HomeMy WebLinkAboutAgenda Report - July 2, 1986 (68)CITY COUNCIL MEEIPING
JULY 2, 1986
AVM - COP7ER FOR
POLICE DEPARB10VI
RES. N0. 86-94 Council was apprised that bids for a copier for the Police
Department were: received from the following companies:
CC -20
Vendor Machine Installed price Cost
California .02057
Copier Savin 7055 $10,600.00
San Sierra
Business
Systems Cannon NP7550 $11,010.22 .01837
. Ferox Xerox 1050 $12,785.00 .02137
. Xerox Xerox 1055 $10,600.00 .02284
. I B M IBM 6808 $19,567.00 .02016
. Lucas Business
Machines Royal 5003 ZMR $12,714.70 .01916,
Present usage in the Police Department is 30,000 copies per
month. The monthly operating cost for each machine is
shown:
Savin 7055 617.00
Cannon NP 7550 551.10
Xerox 1050 641.10
Xerox 1055 685.20
I B M 6808 609.90
Royal 5003 ZMR 574.80
By purchasing the Cannon copier, the City will recoup the
$410.22 difference in price in less than 1 year. In
addition, the Savin has a 58 maximum escalation factor, the
Cannon has a 0%.
Council adopted Resolution No. 86-94 awarding the bid to
San Sierra Business Systems of a Cannon NP7550 copier for
the Police Department with document feed, duplexing unit,
25 -bin sorter and 2,000 sheet paper deck, at a cost of
$11,010.22.
vA-v4uTL-
VVr,; l V 1�l�1 llv
TO: THE CITY COUNCIL DATE NO.
FROM: THE CITY MANAGER'S OFFICE June 25, 1986
SUBJECT:
AUl!HORIZE PURCHASE OF COPIER MR THE POLICE DEPART 4W
PREPARED BY:
Assistant City Manager
RDOOM WED ACTION: That the Cita Council approve and authorize the
purchase frcm San Sierra Business Systems of a
Cannon NP7550 copier with document feed,
duplexing unit, 25 -bin sorter and 2,000 sheet paper deck, at a cost of
$11,010.22
BACKGMM I10DEMATiON: Bids for a copier for the Police Department were
received from the following ca >anies:
Vendor Machine Installed Price Cost Copy
. California Copier
Savin 7055
10,600.00
.02057
. San Sierra
Business Systems
Cannon NP7550
.11,010.22
.01837
. Xerox
Xerox 1050
12,785.00
.02137
. Xerox
Xerox 1055
10,600.00
.02284
. I B M
IIN 6808
19,567.00
.02016
. Lucas Business
Machines
Royal 5003 ZMR
12,714.70
.01916
Present usage in the Police Department is 30,000 copies per month. The
monthly operating cost for each machine is shown:
Savin 7055 617.00
C mon NP 7550 551.10
Xerox 1050 641.10
Xerox 1055 685.20
I B M 6808 609.90
Royal 5003 ZMR 574.80
By purchasing the Cannon copier, the City will recoup the $410.22
difference in prioe in less than 1 year. In addition, the Savin has a 58
maximum escalation factor, the Cannon has a 08.
JLG/br
Respectfully submitted,
L. Glenn
Assistant City Manager
NOTICE INVITING BIDS TO
FURNISH AND DELIVER
PHOTOCOPY MACHINE
TO
CITY OF LODI, CALIFORNIA
•
The City of Lodi hereby invites sealed proposals for furnishing and
delivering a photocopy machine.
Each bid shall be in accordance with specifications provided and on
file in the Office of the Finance Director, City Hall, City of Lodi,
California. No bid will be considered unless it is submitted on a
proposal form furnished by the City of Lodi.
In order to receive consideration for a bid award, you must be an
authorized service representative of the copier that you are submitting
to meet the bid specifications and must submit a service contract
proposal along with estimated annual costs per 10,000 copies.
Said sealed proposals shall be delivered to the purchasing agent at
the City Hall, 222 West Pine Street, Lodi, California (Call Box 3006,
Lodi, California 95241-1910) on or before
11:00 a.m., FRMAy, JUNE 6, 1986
and will be publicly opened on said day and hour in the Council
Chambers in the City Hall, Lodi, California.
The City of Lodi reserves the right to reject any or all bids, to
waive any informality or irregularity in any bid, to accept other
than the lowest bid, or not to award the bid.
Reference to hereby made to said specifications for further details.
CITY OF LODI
James W. Pruss
Purchasing Agent
BID OPENING
A. The Purchasing Agent will receive sealed bids in his office, City
Hall, 221 West Pine Street, Lodi, California 95240, until the time
for opening bids as noted in the "Notice Inviting Bids." Bidders
or their authorized agents are invited to be present.
B. The proposal shall be submitted as directed in the "Notice Inviting
Bids" under sealed cover plainly marked as a proposal, and identify-
ing the equipment to which the proposal relates and the.date of the
bid opening therefore. Proposals which are not properly marked
may be disregarded.
PROPOSAL FORM
A. Prospective bidders are furnished with one proposal form included
with the specifications.
B. The proposal must be signed with the full name and address of the
bidder, if a co -partnership, by a. member of the firm; if.a corpora-
tion, by an officer in the corporate name.
C. The purchaser reserves the right to accept other than the lowest bid
and to reject any or all bids.
- REJECTION OF PROPOSALS
Bids may be rejected if they show any alterations of proposal form,
additions not called for, or alternative bids not properly documented.
Bids proposing equipment with which the City has no prior in-service
experience may be rejected. Erasures or irregularities of any kind may
aIso be cause for rejection.
AWARD OF BID
r A. The award of the bid, if it is awarded, will be to the lowest
responsible bidder whose bid proposal complies with all the
requirements described.
B. Where alternate bids are received, the City Council reserves the
right to select the bid most advantageous to the City. The award,
if made, will be made within thirty (30) days after the opening
of the bids.
DELIVERY
Delivery time will be part of the bid evaluation, and delivery shall
p be clearly indicated on the proposal. Truck delivery shall be made
only during normal working hours (8 a.m. - 4 p.m. Monday through
Friday).
PRICES
All quoted prices shall be current* and firm for at least thirty (30)
days after date of bid opening. Price shall be F.O.E. Lodi.
SALES AND USE TAXES
All quotations submitted shall include California State sales or use
r
taxes.
PAYMENTS
A. Invoices shall indicate sales or use taxes as separate items apart
from the cost F.O.B. point of delivery. Purchaser's specifications
and order number shall appear on all invoices. All invoices shall
"3
be rendered in triplicate.
*May 1986
PAYMENTS (continued)
B. Full payment by purchaser shall not release supplier of hie
responsibility to fully carry out his bid obligations nor be
construed by supplier as acceptance of the work hereunder by
A
purchaser.
GUARANTEES.
A. In addition to any or all guarantees mentioned elsewhere herein,
the supplier shall repair and/or replace entirely at his own
expense any parts or part that may develop defects due to faulty
material, workmanship or design within a period of at least one
year after the equipment has been accepted by the purchaser.
B. This transaction will be covered by City of Lodi purchase order
and all terms included in Information to Bidders, Proposal and
Detailed Specifications will be binding.
LODI POLICE DEPARTMENT
SPECIFICATION FOR PHOTOCOPY MACHINE
APRIL 30, 1986
SCOPE
A. It is the intent of this specification to describe a photocopy
machine to be used in a high volume, 24 hour, 7 day business office.
B. It is the intended that the manufacturer in the selection of
components will use material and design practices that are best
available in the industry for the type of operating conditions
to which the equipment will be subjected. Electronics and mechanical
components shall be selected to give maximum performance. Service
life and quality of reproduction and not merely to meet the minimum
requirements of this specification.
0
SIZE AND DIMENSION
Maximun size and dimension of the copy machine shall be 47" x 48" x 65"
maximum proportionately.
POWER SUPPLY
Power supply required shall be 110 - 120 volts, 60 Hz.
FIRST COPY - SPEED
The speed of the first copy produced shall be 7 seconds or less.
COPIES PER MINUTE
The minimum number of copies per minute produced shall be 50 or more.
REDUCTION
Reduction capability shall be 70% or more minimum.
ENLARGEMENT
Enlargement capability shall be 140% or more minimum.
DUPLEXING
Duplexing capability shall be automatic or semiautomatic.
PAPER SUPPLY
Paper supply by a single tray source shall be 1,000 sheets minimum.
COPY SIZE
Minimum copy size shall be 8" x 10" or less. Maximum copy size shall
be 12" x 17" or more original copy.
SORTING
The equipment shall have sorting and stacking capabilities.
WARRANTY
The standard manufacturer's warranty shall apply to equipment purchased
under this specification. The starting date of the warranty shall be
the date that the equipment is actually placed in service.
CONDITION
The equipment on which the bid is based shall be new.
DEMONSTRATION
The vendor shall be willing to arrange a demonstration of the product.
MANUALS
The bidder shall supply a manufacturer's operating manual appropriate
to the equipment.
GUARANTEE
The vendor delivering copy equipment against this specification shall
guarantee the enuipment meets the minimum requirements set forth herein.
If it is found that the equipment does not meet the minimum require-
; - -
ments of the specification, the vendor will be required to correct the
same at his expense.
MAINTENANCE COSTS
A. The vendor shall furnish, at time of bid, an accurate accounting
of monthly maintenance costs including paper and dry chemical costs
beginning at 1C,CCC copies and extending to 60,CC0 in increments of
1,COC.
B. Copies of maintenance agreements, service contracts, and quotes of
per copy costs shall be submitted with each bid.
DELIVERY LOCATICN
Equipment shall be delivered to following location in accordance with
delivery schedule as noted in the Invitation for Bid. The delivery
s
shall be within 6C days after the bid award.
LODI POLICE DEPAR111 T
23C West Elm Street
Lodi, California 95240
CONDITION
The equipment on which the bid is based shall be new.
DEMONSTRATION
The vendor shall be willing to arrange a demonstration of the product.
A
RESOLUTION NO. 86-94
AWARD - PHOTO COPIER FOR THE LODI
POLICE DEPARTMENT
WHEREAS, in answer to notice duly published in
accordance with law and the order of this City Council,
sealed bids were received and publicly opened by the City
Clerk of this City on June 6, 1986 at 11:00 a.m. for the
contract 'for photo copier for the police department,
described in the specifications therefor approved by the
City Council July 2, 1986; and
WHEREAS, said bids have been compared, checked,
and tabulated and a report thereof filed with the City
Manager as follows:
bidder Amount
San Sierra Business Systems, Inc. $11,010.22
Lucas Business Systems $12,714.70
Xerox Corporation $10,600.00
Model 1055
$12,985.00
Model 1050
California Copy, Inc. $10,600.00
IBM $19,567.00
WHEREAS, the City Manager recommends that award
for the contract for photo copier for the police department
be made to the low bidder, San Sierra Business Systems, Inc.
NOW, THEREFORE, BE IT RESOLVED by the City
Council of the City of Lodi that award of contract for
photo copier for the police department be and the same is
hereby made to San Sierra Business Systems, Inc., the low
bidder, in the amount of $11,010.22.
Dated: July 2, 1986
86-94
I hereby certify that Resolution No. 86-94
was passed and adopted by the City Council
of the City of Lodi in a regular meeting
held July 2, 1986 by the following vote:
Ayes: Council Members - Olson, Hinchman,
Pinkerton, Snider
and Reid (Mayor)
Noes: Council Members - None
Absent: Council Members - None
(.(.(.UES' / ► ` � , /
Alice M. Reimche
City Clerk
86-94