Loading...
HomeMy WebLinkAboutR-89-0444Sirq „�asw . ata .-*ir t J-89-319 = 3/28/88 . RESOLUTION N�7 89_ . ...444 A RESOLUTION ACCEPTING THE BID OF PANDICK OF MIAMI FOR FURNISHING TYPESETTING, LAYOUT AND PRINTING OF THE OFFICIAL STATEMENT SPECIAL OBLIGATION BONDS FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION/GRAPHIC REPRODUCTIONS DIVISION AT A TOTAL PROPOSED COST OF $10,500600; ALLOCATING FUNDS THEREFOR FROM THE 1988-89 CAPITAL BUDGET OF THE FINANCE DEPARTMENT ACCOUNT CODE NO. 269901-- 773/311013; 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 February 24, 1989 for furnishing typesetting, layout and printing of two documents to the Department of General Services Administration/Graphic Reproductions Division; and WHEREAS, invitations were mailed to eleven (11) potential suppliers and two (2) bids were received; and WHEREAS, funds for this purchase will be available from the 1988-89 Capital Budget of the Finance Department Account Code No. 269901-77 3/311013; and i WHEREAS, this service will be used by the Department of General Services Administration/Graphic Reproductions Division —_� for the purpose of typesetting, layout and printing the official s; Statement for Special Obligation Bonds; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the bid received from Pandick of Miami 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 February 24, 1989 bid of Pandick of Miami for furnishing typesetting, layout and printing of the Official a• Statement for Special Obligation Bonds for the Department of i r �- r General Services Administration/Graphic Reproductions Division ate_ 'xr total proposed cost of $10, 500.00 is hereby accepted with, funds 0� ` therefor hereby allocated from the 1988-89 Capital Budge* �nance Department Account Code No. 269901P773'/317,Q13.. On cp x MAY _ 1 sf \sT s — ' > JV4 -89-119 RESOLUTION NO. - A RESOLUTION ACCEPTING THE BID OF PANDICK OF MIAMI FOR FURNISHING TYPESETTING, LAYOUT AND PRINTING OF THE OFFICIAL STATEMENT SPECIAL OBLIGATION BONDS FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION/GRAPHIC _ REPRODUCTIONS DIVISION AT A TOTAL PROPOSED COST OF $10,500.0006 ALLOCATING FUNDS THEREFOR FROM THE 1988-89 CAPITAL BURET OF THE FINANCE DEPARTMENT ACCOUNT CODE NO. 269901- 773/311013; 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 February 24, 1989 for furnishing typesetting, layout and printing of two documents to the Department of General Services -� Administration/Graphic Reproductions Division; and WHEREAS, invitations were mailed to eleven (11) potential suppliers and two (2) bids were received; and WHEREAS, funds for this purchase will be available from the 1988-89 Capital Budget of the Finance Department Account Code No, 269901-77 3/311013 ; and - WHEREAS, this service will be used by the Department of = General Services Administration/Graphic Reproductions Division for the purpose of typesetting, layout and printing the official Statement for Special Obligation Bonds; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the bid received from Pandick of Miami 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 February 24, 1989 bid of Pandick of Miami = for furnishing typesetting, layout and printing of the Official. •a Statement for Special Obligation Bonds for the Department of General Services Administration/Graphic Reproductions Division at' total proposed cost of $10,500.00 is hereby accepted with .funds therefor hereby allocated from the 1988-89 Capital , Budget of the; } Finance Department Account Code No. 269901-773/311013. u + Q pp CQn� 9Lunm t ' } e' Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this service. Section 3. This Resolution shall become effective immediately upon its adoption pursuant to law. PASSED AND ADOPTED this 11th day of May 1989• c VIER L. SUAR �Z, MA R ATT — — MATTY HIRAI — = CITY'CLERK — PREPARED AND APPROVED BY: — ROBERT F. LARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JO GE L. FERNANDEZ CITY ATTORNEY • S� i i sF � •w � L+r t i '�rii' r{ Z �4��"•s CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM APR 2 6 1989 FILE TO: The Honorable Mayor and DATE: Member of the City Commission ' SUEUECT : Bid #88-89-074 090"Typesetting and Printing Official Cesar H. Odio Statement for Special FRO": REFERENCES Bonds City Manager ENCLOSURES: - .._.RECOMMENDATION: �` It is respectfully recommended that the City Commission adopt the attached resolution awarding a contract to furnish the: printing., of the Official Statement for Special Obligation Bonds which ? consist of.typesetting,,;layout,.printing 1,250 preliminary copies and 750 finalized copies to Pandick Miami as the lowest' mo"st b k responsive bidder in accordance with bid #88-89-074. The total cost of this project:is estimated -to be $10,500.00. which funds >, are available from the Department of Finance. fl sr BACKGROUND: The General Services Administration Department has<analyzed bids :z received pursuant to bid #88-89-074 to furnish the printing of 5 the Official Statement for Special Obligation Bonds which consist . r of typesetting, layout, printing 1,250 preliminary copies andrt'750 t; finalized copies. A project of this magnitude is too massive and requires additional expertise to -print in-house. As a �cesult..rf - our bid evaluation,_award is recommended to Pandick Miami as the rr lowest responsive bidder. A total of two (2) vendors >res onded - p i4 to this bid and Pandick Miami was considered as the lowest most responsive bidder. Funding for this project is assailable from r the 1988-89 budget of the Department of Finance, Account.#269901- 773/311013. AMOUNT OF BID: $10, 500.00tb5'A SOURCE OF FUNDS:'' - 1988-*89 Department of 'Finance ""--'-"-� Account #269901-►773/,311013� q l MINORITY PARTICIPATION: Award is 'to a`-non-minodo �+ r t r Bid Tabulations r xa3 zt Prcopoae�i "Resolutions i 5- 3-- 1 _ i , y . [-�:Ys}_Sa+, A -BID SECURITY LIST )11Ms esettin and Printin . of, "Of f i ia1 . S . Sonde" ­AWN0: 98-89-074 DATE DOS RECEIVED: February 24, _1989 .2:00 p.m. TOTAL BID BOND (or) N ♦� II�DER BID AMOUNT CASHIER'S CHECK Aztech Financial Printers Broken down by items Pandick Miami - RI;CEIVE.D : "'iiv:�c3 - ��I I (';.-I envelopeson behalf of SSA "- Procuremein Off ,ce �r} ■ 1 P �111�.1! 1111.E : (Cl rtment d r� DA.TFri Receive herainabove described checks this day of in c nnect on with, tti� h rei above cited bids, w is were: ; n" d.to the Accounting Division tqr) sty epartment � ..( ICNED: . DATE: 1 BID SECt�til'Y T esettin and. Pririting_.of_ "Off.icia 88--89-074_. _ DATES= RECEIVED: February 24, 1989_2:00 p.m. DER OWN A k� rr Aztech Financial Printers Broken down by items Pandick Miami .^z1 _ .f.. q, i1F F t . ryry3a . JX - RECEIVED z) envelopes on behalf of. GSAProcuremen£ O (City: ,tment DATE. Receive hereinatiove described clteclis this day of ;in connectian with the.hereina#�oveitesi bick, w i were. n, tot s ,pn it, C}'# . accou ns Division (or }. .ti +city Ddpa� ment) e Ei _ dJ 4 . e--•s-� �.,.-...Tean.�....ya,q,,.y.,pr+p.�r.,iie..,..:.w+ws-+..r�+M+�'���wa`*re'�"'*vrit'"'"�`."'.'.-�e--......s_.,..«.r--."""'�s' •�.. - .` - a._._.�..us,. At PREP 161TION ADVEFMSEMENT wu :foft em e-A (for SA -Grp Procur �Ab nej f iroje ct _31lQ04-24990'' PBbrua ry St PHONE 579-6380 AP Y 'ED, OA ISSUING blA , CT One 0 A omes. hei&44d a6e, (riUmber bI bMa) itivartisement, legail-XX classified Isp y oCk' Legal Tebruar i0j, Startingdatd 9, . Bid" No. bids of aweiiiiaoli cow Y- Print Statement rSpoo. 1. &in4 of� Off 'dial - 9t zj% k, Marto at,Cana, rector :s.�.� }IfPYP•�7�PI p Departs t.ot nageNnt community Oevolopsent i sing �;,1 t .'z ,y ,.w,-e n�y .3.•--r�<y.s+.k',��ri7>y°+.'^15%h#i'�'..�ir }�y t,7�� t 1 i as � . t"4 #v. �d ✓ 4T�3 �1 snA�i4• �.�'k �.� r� _.. ..,� .. _... •=%:.. ,. � .. _ ., .. ..._-.. .. ... �f ;R _�i~ ..F+!:i�%irFsi�+?x"XK?� xe%. DIVISION MAU atia+• "- DID so= 1M • AW DIDDRR MildT�� RE IlPORTAMT• DID Bam M►�OPR ID=TlFIx � DID Mi1M W 'ri C M Ir T" ATTACOW IF 82CURIT, IS 1DDola De A DId MILL+ MOT -s AdMt pii►+!i O! DID '�I'l�Si DEPOSIT OR is 80m,'1"I`ES Id THIS 6i Accmr m Ohs �r0la� a ent. if any) Terms s 11FT 10 (include cash discount for PsO�t p Additional discount . .S if awarded all items• { Warranty sad/or guarantee: if � ations (use separate sheet _t say variances to specific State necessary t - ceipt of Purchase Order• Deliveryj�$.�calendar days required upon re point(s)t n raI Services Administration De artment Delivery -Grap a Repr et on 2 th Street aMi. F 33142 rio n to Bid.ec cat one.,'General in accordance w th the Inv t ti and G neraltinformation to Bidders, we bid Conditions. Special Conditions, agree to furnish the Item(s) at Prices indicated on the at sheet(s) ppdICEABt MAMS OSP �'�01lAIIY OMdER i S� _ tl1,M68 OD COlIp� Geoff Gill Anthonyt.. VAulton Dennis 8. Jordan Frank Garippa Chilton Greer a if more space s oecessasy p ease use the VaCk o t s pa9 bare of iadieideal holding license in this profession {if applicable) �. l��ItIT? Of PROW i�OptlLIA bi er ac aowi grev- ee that t a inan�tei o the Ci y Of The undersigned ardinaacs 110. 10062, the Minority Procureslnt 1icable substantive and Miami, and agrees to comply with all app procedural provision therein' including any amendments thereto. Signature: i Jai, (wYGrLRGGlLBI3 sYK' M,.y tK.�:.t 'd.:...�t..�.... �. ...✓... .�.. .� �.... aa. ...,..sr.. r.'Y.+-.-. .. w. ++Y4Pi '1Yie. [.'ty'ix AWARD OF BID Bid No. 88i-89 -074 I'Y'EMt Typesetting, layout and printing Of the Official Statement for Special Obligation Bonds DEPARTMENT: General Services Administration/ Graphic Reproduction Division TYPE OF PURCHASES Short term contract REASONS: The Finance Department requested the —�---- typesetting, layout & printing of two (2) documents related to producing an Official Statement for Special Obligation Bonds. A project of this magnitude is too massive and requires additional expertise to print in- house. POTENTIAL BIDDERS: 11 BIDS RECEIVED: 2 TABULATION: Attached FUNDS: 1988-89 Capital Budget of Finance Department Account Code No. 269901- 773/311013 MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to two 2 Hispanic and one 1) woman -owned firms engaged in the Financial Printing business as located in the following sources: — 1. New Vendors Applications on file in Procurement 2. Previous bids on file in the Procurement Mgmt. Office 3. Yellow Pages Telephone Directory No Minority response was received. BID EVALUATION: The bids meet the specifications. the Following is an analysis of ® Invitations to Bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders Black American 0 0 Hispanic American 0 0 Woman Owned 0 0 Non -Minority 2 2 New _Bidders Black American 0 Hispanic American 2 0 Woman Owned 1 0 Non -Minority 6 0 F Courtesy Notifica_ t_ions 23 0 0 "No Bids" Late Bids f Totals} 34 2;; r r pp t to �s tfi i � 7"iTd•.4#� �� f � �, a T .-. k � :;i'' � "'� C x �eTr Ft t i a i ✓� �i .ors, � sty �S RECOMM UDAT IONr IT IS RECOMMENDED THAT THE AWARD BE — MADE TO FANDiCK OF MIAMI FOR A TOTAL PROPOSED AMOUNT OF $10,500.00. ;r N Procurement supervisor Date �i ;Y <} L la f } 7 v`fx h • a t fi i L F r A Q' �Zt'�g/•'�h1h — 3 s? r3,t^cwe Shipping and handling $1,050:00 Cosh plus 10% 0-- $06.25 Cost plus � locations a c 4 by c�vernigrit air freight (� M `� II� j � ' ; � .:.:K �{��+�fin�"``.r ,.., �r +: _d.:; ,. c', +yt > �. .'efasi:;y BEd,+,» t. I : - t, - - .. I 5i• '..I[. ...I