Loading...
HomeMy WebLinkAboutR-93-02341w1► r'y J-93-241 4/6/93 RESOLUTION NO. 9 3- 234 A RESOLUTION ACCEPTING THE BID OF VARITYPER, INC. FOR THE FURNISHING OF DESKTOP PUBLISHING _ EQUIPMENT ON A LEASE BASIS FOR A PERIOD OF FIVE (5) YEARS TO THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/GRAPHIC REPRODUCTIONS DIVISION AT AN ANNUAL COST OF $13,957.82, FOR A TOTAL PROPOSED AMOUNT OF $69,789.12; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 420501-880; AUTHORIZING THE CITY MANAGER TO _ INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID EQUIPMENT, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received March 15, 1993 for the furnishing of desktop publishing - equipment on a lease basis for a period of five (5) years for the General Services Administration and Solid Waste Department/Graphic Reproductions Division; and WHEREAS, invitations were mailed to thirty-eight (38) potential bidders and six (6) bids were received; and WHEREAS, funds for this service are available from Account Code No. 420501-880; and WHEREAS, this equipment will be used by the Department of General Services Administration and Solid Waste/Graphic Reproductions Division to replace the obsolete, ineffective typesetting machine with a new high tech system that will meet em C0XK=0U - MEETING OF APR 15 W3 93- 234 - the current and future needs of many city department and offices; and WHEREAS, the City Manager and the Assistant City Manager in charge of the department recommend the bid received from Varityper, Inc. be accepted as the lowest most 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 March 15, 1993 bid of Varityper, Inc. for the furnishing of desktop publishing equipment on a lease basis for a five (5) year period to the General Services Administration and Solid Waste Department/Graphic Reproductions Division at an annual cost of $13,957.82 for a total proposed amount of $69,789.1,2, is hereby accepted with funds therefor herebv allocated from the Account Code No. 420501-880. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this equipment, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. -2- rn r �* F ah PASSED AI4D ADOPTED this a-.- AWEAH11 MA AI CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ DEPUTY CITY ATTORN APPROVED AS TO FORM AND CORRECTNESSa � Yw A. Q JO I CITY ATTORN RODscsksM3549 —3— k.. 1 t�b 1 4 CITY OF MIAMI, FLORIDA r INTER -OFFICE MEMORANDUM CA 2 ro : The Honorable Mayor and Members DATE : •�� .. i FILE of the City Commission SUBJECT: Bid No. 92-93-041R Desktop Publishing Equipment FROM : Cesar H. od i o REFERENCES City Manager ENCLOSURES: - t RECOMMENDATION It is respectfully recommended that the City Commission adopt the — attached resolution for furnishing Desktop Publishing Equipment with Imagesetter and Photomedia Processor, to Varityper, 1ne# a non -minority, non -local vendor located at 11 Mt. Pleasant Avenue, East Hanover, N.J. 07936 as the lowest most responsible and responsive bidder meeting all requirements. This equipment is requested by the Department of General Services and Solid Waste/Graphic Reproductions division to replace a presently obsolete, unreliable and very limited typesetting system that is not upgradeable. Funds in the annual amount of $13,957.82 are available from the GSA/SW Graphic Reproductions Division, Account #420501-880. BACKGROUND: The General Services Administration and Solid Waste Department, Graphic Reproductions Division has analyzed bids received pursuant to Bid No. 92-93-041R to furnish Desktop Publishing Equipment including an Imagesetter and Photomedia Processor on a five year lease/purchase, consisting of sixty (60) equal payments -' in the total amount of $69,789.12. A total of six (6) vendors _ responded to this bid. As a result of the bid evaluation, it is recommended that the award be granted to Varityper, Inc., a non - minority, non local vendor, located at 11 Mt. Pleasant Avenue, —+ East Hanover, N.J. 07936 as the lowest responsible and responsive bidder in accordance with Bid No. 92-93-041R. This new desktop Publishing Equipment and Imagesetter is vital to the overall effectiveness of the Graphic Reproductions Division. It will replace an obsolete and ineffective typesetting machine with a new "high tech" system that will meet the current and future i needs of the many city departments and offices that routinely request printing services that require typesetting, layout, photographic and graphic design procedures from our in house facility. This new system will allow the scanning of photographs and other images directly into a page layout and then output the final product directly to high resolution film, paper or direct image plates. Funds for this purpose are available in the GSA/SW Graphic w Reproductions Division, account #420501-880, amount $13,95782: 93- 234 (143 - M itnn -ut yr i i yr u,nill LV61VL.1 inn live ovuvI-2vvus v _M , ply` Y�' ROM '1 .N'T Mr11YAOMT9* 8-1843 : 9:42f% t CITY OF MIAMI- 3O."" 081 4 2l CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM •o: Judy b. 0ttOt c.hitf Procurement Officer GAU roLt $0A.C.1 Bid f 92-93-041R Desktop PubliRhing laguipm4nt Ron E. w i l l i Muss Assistant City K&nager III IIlit WAR. rr�ai oo+�nra The Department of General Setvices3 Administration and Solid Waste has verified available funding with the Department of Management and Ftijaget to cover the first year (12 months) cost of the subjoct bid in the amount of 513,957.8 4 account code 420501-800. BUDGIETARY REVIEW & APPROVED BY: - -- u1rector M.><noha tla-i-a-,vapartm tvL M41149emcnt — s Budge - it- .AS 93- 234 Cp' � 7 t "t� PUS Ut CITY OF MIAMI, YwKiUH BID SHEET (Continued) Oftn tt BID SH81T mND ATTACHMENTS MUST BE R�i'URNED IN , TRIPLICATE IN T=t r - ATTACHED ENVELOPE IDENTIFIED By BID NUMBER, TIME AND DATE OF $ID OP11NIW IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT B0I4D IS SUBMITTED IN THIS ENVELOPE. Termst 3% (Include cash discount for prompt payment, if any) Additional discount of N/A if awarded all items. Warranty and/or guarantee: See attached proposal Delivery: 30 calendar days required upon receipt of Purchase Order or Noti�- of Award. 10 Number of calendar days required to complete work after start. * IF FULL AMOUNT PAID IN ADVANCE In accordance with the Invitation to Bid, the Specifications, General Conditions, Sped_ Conditions, and General Information to Bidders, we agree to furnish the Items) at Prime indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): WHOLEY OWNED SUBSIDIARY OF: ROBERT TRENKAMP / CEO --- TEGRA, INC. JAMES R. F. MARLOW / CFO - a) List principal business address: (street address) EAST HANOVER, NEW JERSEY - b) List all other offices located in the State of Florida: (street address) 2930 UNIVERSITY DRIVE, CORAL SPRINGS, FL 33065 (Please use the back of this page if more space is necessary) 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 agre to comply with applicable substantive and procedural provisions therein, inc uding a y nts thereto. Bidder: VARITYPER, INC. Signature: ( company name) F G HEIMERL Date: JANUARY 6, 1993 Print Name: BUSINESS PLAN ADMINISTRATOg' Indicate if Business is Sit Minority -owned: (Check 2= box only) [ J BLACK [ J HISPANIC [ ] FEMALE �liTi�M1TT{� Teo MAN If firm has an existing plan, effective date of implementation:JANUARY 1-_1993 _- If firm does not have an existing plan, the Successful Bidders) shall be requ£red-= establish an Affirmative Action Policy, pursuant to Ordinance #10062as amended. See Appe I for sample. j Bidder: VARITYPER, INC. Signature: . r / !` (company name) FAILURE TO COMPLETE. SIGN, AND RE1l1RN THIS FORM MAY DISQUAL_IEY THIS R1 93M tat'': AWARD OF BID Bid No. _ 9243-041R Desktop Publishing Equipment UFARTMENTi General Services Administration and Solid Waste/Graphic Reproductions Division TYPE: OF X tRCHA-E t Five (5) years lease/purchase contract. To replace the obsolete, inoffedtive typesetting machine with a new "high tech" system that will meet the current and future printing services requested by city departments and offices. POTENTLAL BIDDERS% 38 BIDS RECEIVEDt 6 FUJNDSs Account Code No. 420501-880 BID TABULATION% Attached BID EVALUATION% Bid Invitations Bid Mailed Rest�nse_s ALLVENDORS ............................ 38 6 MINORITY/FEMALE (M/F) VENDORS.......... 7 3 Within City limits .................. 3 2 Registered with City ................ 1 1 Black (B) Vendors ...................... 5 1 Located within City limits.......... 2 1 Registered with City ................ 1 1 Female (F) Vendors ..................... 2 2 Located within City limits.......... 1 1 Registered with City ................ 0 0 Hispanic (H) Vendors ................... 0 0 Located within City limits.......... 0 0 Registered with City ................ 0 0 NON MINORITY (NM) VENDORS .............. 31 3 Located within City limits.......... 2 0 "No Bids" .............................. - 4 r ■ The reasons for NO BIDS were as follows: 21st Century Computers Inc. - "No Bid to part 2" Astra Information Systems, Inc.- "not in this business" Egghead Software �"We Don't handle this type of equip. only software" Southern Office Equipment- " Do not offer products" 0 IONt IT IS RECOMMENDED THAT THE AWARD BE MADE TO VARITYPER, INC. A NON -LOCAL, NON -MINORITY FIRM AT AN ANNUAL COS OF COST OF $13,957.80, FOR A TOTAL PROPOSED AMOUNT OF $69,789.52. Chlef Procurement ficer Dat �I III 1 tI II! IHII I Id III kI. III li III I I I�. ILL ,. i� .,._,�. �P��iIU ........ � in i�liul�IM�lil�Yli�iigpawt��":�.� i TABULATION OF BID NO. 92-93-041R DESKTOP PUBLISHING EQUIPMENT/IMAGESETTER AND PROCESSOR SIXTY (60) MONTH LEASE PURCHASE DESKTOP PUBLISHING IMAGESETTER/PROCESSOR VENDOR PART 1 PART 2 MINORITY LOCATION 21st CENTURY COMPUTERS **NON -RESPONSIVE NO BID BLACK DADE COUNTY 7267 N.N. 12 STREET MIAMI, FL 33126 COMPUTER CAVALRY, INC. ***NON -RESPONSIVE $56,797.80 HISPANIC MIAMI BEACH 6915 BAY DRIVE, SUITE 20 MIAMI, BEACH 33141 COMPUTER EXPERIENCE PLUS $37,060.20 ****NON -RESPONSIVE FEMALE DADE COUNTY 12935 S.N. 81 AVENUE MIAMI, FLORIDA 33156 LINOTYPE-HELL CO. NO BID $56,809.80 NON -MINORITY NON LOCAL 5300 0MROOK PKNY 320 NORCROSS, GA 30093 SRP SERVICE COMPANY, INC. $39,664.20 $75,771.60 NON -MINORITY NON LOCAL 6513 N.N. 13 CT. PLANTATION, FL 33313 VARITYPER, INC. *$32,917.20 *$36,871.92 NON -MINORITY NON -LOCAL 11 MT. PLEASANT AVE. EAST HAMMER, N.J. 07936 *VARITYPER, INI A NON -MINORITY, NON -LOCAL VENDOR IS THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER MEETING ALL REQUIREMENTS. **VENDOR DID NOT QUOTE ITEMS A,G OR 3 - ITEM B2 DID NOT MEET SPECIFICATIONS ***VENDOR DID NOT PROVIDE FINANCE - (LEASING ARRANGEMENTS) PART 1 - $32,917.20 PART 2 $�36t871.92 ****VENDOR DID NOT QUOTE PROCESSOR, OR MAINTENANCE OPTION Total $69,789.12 YEARLY $13,957.82 MONTHLY $1,163.15 a p DESK TOP PUBLISHING EQUIPMENT 9211 92-93-041R W MCI) �l 1�lD• MARCH 15, 1993 10:00 A.M. Or ri SRP SERVICE CO., INC. ee attached id COMPUTER EXPERIENCE PLU§ ARITYPER, I:1C . IJOTYP=IJELL COMPANY We received o ko -Pro ly one cagy w is wa OMPUTER CAVALRY 1st CENTURY COMPUTERS INC. We received ly one bid which was sen AO BID: 21st. CENTURY COMPUTERS INC. N ��rMM i!M•.�.•MrM��w�� ASTRA Ii1FORMATION SYSTEM M �NwMNvrM� rNr��MMM EGGHEAD SOFTWARE EGGHEAD SOFTWARE •• MS�N��MM�� , M.•N��� SOUTHERN OFFICE EQUIPMENT • M�MM�MM�� M.Ml.� a'M�����•Yr 3 l�M.•�N+ ��MM.�� N�N�1Y� • MY�MM� �MMM4.M��AMM�Mr •saos 8040 ring lids *ports* •arslopos ea bobolf y¢ RY-PROCM-NENT ktAN.46"- 3-93 ; 9:11-4M c I Ty (W<vtM I Ottv of tat THIS ADDENDUM DID'S OPENING ADDENDUM NO. 2 FEBRUARY 26t 1993 DESKTOP PUBLISHING EQUIPMENT 0 IS TO INFORM ALL VENDORS THAT THE ABOVE MENTIONED DATE HAS BEEN POSPONED TGI MIDAT`-' AT ALSO WE ARE ENCLOSING PHOTO MR12IL PROCESSOR WHICH PACKAGE. THE SPECIFICATIONS FOR THE ya WERE OMITTED FROM THE ORIGINAL BID ALL OTHER INFORMATION AND REQUIREMENTS REMAINS THE SAME. IF YOU HAVE ALREADY SUBMITTED A BID PACKAGE AND ARE BIDDING ABOVE ITEM PLEASE FORWARD YOUR BID TO THE ADDRESS LISTED ENCLOSED RNVRLOPB* MAR- 5-93 WED 9;1v 009 %Oqu F. SST 8Y PItOCI?IZT MANAG"i'�-J3 : 9:11AM : CITY OF ' CAI I • City Of Miami i • Department of General rvices Administration and Solid Waste FAX To: P/Aeeik `t OFF, From: 'Ro Comments: Departmental Fax Numbers: Administrator's Office - 575-5187 i Communication Services - 575-5192 e Graphic Reproductions - 575-5187 D WAD 007 Rev. 01192 i MAR- 3-93 WED 9:18 This is pope 1 of r It them are any or H "M did not r�ae6vo W 0000 Taft or readable copy. ptaa�e MA: pleat MsnallORMt - 575-51 A7 1 Procuremont Me agar ant - l Malec S Properly MWnWands - 575-5146 1. Solid Waft - 526-1114 305 575 5180 P 01 LEGAL ADVERTISEMENT r ` i i I I i Sealed bids will be received by the City of Mimi City Clock at her office located at 3500 Pan American Drive, Miami, Florida, 33133 not later than 32a3d a.ma Jk=h_3 122.2 for furnishing D"k Top Publishing squipoont, one (1) High Resolution labor imagesetter and one (1) Photo Media Processor on a Five (5) year Lease/Purchase for the Department of General Services Administration and Solid Waste, Graphic Reproduction Division. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and rejected. Ordinance No. 10062 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. 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. Local preference may be applied to those vendors whose primary office is located in the City of Miami, provided the amount of the bid or bid is not more than ten percent (10%) in excess of the lowest other responsible bidder or bidder. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertiae. (Ad No. 0892.) %o f...d CL- 4 W W m ` tz •;�cc n Cesar H. Odio City Manager r. •s• x ; 2 • ty` i .... .... y t = • z _ city of,AAiami �a rtus►bat mint � u R=OUISITION FOR ADVERTISEMENT . i• SERVICES ' Ai�►Mit$i►xON 8M—IC REPRODUCTIONS - -. GNNiAL S. Account Ootle number 4.16 this a confirmation: Q Yes O ; o 5. Prepared by-, _. 31N ;$. iYNG 420501-257 8. Site of Advertisement - _- . _ 7. Starting date: s. temphone number 5` 4 E —' LEGAL , 19. Number of dines • this advertisement is to be 10. type of advertisementEll ed } 1 01 Illy _gMbiished: ONE ® al ; _ _ 11. Remarks: j i ,I 12. Pubilcation , D8*5) of Invoice No. Amount - �I AdverrUdsement =; MIi>lial► TIMES } _ 141MU REVIEW DIARIO LAS AMERICAS f rn { -} �{ 13. 4 tom; 0 Approved ) , O DiaeuptroYed. t Approved for Payment. t Director/ n�i t Whits and Canary to GSA (PrOwromerd wl;;pemenO and natatn PIS*Cepys A � : _ GS1PC Rev. t2/89 FAMpf�ip.•�F�orward Whft G$.A`: � � DISTTRIKITIOW -tie