HomeMy WebLinkAboutR-88-0885a
J-88-915
9/15/88
RESOLUTION NO. 814-_rj
A RESOLUTION ACCEPTING THE BID OF BEST
BLUEPRINT AND SUPPLY CO., INC. FOR FURNISHING
BLUEPRINT REPRODUCTION PAPER TO THE
DEPARTMENT OF PUBLIC WORKS ON A CONTRACT
BASIS FOR ONE (1) YEAR WITH THE OPTION TO
RENEW FOR ONE (1) ADDITIONAL ONE YEAR PERIOD
AT A TOTAL ESTIMATED FIRST YEAR COST OF
$7,969.98 ALLOCATING FUNDS THEREFOR FROM THE
1988-89 OPERATING BUDGET ACCOUNT CODE
#310301-700; 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 ONE
(1) ADDITIONAL ONE YEAR PERIOD, SUBJECT TO
THE AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received August 17, 1988 for the furnishing of Blueprint
Reproduction Paper on a contract basis for one (1) year with the
option to renew for one (1) additional one year period for the
Department of Public Works; and
WHEREAS, invitations were mailed to twenty four (24)
potential suppliers and five (5) bids were received; and
WHEREAS, funds for this purchase will be available from the
1988-89 Operating Budget Account Code #310301-700; and
WHEREAS, this service will be used by the Department of
Public Works for the purpose of providing reproductions on a
regular basis of building plans and drawings; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid received from Best
Blueprint and Supply Co., Inc. accepted as the lowest responsible
and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
j Section 1. The August 17, 1988 bid of Best Blueprint and
I
Supply Co., Inc. for furnishing Blueprint Reproduction Paper on a
contract basis for One (1) year with the option to renew for one
(1) additional one year period to the Department of Public Works
at a total estimated first year cost of $7,969.98 is hereby
accepted with funds therefor hereby allocated from the 19"-099
Operating Budget Account Code #310301-700.
am
0
Section 2. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this saterial and thereafter to extend this contract for one
(1) additional one year period, subject to the availability of
funds.
PASSED AND ADOPTED this 6th_dav of October , 19".
Z
HIRAI, C !ICL E IRK
PREPARED AND APPROVED BY:
'e!&:1 --g. &Oe"e�
R BRT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
O L. E Z
CIT ATTORNEY
a,
A
...... air.:x.
P A
4
BID SECURITY
„Blueprint Reproduction Faper .�..
87-88-136
fat[ e:l„ ggCtj'no August 17, 1988 2 : 00pm
lT t of $tCLW TY
MAL
Biscayne Art & professional
Broken down by items
Supply
!'
Best Blueprint and Supply
Co., Inc.
Specialty Office Products,In
Disco Print Co.
Brunning
N.RI
A.B. Dick Company
RECEIVED tt�121
HASING DIV./PUBLIC WORKS envelopes.
SIGNED:DATE: -. �� k � -
lesslvef wa 669-re rq(W%*d shocks MMior
go* •CCOUNTWO 1"Valm
4
%S
L1.
/'1
LEGAL ADVERTISEMENT
BID NO. 87-88-136
Sealed bids will be received by the City of Miami City Clerk at
her office located a 3500 Pan ANrican__Dr •. Miami, Florida,
33133 not later tha 2i00 p.n. "at 17, 19Bor the furnishing
of Sheet and Roll Pa usprint Reproduction, as needed, on
a contract basis to the Department of Public Works.
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 established a goal of Awarding 510 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 579-6380.
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. 5183
Cesar H. Odio
City Manager
t% Q
oAl
'3 Joy
41,
K01
I
C or
r+
vn in co q cov man W
REQUISITION FOR ADVERTISEMENT T►rfe number must opp
in tha adveAaemerw
DEPT DIV , i - ;-
ACCOUNT CODE
DATE PHONE APPROVED BY:
PREPARED BY f
DIRECTOR OF ISSUING DEPARTW&VT
Publish the attached advertisement times.
InumDer d hrnesl
Type of advertrsemeM: legal classified display
(Check One)
Size: Starting date
First four words of advertisement: is c t, % .t (w - --� -- - -
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
t
DATE(S)
LINE
PUBLICATION
OF
ADVERTISEMENT
INVOICE
AMOUNT
0
KIA),,1 K1,VI l v'
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE YY MM DD
Adv. Doc Reference
VENDOR
INDEX CODE
OBJECr
PROJECT
11
13
1 17
18 j
39
42 45
50
51 56
57 62
63 65.66
71
0
1
2
4111
V
P121012121817
1
2
314
7
8 V P 12
314
15 DESCRIPTION
36
64 DISCOUNT Go
72 AMOUNT so
5
2
0
0
2
0
1
Pick Copy: Maria - Procureauit. Mar►agemeot
Yeliow Copy: Silvia heudoxa - City Clerk's
Appioved kw Payment
White - Pw*ming Yellow - Finance Pink - Department
}
I
I
• 'S
CITY OF MIAMI. FLORIDA
INTEROFFICE MEMORANDUM
To Honorable Mayor and Members
of the City Commission
FROM
Cesar H. Odio
City Manager
RECOMMENDATION
DATE. S E P Z 7 190 "Ll!
sUDJECT Resolution Awarding Contract
BLUEPRINT REPRODUCTION PAPER
RErERENccs
ENCIOGUREs:
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Best Blueprint and
Supply Co., Inc., for BLUEPRINT REPRODUCTION PAPER, received August
17, 1988 in the amount of $7,969.98; and authorizing the City
Manager to enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid: S 7,969.98
Cost Estimate/Budgeted Amount: $8,000.00/$9,000.00
Source of Funds: 1988-89 Public Works Budget
Minority Representation: 24 invitations mailed
5 contractors submitted bids
Public Hearings/Notices: No public hearing/Bid notice published
Assessable Project: No
Discussion: The Department of Public Works evaluated the bids
received on August 17, 1988 and determined that the lowest
responsible and responsive bid, in the amount of $7,969.98, is from
Best Blueprint and Supply Co., Inc., a non minority controlled
corporation. Funds in the amount of $9,000.00 are to be
appropriated in the 1988-89 budget for the Department of Public
Works.
Resolution attached J
t:i rt
As
'fit t �x
NMI' f"sr
r
• L`� CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO William J. S c h a u t OAT[, "L[:
Procurement Supervisor
`u•'E`T Bid #F87-88-136 (Blueprint
Reproduction Paper)
Approvals
FROM � J ' � ' REFERENCES:
Donald T►f:-Ca�fher ENCLOSURES:
Director of Public Works
This department has verified available funding with the Departments
of Finance and Management b Budget that funds are available to cover
the cost of the subject bid in the amount of $9,000.00 Account Code
Number 310301-700 (FY '88-'89).
FINANCE REVIEW b APPROVED BY:
(Except for funds already
appropriated or items included
in FY budget)
Carlos Garra, Ulrector IV
Department of Finance
BUDGETARY REVIEW a APPROVED BY:
11 ano ar urana,--uTrector,
�rl Department of Management
6 Budget
ADDITIONAL APPROVALS
(if required)
(This form properly signed is part of the Bid evalvatiou a*4
recotmendation package to be placed on the agenda and awst be
attached to the resolution cover memorandum.)
A% A&
AWARD OF BID
Bid No. 87-88-136
ITEM:
Blueprint Reproduction Paper
DEPARTMENT:
Public Works
TYPE OF PURCHASE:
Contract for One (1) Year with the
option to renew for one (1) additional
one year period.
REASON:
To provide reproductions on a regular
`
basis of building plans and drawings.
POTENTIAL BIDDERS:
24
BIDS RECEIVED:
5
TABULATION:
Attached
FUNDS:
1988-89 Operating Budget Index Code
--
•310301-700.
MINORITY/WOMAN PARTICIPATION: Invitations to Bid were sent to
five r5 hispanic and three ( 3 ) black firms engaged in the
Blueprint Supplies business as located in the following
sources:
1. New Vendors
Applications on file in Procurement
•2. Dade County
Minority Vendor Register
3. Previous bids on file in the Procurement Mgmt. Office
4. Yellow Pages Telephone Directory
Minority response
consisted of one (1) bid received from a
hispanic firm.
BID EVALUATION:
The bids meet the specifications.
Following is an analysis of the
Invitations to Bid:
Number of Bid Number of
Category
Invitations Mailed Responses
Prior Bidders
Black American
2 0
Hispanic American
0 0
Woman Owned
0 0
Non -Minority
10 3
New Bidders
Black American
1 0
Hispanic American
5 1
Woman Owned
0 0
Non -Minority
6 1
Courtesy Notifications
15 0
"No Bids"
- 1
Late Bids
- 0
Totals
w39 �6
Reason for "No Bid" was as follows:
1. A.B. Dick Co. - "Do not carry this material."
.01�
Payo 1 of 2
Al
Ak
TKB RNARD %E
RgCOMl+1END6D TRhT SUPPLY CO• •
0t4 t IT E To %BST Bi.DEPRINT AM)
!� FOR A TOTu,, PROPOSED FIRST YEAR
��.
COST OF ? 969.9a•
r0curement '
Date
y
pery *or
& women Susiness
ArSainistrator concurs with the
The Minority
above teCommendation•
n
& omen usIness
�norAdministrator
r
:i
4
'
k
rr
4
{
� 3 � h
fk
z.
:r
TABULATION OF BIDS FOR
8C T DocT/Dti% 10i4PER
City MMMw. City Clan A.M. ZL.- /7 I zeR
8,378• /8 1 7,
�W
f.lr-r�0ll?iA
�s,Ff.
W;VMsil;
WA R IEWlWVAs'XV
!
��l4figII
A-
��r
�NORM
�
4
/ � Y
IRREM LAR171ES LEGEND
A - w �rw-N-Ktr*w
s —w attlawtt • to costal • imi"N r .1 &own er.r.n
C — arreew mmlwwr
N 0 —wwwl 1101001 r lWie r11 otPw or w ON Pa . 6-1
E —
F —
a - &grew 1111141 AM"
N-orromm us
I-
J-
��
THE DEPARTMENT OF PUBLIC WORKSr
Z
� ro�
P3 .,a al AAA 1093
Z
BID — /36 S,&w
/s�'2
TABULATION OF BIDS FOR
e"f
ndw
L6680W 0 NOWVd r Plr 910 090 l NO" M.
we ft" All"
r111M
t5�,
Z o
S.00
3 3o.00
0
3 00
m6
o
o
'
o
1' o0
VVIEMU.ARITIES LEGEND
A -atom w-aa«mw THE DEPARTMENT OF PUBLIC VORKS HAS DETERMINED
e -lb Ifnamt " q emstal / 0002 . of WAIF*
C — 4TNld am=" .
O —Wwm wlfd w aw ON 17 NwAd or N a ow tte �nf
f-
f-
Q - a�fwfr w Bad
!-a.a.wrlas BID
I-
40
0
4NEITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISIOr
BID NO. 87-88-139
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT
BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS
ENVELOPE.
Terms:L ' LC ( Include
payment, i any)
Additional discount of
Warranty and/or guarantee:
State any
necessary):
variances to
cash discount for prompt
% if awarded all items.
-r
specifications (use separate sheet if
Delivery: calendar day/ required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami.- Department of Public Works
275 N.W. 2nd Street
Miami, F1 33128
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Items) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
AL
'V2 f � V,� fir•'►
(Please use the back of this page if more: space is necessary
MINORITY PROCUREMENT C014PLIANCE
The undersigned bider acknowledges that it has received a copy of
ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER,Signature:
comps name
Print Name
Indicate if Minority Business: Date:
[ ] Black [ ] Hispanic [ Women -�- .......,,..�.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY Qi n,
BID.