HomeMy WebLinkAboutR-94-0371J-94-430
5/02/94
RESOLUTION NO. 9 4 - 371
A RESOLUTION ACCEPTING THE BID OF BOWNE OF
MIAMI, INC. FOR THE PRINTING, BINDING AND
SHIPPING OF OFFICIAL STATEMENTS FOR BOND
FINANCING ON A CONTRACT BASIS FOR A PERIOD
OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR
AN ADDITIONAL ONE (1) YEAR PERIOD FOR THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
AND SOLID WASTE AT A TOTAL PROPOSED FIRST
YEAR COST OF $6,410.00; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE NO. 269902-680
PROJECT NO. 311016; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE PURCHASE ORDERS FOR THIS
SERVICE AND THEREAFTER TO EXTEND THIS
CONTRACT FOR AN ADDITIONAL ONE (1) YEAR
PERIOD AT THE SAME PRICE, TERMS AND
CONDITIONS, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received April 1, 1994 for the printing, binding and shipping of
official statements for bond financing on a contract basis for a
period of one (1) year with the option to extend for an
additional one (1) year period for the Department of General
Services Administration and Solid Waste; and
WHEREAS, invitations for Bid No. 93-94-096 were mailed to
ten (10) potential bidders and two (2) bids were received; and
WHEREAS, funds for this service are available from the
Account Code No. 269902-680, Project Code No. 311016; and
CITY COMMISSION
MEETING OF.
J U N 0 9 1994
Resolution No,
9 4 - 3'71
1
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste recommend that Bowne of Miami, Inc. be accepted as
jthe lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The April 1, 1994 bid of Bowne of Miami, Inc.
for the printing, binding, and shipping of the official
statements for bond financing on a contract basis for one (1)
year with the option to extend for an additional one (1) year
period to the Department of General Services Administration and
Solid Waste at a total proposed first year cost of $6,410.00 is
j hereby accepted with funds therefor hereby allocated Account
Code No. 269902-680, Project Code No. 311016.
Section 3. The City Manager is hereby authorized to
i instruct the Chief Procurement Officer to issue Purchase Orders
for this service and thereafter to extend this contract for an
additional one (1) year period at the same price, terms and
conditions, subject to the availability of funds.
- 2 -
94" 371
N
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 9th day of June , 1994.
STtPHEN P. CLARK, MAYOR
ATTES
MATT HIRAI, C LERK
PREPARED AND APPROVED BY:
RAFAEL 0. D
DEPUTY CITY
APPROVED AS TO FORM AND CORRECTNESS:
f
A QUZIM JqN199, II
CITY ATTO
- 3 -
94- 371
ID_SEGpP.IST_LIET
I PRINTING OF OFFICIAL STATEMENT ._
93-94-096
s i t soot
APRIL 1, 1994 10:30 a.m.
!!/►Si slDt$i 0lYK=De �„„r,-..,._.,.-....-.-...-_-�._..r.._.....�.r...r..__..._.....
i TDSIL �ID_tOXD�or2 .
ov_ws fisgiti_t_cacg�
w
BOWNE OF MIAMI
See attached
id
EVACO INC.
—._r�r -.r•r
• �r r_er
rr
•
�� - r r++w�M -.rarr Ma.i
-.r.ar�srNA-r-rr.�Or—
rrM—M-- ---- ram+---rr
.�yr r b� r�� _w—a
srrr.M-'—��—'M r—
r� —...fir —+— — r•i— —
rf►ar.rr rr -rtr—
rr.•r��---�.rri
_�rNr— ---
rrrrws�r r.rM—ter ���—•
.
—I r Wr�-------------r
—M•----r---r�M—rrr
..—r rrrrss�.r—re
r-�'-r�r rr.-+r_—r
rr -rr—r�—rasr
►► �— �I. •'•••yC i ��
•
1►r ►r rrrew+r.rw--
rrrr—r •.w...r..rrrr
r Nr ��r r.r —.r♦
—O.w rr�raa..�sa
rrrr--a-.--_r
—r Nrr—ice--fir
ls�+�►r NAM
rr—w.r—s-o+�r rr�.r+.w,rrr
I�O�Mr—I �rb�r Mr—r
r_ Mr�rrs Mir
�—.r�.rr.— r r �Myi�
�.•r.rr^r—.�—��_
rr-_—�i��a—
r.-rr rrr
r t iM� N MY rr �-� N►r�►
rO—.—Ne—�—rrM Nw+�
—/.rMM--rrrr-rrrr ��—r
---- r--fir—M w�►—.�—er
rr—_--r—r•�r-----r —r
Ni�ii r� rrA�r
—rq�—rrrr-o—
—rrr�srrrrrMr
—rr.r--r r----
—rM rrr-rr _.r rr
rsr rr«rryr
. • r rrArr�r
___,__.__racai�ad (,,,� aaaatopa� oa kabal! of
( a •oa ciSiS�e 'b ds) ,
:A/Solid Waste-P c_ureme_nt Division on
(CStJ to aztL�at�
• 3ICNlD�� \
+rr.. .+_
(De ty Citi Clark
RECEIVFn-
*94 APR -1 A10 :30
MA'J!
CITY Ci Fll�
CITY OF MIAMI.
LEGAL ADVERTISEMENT
BID NO, 93-94-096
co _r
Sealed bids will be received by the City of Miami . City C-17L*rk at
her office located at City Hall, 3500 Pan American-Drive;.:'Miami,
Florida 33133 not later than 10:30 a.m. April 1, 1994 40r the
typesetting (if, required), printing, binding and shipping of
Official Statements to be issued by the Division of Treasury —
Management for the Department of General Services Administration
and Solid Waste, Graphics Reproductions Division.
Companies responding to this bid must have experience in
financial printing, especially in the printing of official
statement for governmental entities.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Section 18-52.1(h) of the City Code, as amended, states that the
City Commission may offer to a responsible and responsive local
bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the
original bid amount submitted by the local vendor does not exceed
110 percent of the lowest other responsible and responsive
bidder.
The attached primary business affidavit must be signed by the
local vendor for use in attesting primary office location.
The City reserves the right to request copies of the
occupational license, professional and/or trade licenses,
corporate charter and any other documents to verify the location
of the firm's primary office.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 1745)
Cesar H. Odio
City Manager
k , �.t.•e: k ;t= �,n . � `•�A, �{i I,i_ _ � e � ..� �.l��hk y� Fs4.� t� ljP�t t��� ! ;1 . i :a�l.'��: �j;;;h inn 4 tr
j 1.
City of Miami,''i
REQUISITION FOR ADVERTISEMENT This number must
E appear In the
advertisement
1
`0
, . P.
N 1
1. Department 2. Division:
General: Se'vices Administration Graphic Reproductions
3. Acoobnt Cade number:
4. Is this a confirmation:
5. Prepared by:
'42001-287
❑•Yes No
Robin Min .Boclair
6. Slze of advertisement:
7. Starting date:
8. Telephone number:
L,e` al
March 17 1994
575-5174
9. Number of times this advertisement is to be
10. Tye of advertisement
published! one (1) '
Legal ❑ Classified ❑ Dis
11. Remarl s:
Rid No. 93-94-096
Printing of Official Statements
12,
Publication
Date(s) of
Advertisement
Invoice No.
Amount ..
Miami - Review
Miami Times
j
I•
r
...
r
co `y�yrrr'''-�
f
13.
❑. Approved
❑ 131"1 proved %
apartment Director/Designee Date
Approved for Payment Date
ic,
C GSfPC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
wo i niou i wn: vmw %.unary - unpnrtmunt
( i
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDI CAM4
TO. Honorable Mayor and Members
of the City Commission
FROM: Cesar H. 4
10
City 'Mager
11 i
RECOMMENDATION:
DATE: MAY 3I 1994 FILE:
SUBJECT: Resolution Authorizing
Bid No. 93-94-096
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission pass the
attached resolution awarding the printing, binding and shipping
of Official Statements for bond financing on a contract basis for
a period of one (1) year with the option to extend for an
additional one (1) year period to Bowne of Miami, Inc., a non -
minority, local vendor located at 1001 South Bayshore Drive,
Miami, as the lowest responsible and responsive bidder in
accordance with Bid No. 93-94-096. The estimated cost associated
with the printing, binding and shipping of Official Statements
for bond financing is $6,410.00 per bond issue, with funds
available from the Finance Department, Treasury Management
Division account code 269902-680-311016.
BACKGROUND:
The Department of General Services Administration and Solid
Waste/Graphic Reproductions Division, has received two (2) bids
pursuant to Bid No. 93-94-096, for the printing, binding, and
shipping of the Official Statements for bond financing. The two
bids were received from Evaco, Inc. and Bowne of Miami, Inc. both
non -minority vendors located within the City of Miami limits. It
was determined that Bowne of Miami, Inc. was the lowest
responsible and responsive bidder meeting all requirements. As a
result, award is being recommended to Bowne of Miami, Inc., a
non -minority, local vendor located at 1001 South Bayshore Drive,
Miami, Florida 33131. The total cost associated with this project
is estimated at $6,410.00 per bond issue.
AMOUNT OF BID: $6,410.00
SOURCE OF FUNDS: Finance Department
Treasury Management Division
Account code No. 269902-680-311016
MINORITY PARTICIPATION: Award is to a non -minority local vendor
located within City limits.
11H t— 4--04 WCU d 0 UJ U l l l Ur 111 H1I I UUI)Ut I r HA IYU. )U00 1 d0001 r. U l
SENT BY -CITY OF (► 101 4-26-94 ; 4140PM ; PROCLROWE\T
3U5S79GOSl i lt: 1 / 1
CITY or MIAMI, FLORIDA
INTEROFFICE MEMORANDUM
To Judy S. Carcer u►vE f�1s
Chief Procurement Officar
Procurement Management Division 8u4Jr•(%T Bid No. 9 3.9 4 - U 96
Printing, Binding and
Shipping of official.
+:1ao0.+ ; ALPLr�ENc+;.s : 8tatentents
Carlos Oax'cia, Director
bapartment of Finance �tin�cciiRrs
The Departments of Finance has verified with the Department of
Management and Budget: that futuiw are available to cover the cost of
the aubjeet bid in the amotmt of $6,410.00 per boric] issue, from t.ho
1.993-94 Ophrat:ing Budget, Account Code No. 269902- 680-31.1016.
FUNDING REVI9W & APPROVAL!
Mair; har S rana, Agsistanc City Manager
Departm n of Management and Budget,
Post -It*' brand tax transmittal memo 7fi71
001 pages I,
�
rem
Co.
one
•� r
ax r
AM- 371 3
MIAMI, FLORIDA
HEET (Continued)' M.
.0 BID NO. _93-94-096
r $TMI BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN TH
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING
IF iECURITY IS REQUIRED A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT 0
I
BOFLt IS SUBMITTED IN THIS ENVELOPE.
1% discount for payments received within 10 days.
Terms: 30 days net/ ( Include cash discount for prompt payment, if any)
Additional discount of N/A $ if awarded all items.
Warranty and/or guarantee: N/A
Delivery: two calendar days required upon receipt of Purchase Order or Notic
o'f Award.
One Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the specifications, General Conditions, Specii
conditions, and General Information to Bidders, we agree to furnish the Item(s) at Pric(
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
Bowne of Miami ( Bowne & Co.- A Public Comp ny) Joe R_ Morrow, Executive Vice
President, Bowne of Miami
a) List principal business address: (street address)
Bowne of Miami, 1001 South Bayshore Drive, Suite 3000, Miami. Florida 11111
b) List all.other offices located in the State of Florida: (street address)
Bowne of Tampa, Barnett Plaza, Suite 3600, 101 East Kennedy Blvd., Tampa, Florida 33602
(Please use the back of this page if more space is necessary)
MINORITY PROC1MEMENT ' CO k ThNQ_r
The undersigned bidder acknowledges that (s)he .has received a copy of ordinance #10062
amended, the Minority Procurement Ordinance of the City of Miami and agrees to co ly with .
applicable substantive and procedural provisions therein,•inc ud an ame e t to.
Bidder: Bowne of Miami Signature:
-
(company name)
Date: March 30, 1994 Print Name: Michael Knight
Indicate if Business is 51% Minority -owned: (Check gna box only)
BLACK [ ] HISPANIC [ ] FEMALE
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shall be required
establish an Affirmative Action.Policy, pursuant to Ordinance #10062 as en ed ee Appel
I for sample.
Bidder: Bowne of Miami Signature:
{company name) 4
FAILURE TO COMPLETE. SIGN. AND RFTIIRN TNTS FORM MAY 111S011A1 TFY TNTC RTn.
j ITEM
DEPARTMENT:
I
TYPE OF _PURCHASE:
REASON:
Printing, Binding, and Shipping of the
Official Statements for Bond Financing.
Department of Finance, Treasury Management
Division
On a contract basis for one (1) year with the
option to extend for an additional one (1)
year period.
The Department of Finance, Treasury Management
Division.
10
2
Treasury Management Division Account code No.
269902-680, Project No. 311016.
See Attached
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black (B) Vendors.. .. ...........
Located within City limits.........
Registered with City ...............
Female (F) Vendors ....................
Located within City limits.........
Registered with City ...............
Hispanic (H) Vendors.. ...........
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
11No Bids.. .............................
Bid
Invitations
Bid
Mailed
Responses
10
2
4
0
0
0
4
0
2
0
0
0
2
0
1
0
0
0
1
0
1
0
0
0
1
0
6
2
2
0
-
0
0-1
34-- 371
3*6100001,
IT IS RECOMMENDED THAT THE AWARD BE MADE TO
BOWNE OF MIAMI, INC A LOCAL, NON -MINORITY
VENDOR AT A PROPOSED FIRST YEAR COST OF
COST OF 6,410.00.
C11 Pro ent Offic r
(=-)'loh4�
Date
371
BID NO. 93-94-096
_WORRSAEET ESTIMATE
TAX ANTICIPATION NOTES -SERIES 1993
Quantity: 500 Preliminary Official Statements
Cover - 4 Pages Text - 120 Pages
TAeset Cover - 2 Pages of Tabular
Corer Printing - 4 Pages - Red & Black Ink (2/1)
Text Printing - 120 Pages - Black Ink (1/1)
Quantity: 500 Official Statement
Cover - 4 Pages Text - 120 Pages
Cover Printing - 4 Pages - Black Ink (1/1)
Text Printing - 120 Pages - Black Ink (1/1)
Cost
Preliminary Official Statement
Official Statement
Evaco. Inc. (NM)
90.00
500.00
3,600.00
4,190.00
120.00
700.00
$5,010.00
Evaco, Inc. (NM)
425.00
2,100.00
2,525.00
120.00
700.00
$3,345.00
$5,010.00
53.345.00
$8,355.00
Bowne of Miami (NM)
96.00
180.00
2,226.00
2,502.00 Printing
120.00 Mailing*
700,00 Postage*
$3,322.00
Bowne _of —Miami (NM)
120.00
2,148.00
2,268.00 Printing
120.00 Mailing*
700.00 Postage*
$3,088.00
$3,322.00
$3,088.00
**$6,410.00
Note: This estimated cost has been compiled based upon the specifications used for the printing, binding a
shipping of the POS & OS for Tax Anticipation Notes - Series 1993 and from the pricing structure submitted by
Evaco, Inc. and Bowne of Miami, Inc. in Bid No. 93-94-096. Evaco, Inc. a non -minority local vendor is
located at 100 Chopin Plaza, Suite 910, Miami, Florida 33131.
** Bowne of Miami, a non -minority local vendor located at 1001 South Bayshore Drive, Suite 3000, Miami,
CO Florida 33131, is the lowest responsible and responsive bidder meeting all requirements.
* Mailing and Postage costs are estimated.
W 4/12/94
Fa