Loading...
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