Loading...
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