Denver Legistar banner



File #: 19-0379    Version: 1
Type: Resolution Status: Adopted
File created: 4/11/2019 In control: Finance & Governance Committee
On agenda: 5/6/2019 Final action: 5/6/2019
Title: A resolution approving a proposed Purchase Order between the City and County of Denver and K&H Printers Lithographers Inc. for ballot printing and postage for Run-Off and Municipal Elections for Denver Elections Division. Approves a purchase order with K&H Printers Lithographers Inc. for $950,014.52 for ballot printing and postage in support of the city's election processes (PO-00061867). The last regularly scheduled Council meeting within the 30-day review period is on 5-20-19. The Committee approved filing this item at its meeting on 4-23-19.
Indexes: Jonathan Griffin
Attachments: 1. RR19 0379 GS Elections PO, 2. 19-0379 Filed Resolution_K&H Printers Lithographers Inc. PO-00061867, 3. 19-0379 Purchase Order_K&H Printers Lithographers Inc. PO-00061867, 4. 19-0379_ Filed Resolution_K&H Printers Lithographers Inc.pdf, 5. 19-0379 - signed.pdf

Contract Request Template (Contracts; IGAs; Leases)

 

Date Submitted: 4-11-19

 

Requesting Agency: General Services

                               Division:

 

Subject Matter Expert Name:

Name:  Joseph Furman                                                    

Email:  joseph.furman@denvergov.org                                                                   

 

Item Title & Description:

(Do not delete the following instructions)

These appear on the Council meeting agenda. Initially, the requesting agency will enter a 2-3 sentence description. Upon bill filling, the City Attorney’s Office should enter the title above the description (the title should be in bold font).

 

Both the title and description must be entered between the red “title” and “body” below.  Do not at any time delete the red “title” or “body” markers from this template.

title

A resolution approving a proposed Purchase Order between the City and County of Denver and K&H Printers Lithographers Inc. for ballot printing and postage for Run-Off and Municipal Elections for Denver Elections Division.

Approves a purchase order with K&H Printers Lithographers Inc. for $950,014.52 for ballot printing and postage in support of the city’s election processes (PO-00061867).  The last regularly scheduled Council meeting within the 30-day review period is on 5-20-19. The Committee approved filing this item at its meeting on 4-23-19.                                                  

body

 

Affected Council District(s) or citywide? Citywide

 

Contract Control Number: PO-00061867

 

Vendor/Contractor Name (including any “DBA”): K&H Printers Lithographers, Inc

 

Type and Scope of services to be performed:

Denver Elections has a supplier contract with RR Donnelley (SC-00001333), which includes ballot printing and postage. Dominion Democracy Suite is one of the statewide uniform voting systems certified by the Secretary of State per C.R.S. 1-5-608.5.  The system was purchased by the City and County of Denver in October 2016. Per the contract with Dominion Voting Systems, CLERK-20149676, specified in Exhibit A, Section 3.4 regarding Local Printing Facilities Certification, Denver must use a Dominion Certified ballot printer. On January 9, 2019 , RR Donnelley informed Elections they could not meet the requirements (both quantity produced and time frame) of the upcoming elections. Buyer Joseph Furman found a competitive RFP solicitation (R17-09) with Larimer County for ballot printing and postage that was publicly posted and solicited, with K&H being the awarded supplier. It was confirmed with Larimer County’s Purchasing Division that Cooperative language was included in their Proposal, and that City and County of Denver could use the pricing and Scope of Work as outlined in the RFP if it was agreeable to the awarded supplier, K&H Printing. K&H confirmed they could meet the same requirements as outlined in the Larimer County RFP with Denver. K&H also confirmed they were Dominion certified. Due to the time frame of the upcoming elections, it was decided between GS Purchasing, Elections, and the City Attorney’s Office that this was an acceptable and competitive Purchase based off DRMC Sec.20-64.5 - Cooperative Purchasing.                     

Location (if applicable):

 

WBE/MBE/DBE goals that were applied, if applicable (construction, design, Airport concession contracts):

 

Are WBE/MBE/DBE goals met (if applicable)?

 

Is the contract new/a renewal/extension or amendment?

 

Was this contractor selected by competitive process or sole source?

                     

For New contracts

Term of initial contract:

 

Options for Renewal:

                     How many renewals (i.e. up to 2 renewals)?

                     Term of any renewals (i.e. 1 year each):

 

Cost of initial contract term: $950,014.52

 

Cost of any renewals:

 

Total contract value council is approving if all renewals exercised:

 

For Amendments/Renewals Extensions:

Is this a change to cost/pricing; length of term; terms unrelated to time or price (List all that apply)?

 

If length changing

What was the length of the term of the original contract?

 

What is the length of the extension/renewal?

 

What is the revised total term of the contract?

 

If cost changing

What was the original value of the entire contract prior to this proposed change?

 

What is the value of the proposed change?

 

What is the new/revised total value including change?

 

If terms changing

Describe the change and the reason for it (i.e. compliance with state law, different way of doing business etc.)