HomeMy WebLinkAboutR-90-0008J-90-G 5
12/20/89
RESOLUTION NO + 9008
A RESOLUTION ACCEPTING THE BID OF AZTECH
FINANCIAL PRINTER FOR THE TYPESETTING, LAYOUT
_ AND PRINTING OF THE COMPREHENSIVE ANNUAL
FINANCIAL REPORT REQUIRED BY THE STATE LAW
FOR THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION/GRAPHIC REPRODUCTIONS
DIVISION, AT A TOTAL PROPOSED COST NOT TO
EXCEED $15,000.00; ALLOCATING FUNDS THEREFOR
FROM 1989-90 OPERATING � BUDGET, ACCOUNT CODE
NO. 420501-680; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received December 6, 1989 for the Typesetting, Layout and
Printing of the Comprehensive Annual Financial Report required by
the State Law for the Department of General Services
Administration/Graphic Reproductions Division; and
WHEREAS, invitations were mailed to fifteen (15) potential
suppliers and three (3) bids were received; and
WHEREAS, funds for this purchase will be available from the
1989-90 Operating Budget, Account Code No. 420501-680; and
WHEREAS; this report is required by State Law; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from Aztech Financial Printer 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.
x
Section 2. The December 6,, 1989 bid of Aztech Financial
Printer for the Typesetting, Layout and Printing of the
Comprehensive Annual Financial Report required by the State Law
for the Department of General Services Administration/Graphic
Reproductions Division at a total proposed cost not to exceed
$15,000.00 is hereby accepted with funds therefor hereby
allocated from the 1989-90 Operating Budget Account Code No.
420501-680.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service0
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this llth day of January 1990.
XAVIER L. SUAR01,JMAYOR
PREPARED .Add) APP
EF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CAIMCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Honorable Mayor & Members
of the City Commission
FROM : Cesar H. Odio
City Manager
DATE : JA N - 21990 FILE -
Resolution Authorizing
sualECT Award of Bid #89-90-041
Comprehensive Annual
Financial Report
REFERENCES :Typesetting, Layout and
Printing of 20 Books
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the
attached resolution awarding a contract to furnish typesetting,
layout and printing of twenty (20) Comprehensive Annual Financial
Reports to Aztech Financial Printer as the lowest most responsive
bidder in accordance with bid #89-90-041. The total cost
associated with this project is estimated not to exceed
$15,000.00 at which funds are available from the General Services
Administration Department, Graphic Reproduction Division's,
Account #420501-680.
•
The General services Administration Department, Graphic
Reproduction Division, has analyzed bids received pursuant to Bid
#89-90-041, to furnish typesetting, layout and printing of twenty
(20) Comprehensive Annual Financial Reports as required by State
Law. A total of three (3) vendors responded to the .bid: Aztech
Financial Printer, Bowne of Miami and Third Generation
Communications. As a result of our bid evaluation, award is
recommended to the lowest responsible bidder, Aztech Financial
Printer, a non -minority vendor. The total cost associated with
this project is estimated not to exceed $15,000.00. Funds for
this purpose are available from the 1989-90 budget of the Graphic
Reproduction Division, Account #420501-680, Amount $15,000.00.
AMOUNT OF BID: $15,000.00
SOURCE OF FUNDS: 1989-90 Graphic Reproduction Division's
Account #420501-680, Amount $15,000.00.
MINORITY PARTICIPATION: Award is to a non -minority local vendor.
Attachment:
Proposed Resolution
Bid Tabulation
CITY OF MIAMI, FLORIO P.u.o' X 330708
PROCUREMENT MANAGEMEN MiamT.F F1 33233-0108
DIVISION TELEI ►NE NO. 575-5174
BID NO. 89-90-041
BID SHEET
IMPORTANTs BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE R$TURNED IN
BUF ICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TI14E
AND DATE OF BID OPENING- IF SECURITY IS REQUIRED, A DID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms:-�"h (Include cash discount for prompt payment, if any)
Additional discount off1$ if awarded all items.
Warranty and/or guarantee: /c•, f? �`
State any Variances to specifications (use separate sheet if
necessary): h• �.;=
Delivery: —calendar days required upon receipt of Purchase Order.
Delivery Point(s): City of Miami, Department of General Serv. Administr
Graphic Reproductions Division
1390 N.W. 20th Street
Miami., F1 33142
In accordance with the Invitatlon to Bi , t e Specificatlons, Genera_
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNERS):
NAMES OF COMPANY OFF,•CERS :
Please use the Back of this page if more space is necessary
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bid er acknowledges that it has received a copy of
Ordinance No. 10538, 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: /�� ;�� l !���/,4 f���Signature•
I •.
company name TT'''•
Print game: ` Lyr.,�. .�• �;-
Indicate if Minority Business: Date: /'?-
C J Black [ I Hispanic [ ] Women '
r% . O .2
07 r OF MIM& FLCAMA
INTER •OFFICE mc-monANO M
•o K111 f rant J. cohal.1t pare
/It,E •
ProCtsVOMent Dup6rvisor
ion
r culrement MnageMa»t Dfvision a'•`�E`t Bid #8Q-9o-o41
For printing of the
1 comprehensive AnnIta l
iF.QY V REFERENCES Financial Report
E-911liks., Director
General .Services Administration cncLnevnEy
This department has Veritied cavalaable rundLng with the
VapartmRrlt.n of Finance and Management. And ouc1get tliat funds aro
available to cover the cost: of the ►Aubject: bid in the amount ni
S15r.022&-00 Account coca Number 4�t1�01�.ccQn
FINANCE AF.ViEW a APPROVED BY:
(Ewcept for funds alroady
Apprrprlatcd or Items 311tiuded
In PY budget)
Carlos Garcia, Director
Department of Financo
bUMETARY REVIEW 6 APPROVED bY:
ADDITIOTIAL APPROVAU1
(if required)
Snrglo Rodriquez, Greeter
Plannin(j Depeirtment
Manohar Surana, r)irect:or Ft"anX Castanoda, Director
DepArt.ment~ of Management Gommt%nit-y MvelopMnt:
and Budget
AWARD OF BID
Bid No. 89-90-041
ITEM,: Typesetting, Layout and Printing of
the Comprehensive Annual Financial
Report
DEPARTMENT: General Services Administration/Graphic
Reproductions Division
TYPE OF PURCHASE: Single purchase
REASON: Required per State Law
POTENTIAL BIDDERS: 15
BIDS RECEIVED: 3
TABULATION: Attached
FUNDS: 1989-90 Operating Budget Account Code
No. 420501-680
MINORITY PARTICIPATION: Invitations to bid were sent to five
5 Hispanic anal three (3) Woman -owned firms engaged in the
sale of Printing business as located in the following
sources:
1. New Vendors Applications on file in the Procurement
Office.
2. City of Miami Minority Register
3. Previous Bid on File in the Procurement Office
4. Yellow Pages Telephone Directory
Minority response consisted of one (1) bid received from a
woman owned firm.
BID EVALUATION:
Category
Prior Bidders
Black American
Hispanic American
Woman
Non -Minority
The bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
0 0
4 2
New Bidders
Black American
Hispanic American
Woman.
0 0
5 0
3 1
�] n
AN
W
Reasons for "No aid" were as follows:
1. Swanson Printing, Inc. "We do not have the equipment
necessary to do this joky."
2. Pandick of Florida. - "production facility relocated to
Atlanta."
3. A.C. Graphics. - "We do not do this kind of work."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO AZTECH FINANCIAL PRINTER IN
THE PROPOSED AMOUNT OF $15,000.00.
NO
14121
Dat
Ill a 1 Io6i1 i i I J_ I )
TABULATION OF BIDS FOR
COMPREHENSIVE ANNUAL REPORT — TYPESETTING
LAYOUT AND PRINTING
BID NO. 89-90-041
BIDDERS
AZTECH BOWNE OF
THIRD GENERATION
-
DESCRIPTION
FINANCIAL PRINTER MIAMI
COMMUNICATIONS
1)
TOTAL COST OF
$49375.00 $79685.00
$9,600.00
TYPESETTING, LAYOUT
AND PRINTING OF 20
BOOKS AS SPECIFIED
2)
CHARGES FOR AUTHORS
$ 1.00 $ 2.00*
$ 2.50
ALTERATIONS (48HRS)
LINE
(LINE TEXT)
3)
CHARGES FOR AUTHORS
$ 1.20 $ 2.00*
$ 2.75
ALTERATIONS (48HRS)
LINE LINE
LINE
(TABULAR)
4)
CHARGES FOR
.050 .070
.50
>
ADDITIONAL PROOF
( PER PAGE)
5)
CHARGES FOR
NONE $ 7.00
$ 8.50
DELIVERY SERVICE
EACH TIME
EACH TIME
6)
COST PER ADDITIONAL
TEXT PAGE . . . .
$ 30.00(DISK) $ 60.00
$ 65.00
TABULAR TEXT
$ 50.00 $ 90.00
$ 115.00
7)
CAP/MAXIMUM
AMOUNT PAYABLE
$15,000.00 $15,000.00
$15000.00
NO
BID: A.C. GRAPHICS;
PANDICK FLORIDA; SWANSON PRINTING, INC.
AZTECH,FINANCIAL PRINTER:
NON —MINORITY VENDOR
LOWEST RESPONSIBLE BIDDER !MEETING
ALL REQUIREMENTS.
PLUS $10.00 ACCESS CHARGE