Loading...
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