, except when the bidder clearly states that the total price is based on un all or none basis. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. :l 12� MC- • ala sip= SUBMIT BIDS TO: Page 1 of pages ♦.. Office of the City Clerk 3500 Pan American Drive P.O. Box 330708 Miami, Florida 33133 TELEPHONE NUMBER 579 - 6380 MAILING DATE (City) July 13, 1977 Bids will be opened July 29, 1977 - 10:00 A.M. and may not be withdrawn within ninety days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and code of the City of Miami NAME OF VENDOR MAILING ADDRESS CITYSTATE-ZIP BID TITLE CITY OF MIAMI, FLORIDA INVITATION TO BID Bidder Acknowledgment BID NO. 76-77-93 Microfilmer and Retrieval Unit Reason for "no bid" A CORPORATION OF THE STATE OF. I cerhly that due bier is matte without ,,rnr uurrersh,ndrny, agreement or connection with ary ,Orporatron. Inm o, person sutnnrtUny d burl for the sane materials. supplies, or euurpment. &hi rs ui dN res ie, fs Ida dn(I without collusion or fraud I agree f0 dbr(le by Jil Lon(ht,Orrs of this till, I (I ierhly that 1 am authorized ro sign this burl for the ?mode, AREA CODE VENDOR TELEPHONE NUMBER MAILING DATE: CERTIFIED OR CASHIER'S CHECK OR BID BOND IS ATTACHED, %HEN REQUIRED, IN THE AMOUNT OF S VENDOR NO. N/A AUTHORIZED SIGNATURE (Manual) AUTHORIZED SIGNATURE (Typed) TITLE GENERAL CONDITIONS BIDDER: To Insure acceptance of the bid, follow these instructions. SEALED BIDS: All bid sheets and this form must be executed and submitted in a sealed envelope. The face of the envelope shall contain, In addition to the above address, the date end time of the bid opening, and the bid number. Bids not submitted on attached bid form may be relec tad. All bids ere subject to the conditions specified herein Those which do not comply with these conditions are sublect to relection. 1. EXECUTION OF BID: Bid must contain a manual signature of en authorized representative in the space provided above The company name end vendor number must also appear on each page of the bid as required. (If a vendor number has not been assigned to your com pany, contact this office In writing. 2. NO BID: If not submitting a bid, respond by returning one copy of this form, marking it "NO BID", and explain the reason In the space provided above. Repeated failure to quote without sufficient lustlfication shell be cause for removal of the supplier's name from the bid mailing list. NOTE. Toquelify as a respondent, bidder must submit a "NO BID", and it must be received no later than the stated bid opening date and hour. 7. 110OPENINO: Shall be public, on the date end et the time specified on the bld form. 1t Is the bidder's resonsibility to assure that his bid is delivered at the proper time and place of the bid opening Bias which for any reason are not so delivered. will not be considered Offers by telegram or telephone are not acceptable. 4. eta TABULATIONS: rnnnormal Will hours. Bid IIIeS may be S. PRICES, TERMS and PAYMENT: Firm prices shall be quoted; typed or printed In ink end Include all packing, hendtmg, shipping charges and delivery t0 the destination shown hrrrm. Bidder to requested t0 offer cash discount for prompt invoice payment. Discount time will be computed from the date of setlstac tory delivery at place laof acceptance fro m receipt of correct Invoice at the office specified, s (fr el TAXES: Do not include state or federal taxes. Not applicable to municipalities. b) MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all Instructions pertaining to supplies and services. Failure t0 do s0 will be at bidder's risk. cl DISCOUNTS: Will be considered in determining the lowest net cost. d) CONDITION AND PACKAGING: It is understood end agreed that any item olfered or shipped as a result of this bid shall be new (current production model at the time of this bid) All con• tainers shall be Suitable for storage or shipment, and all prices shall include standard commercial packaging. et SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. 1) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items end fabricated assemblies shall carry U L. approval and reexamination listing where such has been established. g) PAYMENT: Payment will be made by the city after the Items awarded toe vendor have been received, Inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. All Invoices shall bear the purchase order number. a. DELIVERY: Unless actual date of delivery Is specified (or 1f specified delivery cannot be met), show number of days required t0 make delivery after receipt of purchase order In space provided. Delivery time may become a bass for making an award (see Special Conditions) Delivery shall be within the normal working hours of the user, Monday through Friday. 7, MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, trade names, brand model names, in. formation end or catalog numbers listed In a specification are for information, not to limit competition. The bidder may offer any brand for which he Is en authorized representative, which meets or exceeds the specification for any Item(s). If the bids are based on equivalent products, indicate on the bid form the manufacturer's name and number and indicate any deviation from the specifications YOUR BID, LACKING ANY WRITTEN INDICATION OF INTENT TO QUOTE AN ALTERNATE BRAND, WILL BE RECEIVED AND CONSIDERED AS A QUOTATION IN COMPLETE COMPLIANCE WITH THE SPECIFICATIONS ASLISTEDON THE BID FORM 1. INFORMATION AND DESCRIPTIVE LITERATURE: Bidders must furnish all information requested in the spaces provided on the bid form Further, es may be specified elsewhere, each bidder must Submit for bid evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered Reference t0 literature submitted with a previous bid or on file with the buyer will not satisfy this provision. 9. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed to the Purchasing Agent in writing no later than three (3) doys prior to the bid opening. Inquires mutt reference the date of bid opening and bid num- ber. 10. CONFLICT OF INTEREST: The award hereunder is subject to all conflict of interest provisions of the City of Miami. Dade County, of the Slate of Florida. 11. AWARDS: As the best interest of the city may require the right is reserved to reject any and all bids and to waive any irregularity in bids received, to accept any item or group of items unless qualified by bidder. 12. ADDITIONAL. QUANTITIES: For a period not exceeding ninety (90) doys from the date of acceptance of this offer by the buyer, the right is reserved to acquire odditionol quantities at the prices bid in this invitation. If additional quuntities ore not acceptable, the bid sheets must be noted "BID 15 FOR SPECI- FIED QUANTITY ONLY." 13. SERVICE AND WARRANTY: Unless otherwise specified. the bidder shall define any warranty, service and replacements that will be provided Bidders must explain on an attached sheet to what extent warranty and service facilities are provided 14. SAMPLES: Samples of items, when called for, must be furnished tree of expense, and if not destroyed will, upon request. be returned at the bidder's expense Request tor the return of samples may be made within tenl 10) days following opening of bids Each individual sample must be labeled with bidder's name, manufacturer's brand name and number, bid number and item reference 13. NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories The data derived from any tetts for compliance with specifications are public records and open t0 examination thereto in accordance with Chapter 119, Florida Statutes, 1971. Items delivered not conforming to specifications may be rejected and returned at vendor's expense. These Items and Items not delivered as per delivery date in bid and or purchase order may result in bidder being found in default rn which event any and ill reprorurement costs may be Charged against the defaulted con tractor Any violation of these stipulations may also result In the supplier's name being removed from the City of Miami's vendor mailing list 11. INSPECTION, ACCEPTANCE AND TITLE: Inspection and ac ceptance will be at destination unless otherwise provided Title to or risk of loss or damage to all items shell be the responsibility of the successful bidder until acceptance by the city unless loss or damage results from negligence by the city 17. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the city manager shall be final and binding on both parties. 11. GOVERNMENTAL RESTRICTIONS: In the event any govern mental restrictions may be imposed Which would necessitate alteration of the material. qualify. work manship or performance of the items offered on this proposal prior to their delivery, it shall be the responsibility of the successful bidder to notify the city at once, indicating in his letter the specific regulation which required an alteration The city reseri.es the right to accept any Such alteration, including any price adiu5tments occasioned thereby, or to cancel the contract at no expense to the city. 11. LEGAL REQUIREMENTS: Federal state. county, and city laws, ordinances rules, and regulations that in any manner affect the items covered herein apply Lack of knowledge by the bidder will In no way be a cause for rebef from responsibility 20. PATENTS AND ROYALTIES: The bidder, without exception, shall indemnity and save harmless the city and its employees from liability of any nature or kind, including cost and expenses for Or on account of any copyrighted. patented, or unpatented Invention, process, or article manufacturered or used in the performance of the contract. including its uses by the City of Miami. If the bidder uses any design. device, or materials covered by letters, patent or copyright, it is mutalls agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device. or materials in any way involved In the work. 21. ADVERTISING: In submitting a proposal. bidder agrees not t0 use the results therefrom as a part 0f any commercial advertising. Violation of this Stipulation may be subject to action covered under Paragraph 15 o1 this document 22. ASSIGNMENT: Any Purchase Order issued pursuant to this bld invitation anu the monies which may become due hereunder are not assignable except with the prior written approval of the city. 23. LIABILITY: The supplier shall hold and save the City of Miami, Florida, its ofIicers. agents. and employees harmless from liability Of any kind in the performance 0f this contract. 24. In the event of on error on the part of the bidder in extending unit prices or in totalling the extended prices, the unit price shall prevail, except when the bidder clearly states that the total price is based on an all or none basis. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. r EtTY OF MIAMI, FLORIDA OtD NO. 76-77-93 SPECIAL CONDITIONS Purthtse Orders will be subject to immediate cancellation if either ptodut or service do not meet the City's Performance Standards. Bidders offering equivalents should submit detailed specifications with the bid. Please note General Conditions 417. The successful bidder shall fully guarantee all items furnished here- under against defects in materials and/or workmanship for a period of one year from date of acceptance by the City. Should any defect in ma- terials or workmanship, excepting ordinary wear or tear appear during the warranty period, the successful bidder shall repair or replace the de- fective item at no cost to the City immediately upon notice from the City of such defect. The City reserves the right to require a bidder to submit such evidence of his qualifications as it may deem necessary. The City will consider any evidence available to it as to the financial, technical, and other qualifications and abilities of a bidder, including past performance with the City. The City further reserves the right to require the successful bidder to furnish an acceptable performance bond before awarding the contract. During the evaluation of bids and the subsequent award of contracts and Purchase Order for products and services, preference shall be given to those items manufactured and produced in the City of Miami, Metropolitan Dade County and the Stale of Florida, provided said products and services are comparable in price and quality, as well as meeting other necessary criteria such as delivery, services and availability of replacement parts. 1 ■ tTY of MIAMI, FLORIDA Bib N0. 76-77-93 SPECIFICATIONS LANttARY MICROFILMER- 1. One Planetary 16mm Microfilmer capable of placing 8 digit bat bode under selected documents for random retrieval. 2. The microfilmer must have two lenses built in to allow for filming documents up to 11" x 15" as well as filming 81/2" x 11" for repro, duction at full size 8?" x 11". 3. The microfilmer must have indirect lighting and provide for automatic exposure control for documents of different colors. 4. The microfilmer must accept 2.5 tnil microfilm. RETRIEVAL UNIT- 1. The Quick Retrieval Unit must be capable of random retrieval from 16mm microfilm employing the 8 digit binary bar code with no out- side index necessary. It must be automatically thread and search the film to the exact document requested. It must have 90 degree image rotation knob controlled and slow scan capability as well as +1 advance control that automatically advances one document at a time. It must deliver a dry print without the need for toners. System should employ either plain rolls of film or snap -in magazines. Film should have no leader required. Film prints - Options of full size 81/2" x 11" or % size prints. CITY OF MIAMI , FLORIDA Terms: (Cash discount allowed for prompt payment). Additional Discount of % if awarded all items. Warranty and/or guarantee: State any variances to specifications: Bid Sheet • Bid No. 76-77-93 From: Purchasing Division, City of Miami, Florida, P.O. Box 330708, Miami Florida, 33133. (Attention Purchasing Agent, Phone 579-6380). IMPORTANT: BID SHEET AND PAGE 1 MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIRE AND DATE OF BID OPENING. Model, name or identification number of item bid: Delivery calendar days required upon receipt of Purchase Order. Delivery Point(s) : F.O.B. Office of the City Clerk, City Hall, City of Miami, 3500 Pan Americqu Dr ivg . Miami. Florida 33133 The undersigned, having carefully examined the Invitation to Bid, the General and Special Conditions on the preceding pages and the Specifications, hereby proposes to furnish the items listed at the prices set forth: Item Quantity 1 Description Planetary (•licrof ilmer Unit Price Retrieval Unit $ Total Price Signature: By:' Date: Bid No. 76-77-93 Terms: (Cash discount allowed for prompt payment). Additional Discount of ___% if awarded all items. Warranty and/or guarantee: State any variances to specifications: CITY OF i•1IAM , FLORIDA Bid Sheet From: Purchasing Division, City of Miami, x 30708, Florida, 33133. (Attention Purchasing oAgent, rida, PPhone .O. o57936380),h1iami IMPORTANT: BID SHEET AND PAGE 1 MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED 13y BID NUMBER, TIt•1E AND DATE OF BID OPENING. Model, name or identification number of item bid: Delivery calendar days required upon receipt of Purchase Order. Delivery Points): r.o. , Office of the City Clerk, City Hall, City of Miami, 3500 Pan American Drive. Miami. Florida 33133 The undersigned, having carefully examined the Invitation to Did, the General and Special Conditions on the preceding pages and the Specifications, hereby proposes to furnish the items listed at the prices set forth: Item Description Quantity Unit Price 1 Planatary Microfilmer $ Retrieval Unit $ Total Price Signature: By: Date: