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: