HomeMy WebLinkAboutR-92-0005cm
J-92-46
12/30/91
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF EVACO, INC.
FOR THE TYPESETTING, LAYOUT AND PRINTING OF
THE CITY'S COMPREHENSIVE ANNUAL FINANCIAL
REPORT AS REQUIRED BY STATE LAW ON A CONTRACT
BASIS FOR 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, GRAPHIC
REPRODUCTIONS DIVISION; AT A TOTAL ESTIMATED
COST OF $11,000.00; ALLOCATING FUNDS THEREFOR
FROM THE 1991-92 OPERATING BUDGET, DEPARTMENT
OF GENERAL SERVICES ADMINISTRATION AND SOLID
WASTE, GRAPHIC REPRODUCTIONS DIVISION,
ACCOUNT CODE NO. 420801-680; AUTHORIZING THE
CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
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.
_I
WHEREAS, pursuant to public notice, sealed bids were
i
received December 11, 1991 for the typesetting, layout and
printing of the City's comprehensive annual financial report on a
contract basis for 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, Graphic Reproductions
Division; and
WHEREAS, invitations were mailed to thirty-one (31)
potential suppliers and three (3) bids were received; and
CITY COOT MOSION
ME' OF ..,,
JAN 9 1992
9 2 -.. 5
I'm v►ft M..
WHEREAS, funds for this service are available from the
1991-92 Operating Budget, Department of General Services
Administration and Solid Waste, Graphic Reproductions Division,
Account Code No. 420501-680; and
WHEREAS, this service will be used by the Department of
General Services Administration and Solid Waste, Graphic
Reproductions Division, for the purpose of typesetting, layout
and printing of the City's comprehensive annual financial report;
as required by State Law; and
WHEREAS, the City Manager and the Administrator of the
Department of General Services Administration and Solid Waste
recommend that the bid received from Evaeo, Inc. be accepted as
the 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 December 11, 1991 bid of Evaco, Inc. for
the typesetting, layout and printing of the City's comprehensive
annual financial report for the Department of General Services
Administration and Solid Waste, Graphic Reproductions Division,
at a total estimated cost of $11,000.00 is hereby accepted with
funds therefor hereby allocated from the 1991-92 Operating
Budget, Department of General Services Administration and Solid
Waste, Graphic Reproductions Division, Account Code No. 420501-
680.
2 -
92-- 5
qk *416
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service and thereafter to extend this contract"I for an
additional one (1) year period at the same price, terms and
conditions, subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 9th
AT
TEL NMNMWWW�
14ATTY HIRAI
CITY CLERK
PREPARED AND APPROVED BY:
, I "I � i/ � , � If ld—:: � �
RAFAEL P . Dr1Z "
DEPUTY CITY ATTORN
APPROVED AS TO FORM AND CORRECTNESS:
�n
. Q NN J NES, III
CITY AT�O EY
1
ROD:gb:M2727
day of January
XAVIER IL. S
, 1992.
, MAYOR
The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
-3- 92- 5
Y
SID_88CURITT_LIST
DID ITEMS TYPESETTING AND LAYOUT OF THE ANNUAL FINANCIAL REPORT
DID NO.s 91-92-017
DATE BID S) OPENED: DECEMBER 11, 1991 2:30 p.m -
TOTAL BID SOND_Sor�
BIDDER BID_AHOVNT CASHIER_S_CHBCK__
_T
-
EVACO, INC.------------------
See attached
--ate--------=
-
B F MIAMI
__ ��
WORLD PRINTING, INC.
It
NO BID:'
SUPERIOR OFFSET INC.
AMERICAN NATIONAL LTD.
SWANSON PRINTING INC.
---------------------
---------------
WL LITHO
--------------
ROSS PHOTO OFFSET PRINTERS
-- --- ----L
I
---------------------
••
-----------------
i
----------------
--------------
--------------.--.�-------
------------
-------------
--------------------
--------------- received () envelopes on behalf of
er n receiving bids)
GSA/Solid Waste -Procurement Division
(City Department)
_-D
SIGNED:
wv_--M-
( -puty City C3irk)
LEGAL ADVERTISEMENT
^1 ' n. "3
;r, r
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 2:30 p.m. December 11 , 1991 for
the typesetting and layout of the City of Miami/Finance
Department "Comprehensive Annual Financial Report" and
(xerographic) printing of 50 copies for the Department of General
Services Administration and Solid Waste Department - Graphic
Reproductions Division.
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.
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. 8251)
Cesar H. Odio
City Manager
RF cC- NED
199t OIrC t 1 FN 27 30
MAT i Y I-1�' �►
CITY CLERK
rr
i
t
I
'This number must appear
In the advertisement.
DEPT/DIV.
ACCOUNT CODE
DATE --- PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement
Type of advertisement: legal
(Check One)
V U li t11:�15u tJ V
REQUISITION FOR ADVERTISEMENT
(number of times)
classified display
times.
Size: Starting date
First four words of advertisement: - - - - -
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OFF
+
LINE
PUBLICATION
ADVERTISEMENT
MAMOUNT
G
Fri
tn
Mi
- -
--
-
r— JI-0--
C4
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11�-
F12
DUE DATE
�
LINE
TRANS
VOUCHER
YY MM DID
Adv. Doc. Reference
VENDOR
INDEX CODE
BJE
PROJECT
11
13
1 117
18 1 125134
39142
_145
50
51 56157
.62
63 65
66
0
1
2
41
VIP1
I
I
I
I
I
I
I
I
1 1
12102
287 -�1
72 AMOUNT
1
2
3
4 7
8 V P 1213
14
15 DESCRIPTION
36
64DISCOUNT69
5
2
0
0
2
0
1
- 11
11
Approved for Payment
Yellow - Finance Pink —Department
r � .
•, t }i 4 C�kYl. 1 5
- �% LlU Ulf l:.:.1Vl1UV z' '• r N;lrrH �,t,�+�... �`- A t
REQUISITION FOR ADVERTISEMENT 4i;hisj1u, w..,
DEPT/DIV. I -I ocuremeat (tor GSA/SVI - Graphics)
ACCOUNT CODE 4,20561101-287
4t to
DATE 1 ] / 2 0 / 91i • PHONE 5 7 5 -- 517 4 APPROVED BY-'
PREPARED BY Ma:rit,.a Pares r
DIR &TOR 0'iss 11
.,,,� ���• t �uv�slVtxf �
Publish the attached advertisement ozle (].) times i'
! (number of times)
T of advertisement: le al X classified display
Type 9 p Y
(Check One) ;i t
Size: Leoa 1 Starting date - 11 / 7 /_91'
V 0l RN11;, a
First four words of advertisement: ua.d No. 91-92-017: Sealers Uids_wi11bQ.;t; lir,u
kyy
Remarks: Typesetting & Layout oi: Annual Financial Report ,- MOIII.M
o )en 12J I1l.941..
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT.ONLY
DATE(S) OF
LINE
PUBLICATION
ADVERTISEMENT
INV�ICi:
%st�Y
Pdiaini Reviet�
A-1
Miami. Times
� !L
B-2
Diario IJas Aniericas
T; t f wt
• C-3
W(•.
i i r:iw
p.4
fri
=3
F4
F5
F7
F8
F9
F10
DUE DATE
ME
TRANS
VOUCHER
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
�BJ�
�P.Fj�•
t;-Apt
1
13 1 117
18 125
34 39142
45 50151
56157
1
1214111--
V
P
-
2
-
0
2
-1--I
�
JJMT
}
2: r81flBl
dAi
1
I
I
21314
7
8 V P i 1213
14
15 DESCRIPTION 36
64DISCOUN,T6
72(: � '-, OI
2
0
0
2
0
1'?`A:
I
White - Purchasing'
Yellow copy:
Pir_l, copy :I
--_ Approved
Yellow- Finance Pink -Department; (,
Miriam Parra, City Clerk's Office,
Maritza, Pr curernent Managenient;: w1 75
CPrI-/-r
CITY OF MIAMI, FLORIDACA 4
!� INTER -OFFICE MEMORANDUM
�l
'
s DATE FILE
The Honorable Mayor and Member.�
of the City Commission 0 i991
SUBJECT Resolution Authorizing
f.c,L
^., r Award of Bid #91-92-017
Comprehensive Annual
�onn Cesar H. 0 REFERENCES Financial Report
City Manage Typesetting, Layout and
ENCLOSURES: Printing Of 50 Books
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution awarding the furnishing of typesetting,
layout and printing of fifty (50) Comprehensive Annual Financial
Reports on a contract basis for a period of one (1) year with the
option to extend for an additional one (1) year period to Evaco,
Inc., a non -minority vendor located within City limits, located
at 100 Chopin Plaza, Miami, as the lowest most responsible and
responsive bid and which has been determined to be in the best
interest of the City in accordance with bid #91-92-017• The
total cost associated with this project is estimated at
$11,000.00 with funds available from the Department of General
Services Administration and Solid Waste, Graphic Reproductions
Division's Account No. 420501-680.
BACKGROUND
The Department of General Services Administration and Solid
Waste, Graphic Reproductions Division, has analyzed the bids
received pursuant to Bid No. 91-92-017, for the furnishing of
typesetting, layout and printing of fifty (50) Comprehensive
Annual Financial Reports as required by State Law. A total of
three (3) vendors responded to the bid: Bowne of Miami, Evaco
Inc., and World Printing, Inc. As a result of our bid
evaluation, award is recommended to the lowest responsible and
responsive bidder, Evaco, Inc., a non -minority vendor located
within City limits. This award has been determined to be in the
best interest of the City. The total cost associated with this
project is estimated at $11,000.00. Funds for this purchase are
available from the 1991-92 budget of the Graphic Reproductions
Division, Account No. 420501-680.
AMOUNT OF BID:
SOURCE OF FUNDS:
$11, 000.00
1991-92 Graphic Reproductions Division's
Account No. 420501-680
MINORITY PARTICIPATION:
Award is to a non -minority vendor
located within City limits.
92- 5
CA14 -r
c,Ty of MIAMI, Ft ()1- DA
INTER -OFFICE MEMORANOU,
'.....-- uAIlr berc)mber 12, 1991 cnf
To. Judy S. Carter
Ch procurement Officer yUBJiCT : Did No. 91--gz-p17
printing of Annual
J rinancial Report
lit I I HENGES .
FROM : Ron. WAA, Administrator
papertment of General Servicae
and Solid WaSte
dopar hae verified available funding with vost
the
Th�.Artmen of Budget that funds are a avails Of i Q00.Q0e to �ver FY °91/92
Department
Subject bid in the amo%in
Of the subj
count Code No. 420501-68 .
operating Budget, Ac
BUDGETARY REVIEW & "PRO"D DYt
a
Mnno ar , DirOctor
Departmen v Budget
92- 5
...3
required tc
See Appendix
A:JAUAIUR n. BID NO. 91-92-017
•s�� (Continued),,--
IMPQRTM : BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN T1
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENIN(
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT t
BOND IS SUBMITTED IN THIS ENVELOPE.
i
Terms:gET Z O (Include cash discount for prompt payment, if any)
Additional discount of Al - A % if awarded all items.
Warranty and/or guarantee: A/oT ,P,6,2WeX;t7d
Delivery: calendar days required upon receipt of Purchase Order or Notic
of Award.
/d Number of calendar days required to complete work after final proof
is approved.
Delivery Point(s): As indicated in the Special Conditinnc
In accordance with the Invitation to Bid, the specifications, General Conditions, Specia
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Price
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
To sea C114AIS �jo-SE4A L1. ✓/aNS
_u u 1). CAA15 4uAIA! D Et/flA(-S
a) List principal business address: (street address)
100 Ckon„� PIA7-R . SdiTe 0 Rjo. rYiiAt�t/� _ �oRi,o� 33131
b) List all other offices located in the State of Florida: (street address)
100 SGC00,0 .4v, nvy,E7 a7,� Su Te oa f 517 P.-Teef,411 .
(Please use the back of this page if more space is necessary)
MTNORTTY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 ae
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
applicable substantive and procedural provisions therein,•i uding any amendments thereto.
Bidder: F✓Aeo _-TAIZ!'. Signature
(co ppalny name)
Date: /�-/D-9/ Print Nam �S� E
Indicate if Business is 51% Minority -owned: (Check 2= box only)
[ J BLACK [ ] HISPANIC [ ] FEMALE
A FFTRHATTVE ACTION PLAN
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the successful Bidder(s) shall be
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended.
I for sample. /% 9 2 --- _
Bidder: C✓ACo
(company name)
AWARD OF BID
ITEM: Typesetting, layout and printing of the City's
Comprehensive Annual Financial Report
DEPARTMENT: General Services Administration and Solid
Waste/Graphic Reproductions Division
TYPE OF PURCHASE: Contract for one (1) year with the option to
extend for an additional one (1) year period.
REASON: Printing of the Comprehensive Annual Financial
Report is required by State Law.
POTENTIAL BIDDERS: 31
TABULATION: Attached
FUNDS: 1991-92 Operating
Budget
Account Code No.
420501-680
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
31
3
MINORITY/FEMALE (M/F) VENDORS..........
24
1
Within City limits ..................
3
0
Registered with City ................
12
0
Black (B) Vendors ......................
8
1
Located within City limits..........
0
0
Registered with City ................
2
0
Female(F) Vendors .....................
9
0
Located within City limits..........
1
0
Registered with City ................
6
0
Hispanic (H) Vendors ...................
7
0
Located within City limits..........
2
0
Registered with City ................
4
0
NON MINORITY (NM) VENDORS ..............
7
2
Located within City limits..........
3
2
..No Bids.. ..............................
-
5
Reasons for "No Bid" were as follows:
_t
1. Superior Offset, Inc. - "We do not have an office in Dade County".
2. American national Ltd. - "We only do printing".
3. Swanson Printing, Inc. - "We do not have xerographic printing".
4. WL Litho - "We do not have typesetting facility".
5. Ross Photo Offset - "Limited typesetting capabilities".
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
EVACO, INC. AT A TOTAL ESTIMATED AMOUNT OF
$11,000.00.
C 'ef Pr NureontOffi er
t
Da
.....+i'm+i.{�: .�.�a�x�arm�+ ^`. 'r 'c p 7. r, 5i ,.: �r ;i .,',.. -':o: ,�.ri�^0- — - - -- _.._.___..._.�_�`._.....-�.."_'c•::::+.�:.._,rir�.�r:.
DESCRIPTION
TABULATION OF BIDS FOR
COMPREHENSIVE ANNUAL REPORT - TYPESETTING
LAYOUT AND PRINTING
BID NO. 91-92-017
BIDDERS
*BOWNE OF MIAMI (N/M) *EVACO, INC. (N/M)
1001 S. BAYSHORE DR. 100 CHOPIN PLAZA
MIAMI, FL 33131 MIAMI, FL 33131
WORLD PRINTING (B)
12988 S.W. 89 AVE
MIAMI, FL 33176
1)
BASIC TOTAL COST OF
$3,971.00
$5,750.00
$5,599.20
TYPESETTING, LAYOUT
AND PRINTING OF 50
BOOKS AS SPECIFIED
2)
CHARGES FOR AUTHORS
$ 70.00
$ 1.20
$ 10.00
ALTERATIONS (48HRS)
Per Hour
Per Line
Per Line
(LINE TEXT) -PER LINE
3)
CHARGES FOR AUTHORS
$ 70.00
$ 1.40
$ 10.00
ALTERATIONS (48HRS)
Per Hour
Per Line
Per Line
(TABULAR) -PER LINE
4)
CHARGES FOR
.100
.050
.050
ADDITIONAL PROOF
(PER PAGE)
5)
CHARGES FOR
Cost + 15%
No Charge
$ 35.00
DELIVERY SERVICE
6)
COST PER ADDITIONAL
TEXT PAGE . . . .
$ 60.00
$ 35.00
$ 35-00
TABULAR PAGE
$ 90.00
$ 50.00
$ 50.00
7)
CAP/MAXIMUM
(increased to)
(as specified)
(as specified)
cc
AMOUNT PAYABLE
$199500.00
$139000.00
$139000.00
IND
f
*
LOCATED WITHIN, CITY
OF MIAMI.
NO
BID: SUPERIOR OFFSET
INC., AMERICAN NATIONAL
LTD., SWANSON PRINTING,
INC., W L LITHO,
ROSS PHOTO OFFSET PRINTERS
10
EVACO,
INC.: NON -MINORITY VENDOR
LOWEST
RESPONSIBLE AND RESPONSIVE BIDDER MEETING ALL REQUIREMENTS.
U