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