Loading...
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.