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