Loading...
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