HomeMy WebLinkAboutR-99-0252J-99-306
4/5/99
RESOLUTION NO.
99- 252
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BIDS OF I'VE BEEN FRAMED, AND
ART AND FRAME MART FOR FRAMING PROTOCOL
DOCUMENTS, PICTURES AND CERTIFICATES
CITYWIDE, ON AN AS -NEEDED CONTRACT BASIS FOR
TWO YEARS, WITH THE OPTION TO EXTEND FOR TWO
ADDITIONAL ONE YEAR PERIODS, AT AN ANNUAL
AMOUNT NOT TO EXCEED $10,000.00; ALLOCATING
FUNDS THEREFOR FROM THE VARIOUS USER
DEPARTMENT BUDGETS.
WHEREAS, various City departments require framing services
for certificates, awards, pictures and like documents; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 98-99-067 were mailed to 17 potential providers of said
services; and
WHEREAS, six bids were received on March 10, 1999; and
WHEREAS, funds are available from the various user
department budgets; and
WHEREAS, the City Manager and the Director of Purchasing
recommend that the bids received from I've Been Framed, Inc., as
the primary vendor, and Art and Frame Mart as secondary, be
CITY OC3ivlNIISSiox
MEETING OF
APR 2 7 1999
Resolution No.
99 -- 252
MUWRIMVII +xwirk+.aeewr:trc�it +,.c55i?trsku'a. 'ritwl,' •'' .
a
accepted as the lowest responsive and responsible bids.
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.
Section 2. The bids submitted on March 10, 1999, by Ilve
.Seen Framed, Inc., and Art & Frame Mart for the provision of
framing of protocol documents, pictures and certificates
City-wide, on an as -needed contract basis for two years, with the
option to renew for two additional one year periods, at an annual
amount not to exceed $10,000.00, with funds therefor hereby
allocated from various user department budgets at time of need.
Section 3. This Resolution shall become effective
2 -
99- 252
i
T
immediately upon its adoption and signature of the Mayor.1/
PASSED AND ADOPTED this 27th day of April 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said not:i
becomes effective with the elapse of ten (10) days fro a date Commission q r,
ATTEST: regarding same, without the Mayor exerci g v
Walter ty Clerk
WALTER J. FOEMAN
/tTPMF MT Lin Tl
l� If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
3 -
252
-,
CITY OF MIAMI, FLORIDA CAm13
INTER -OFFICE MEMORANDUM
Aft
TO: Honorable Mayor and DATE: APR 1 9 1999 FILE:
Members of the City Commission
SUBJECT: Resolution Authorizing
Framing of Protocol Documents,
Pictures & Certificates Citywide
FROM: Donald H. Warshaw REFERENCES: Bid No. 98-99-067
City Manager
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bids of I've Been Framed, Inc., a Female/Local vendor, located at 620 S. Miami Avenue,
Miami, FL 33130, and Art & Frame Mart, a Hispanic/Local vendor, located at 1849 W. Flagler
Street, Miami, Florida 33135 for the provision of framing of protocol documents, pictures &
certificates Citywide, on an as -needed contract basis for two (2) years, with the option to renew
for two (2) additional one-year periods, at an annual amount not to exceed $10,000.00. Funds are
allocated from the Office of the Mayor, the Departments of Police, Community Development and
Public Works budgets.
BACKGROUND
The Department of Purchasing has seen a need to secure a contract for the needs of the
various departments in requiring this service.
The Department of Purchasing has analyzed bids received pursuant to Bid No. 98-99-067.
Seventeen (17) Invitation for Bids were mailed and six (6) bids were received. I've Been
Framed, Inc., as the primary vendor, and Art & Frame Mart as secondary submitted the lowest
responsible and responsive bids and are, therefore, recommended for award.
Wg-3 DHW/B C/ b
99- 252
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of th/Ci CommissionFROM: �arihaw
City Manager
DATE .
FILE:
SUBJECT:
Bid No. 98-99-067
Local Vendor Participation/Response
REFERENCES:
ENCLOSURES:
The subject bid opened 11:00 am, Wednesday, March 10, 1999, for the provision of Framing of
Protocol Documents, Pictures and Certificates Citywide. Invitation for Bids were hand -delivered
through the City's Local Vendor Outreach Program and via mailed. As a follow-up, the vendor(s)
who did not bid was contacted on March 16, 1999, to determine the reason(s) for not bidding.
District
Name of Vendor
Vendor Response(s)
Contact Person
No.
1. Frame Art, Inc.
Specifications too complex
Alfredo Zaydes
III
2. Winbor Arts
Only provide specialized framing
Victoria Berman
V
3. Freeman Tip Art Galleries
Have other commitments, not interested
Verkis Sanchez
II
4. Broadway Art & Framing
Not within 10% of low bid amount
Kenny Beck
II
S. Coconut Grove Gallery, Inc.
Only provide specialized framing
Frank Kuhl
II
6. C H An & Frame
Company too small
David Chong
II
7. Albert Litter Studio, Inc.
"No Bid" Don't provide service
Albert Litter
II
8. El Bisel Glass Corp.
Didn't have time to complete bid
Frank Barrios
III
9. Coral Way Photo's, Inc.
Not within 10% of low bid amount
Ana Forte
IV
10. Fabulous Diamond Framing
Not within 10% of low bid amount
Rodolfo Angarita
I
11. Maria Calas Art Gallery
Company too small, bid too complex
Maria Calas
IV
12. La Boheme Picture Frame
Missed opening date
Ivan Hanuszkiewicz
IV
13. Rex Art Supplies
Not within 10% of low bid amount
Mary Ramos
IV
DHW/BWH/JSC/cyb
c: Purchasing Dept
996 252
City of Miami, Florida
Bid No. 98-99-67
a]
6.1 BID INFORMATION FORM
Mailing Date: February 22, 1999
Bid No.: 99-99-67
Buyer: Maritza Suarez-
Telephone: 305-416.1907
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
CONTRACT FOR TWO YEARS WIM OTR FOR TWO ADDTITONAL ONE YEAR PERIODS
962-35: FRAMING OF PROTOCOL DOCUMENTS, PICTURES & CERTIFICATES
CITYWIDE
We have read vour Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
t_ number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
0 number of calendar days required before commencement of work.
Delivery will be made within _fQ calendar days after receipt of purchase order.
Terms: 21/o-10 days Net 30 days Additional discount of 2&. % if awarded all items.
L�
fl (include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone:
Term of Warranty for equipment: {�
Term of Warranty for labor. r7'lC
k( lr Cluve r i-r
All exceptions to this bid have been documented in the section below.
EXCEPTIONS: N
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, fum, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name:
Firm's Name: Cr' VT lets Zf'L Tele41on_—'_
Principal Business Address: 3
MramrL 3� Fax:130 Nam
Marling Address: Q e d
Title:
E-Mail Address: _ Authorized Signature:
Beeper.
99- 252
1.0 Xh•r� 7?'�^�"' A1�f,M1'.F.aTwestibY.34iM55atS+.Z.diGfl"iMatak4F4Mli'�ti�IFtF SwW�'tspr^yYMfioM 1nFY t f77
CityOf Miami, Florida s f f r ry kK 3' . kv` tti
Bid No. 98-99-67
6 NDOR BACKGROUND INFORiaTION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave an
does not apply, write the word(s) "None", or "Not Applicable", as appropriate.qo Please print.unansweredns When the question
COMPANY NAME:
COMPANY OFFICERS:
President iCnLAmr)�L_
Secretary
COMPANY OWNERSHIP:
r•
LICENSES:
Vice President
Treasurer
40-0—% of ownership
Of ownership
Of ownership
of ownership
1 County or Municipal Occupational License No. 0
(attach copy with bid) %�3- r�DoZ /30��3�003
2. -- 37a 5�S :3 37a s6 y-4�,
Occupational License Classification e.%„ # 1 -4 . _
�• Occupational License Expiration Date:
4• Metro -Dade County Certificate of Com
(attached copy if requested in Bid or R1
es
�• Social Security or Federal I.D.
EXPERIENCE:
6. Number of Years your organization has been in business:
ears
7• Number of Years experience BIDDER/PROPOSER
of the type required by the specifications of the Bid orRFP ' pruici of firm, owner) has had in operation
�/ears
S. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 3
99- 252
rsra No. 98-99-67
Vendor Background Informatl-)form (page 2) 0, -
9. Experience Record: List references who may be contacted to ascertain information on past and/or present
contracts. work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by
specifications of the City's Bid or RFP:
FIRM NAME/ADDRESS
DATE OF JOB
r
DESCRIPTION OF JOB
CONTACT PERSON: /- I
G G PHONE NO.C)/
C�S
FIRM NAME/ADDRESS DATE OF JOB
DESCRIPTION OF JOB
�17
CONTACT PERSON:_`�nh
PHONE NO. Ogk322
FIRM NAME/ADDRESS DATE OF JOB
DESCRIPTION OF JOB
6U S-GIO/nG1N 'q
i S
�J / D /►
CONTACT PERSON:]
PHONE NO., O5 7 yL
FIRM NAME/ADDRESS
DATE OF JOB
DESCRIPTION OF JOB
CONTACT PERSON: T arse.
PHONE NO.: GAS) (p /
F2-
Y
Y DIS(-UALIFY YOUR
[a]
. 99 - 252
City of Miami, Florida`
6.1 BID INFORMATION FORM
Mailing Date: February 22,1999
ter:` Bid No. 98-99-67
Bid No. 98-99-67
Buyer: Maritza Suarez _
Telephone: 305416.1907
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be fum for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
.vrw»aau�a sic a w ca�cu v��.=ra s.w to Lv7, R WUUL U l
tZr!•"YC'v-.tire' �n •u.'•'a Y
aetitte Oi�ioeftl�e�iitCler3c;�3500aiemencan'Drn `Jo3 RmIli-111-
CONTRACT FOR TWO FEARS VVITH OTR FOR TWO ADDITIONAL ONE YEAR PERIODS
962-35: FRAMING OF PROTOCOL DOCUMENT'S, PICTURES & CERTIFICATES
CITYWIDE
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR. BID MAY BE DISQUALIFIED.
10 number of calendar days required to complete work after Notice to Proceed or issuance of
r purchase order.
10 number of calendar days required before commencement of work.
Delivery will be made within 10 calendar days after receipt of purchase order.
Terms: 20/*-10 days 0 Net 30 days
Additional discount of 0 % if awarded all items.
0 (include cash discount for prompt payment, if any) Other Discounts:
Contact Person'Telephone: VIVIAN GOMAR-MURPHY TEL: 305-643-2520
Term of Warranty for equipment:
Term of Warranty for labor:
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name:
Firm'sName: ART & FRAME MART Telephone: 305-643-2520
Principal Business Address: 1849 W .Fla l e r s tFax: 3 0 5- 6 4 9- 8 9 6 9 _
St.Miarni, F1 33135 Name: VIVIA GOMA -MURPHY
Mailing Address: SAME AS ABOVE Title:
Authorized Signature:
E-Mail Address: Beeper:
99- 252
-
�a
�- ve-umu, rlunu0 Bid No. 98-99-67
65NDOR BACKGROUND INFORPION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: ART & FRAME MART
COI%IPANY OFFICERS:
President ANA RODRIGUEZ
Secretary DON MURPHY
Vice President VIVIAN GOMAR—MURPHY
Treasurer WALDO RODRIGUEZ
COMPANY OWNERSHIP:
ANA RODRIGUEZ 25°�
.o of ownership
VIVIAN GOMAR—MURPHY
25 % of ownership
DON MURPHY
? 5 % of ownership
WALDO RODRIGUEZ
2 5 % of ownership
LICENSES:
1. County or Municipal Occupational License No. 115 5 —1 / 1916 9 7 — 3
(attach copy with bid)
2. Occupational License Classification RETAIL — FRAMING SERVICE
3. Occupational License Expiration Date: SEPT 30, 1999
4. Metro -Dade County Certificate of Competency No. NONE
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 5 9— 2 0 4 9 7 6 7
EXPERIENCE:
6. Number of Years your organization has been in business: 40 y r s .
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 23 yrs.
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP:_ 33 yrs .
a
99- 252
r
rt
Vendor Background Informat0orm (pale 2)
9. Experience Record: List references who may be contacted to ascertain information on past and/or present
contracts, work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by
specifications of the City's Bid or RFP:
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
MIAMI POLICE DEPT. 1996-1999 400 N'AT 2 AVE. FRAMING FAR CHIEF WARSHAW
MIAMI FL 33128
CONTACTPERSON: L. UNDERWOOD PHONENO.: 305-579-6565
FIRM NAME/ADDRESS
DATE OF JOB DESCRIPTION OF JOB
METRO DADE COUNTY 1990-1999
CONTRACT FOR 9 YRS.
ALL DEPARTMENTS
CONTACTPERSON: MS.DEE HARVARD PHONENO.: 305-375-3945
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
SANDLER TRAVIS ROSENBERG 1987-99 FRAMING FOR ALL THEIR OFFICES
5200 BLUE LAGOON #600
MIAMI FL 33126 NATIONAL FIRM
CONTACTPERSON: NICK GOLDSMITH PHONENO.: 305-267-9200
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
HAMILTON BANK 1980-1999 GENERAL FRAMING
CONTACTPERSON: NORMAN TORO PHONENO.: 305-717-5554
FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISQUALIFY YOUR BID.
' 99— 252
a.
bID AWARD RECOMMENDATION FORM
BID NUMBER: 98-99-067 COMMODITY/SERVICE: Framing of Protocol Documents,
DEPARTMENT /DIVISION: Citywide Pictures and Certificates - Citywide
TERM OF CONTRACT. One(1) year with OTR for two (2) additional one (1) Year periods
NUMBER OF BIDS DISTRIBUTED: _Seventeen (17) NUMBER OF BIDS RECEIVED: six (6)_
METHOD OF AWARD: Two d27.lowest:.responsible--and:_r pons ve bidders meetincr
Specifications.
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
I've Been Framed, Inc.
Art & Frame Mart
Local/Female
Local/Hispanic
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
ACCOUNT CODE(S):
DEPARTMENT APPROVAL:
��& - 4'r�cu
Department DlreCtor/
Designee
BUDGET REVIEW APPROVAL:
Dipak M. Parekh
Director
OTHER FUNDING APPROVALS; IF APPLICABLE:
PAGE 2 OF 2
TOTAL: _$10;000.00
URCHASING APPROVAL:
- r,,7.1
Ju y S. Carter
ector
TITLE:
99- 252
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor Joe Carollo
(thru Sira Garcia)
FROMgJu' y S. Carter,'Dire r
/ P rchasing Department
DATE: August 28, 1998 FILE
SUBJECT: Framing of Documents
Citywide
REFERENCES: Dade County No. 1865-2/98-1
ENCLOSURES: One (1)
Please be advised that the current contract for Framing of Documents Citywide will expire on
December 16, 1998. The Department of Purchasing will be recommending a Citywide award of
contract for the framing of protocol documents, certificates, pictures, etc.
During the interim, if your Department intends to purchase this commodity during the new fiscal
year, please advise this office of the estimated dollar amount allocated and the appropriate
account code number.
This memorandum must be returned to this office no later than Wednesday, September 9,
p 1998. Should you have any questions regarding the said matter, please immediately contact
Gladys Bermudez at 416-1904.
ANTICIPATED ANNUAL EXPENDITURE: $ T d U. 00
ACCOUNT CODE(S): d j) O f), -7
/o BUDGET DEPARTMENTS APPROVAL:
JSC/cyb q ,
cc: Sira Garcia
Bid File
ISE
99- 252
TO: Donald H. Warshaw
Chief of Police
FROM: Judy S. Carter,
Purchasing Del
9
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: August 28, 1998 FILE:
SUBJECT: Framing of Documents
Citywide
REFERENCES: Dade County No. 1865-2/98-1
ENCLOSURES: One (1)
Please be advised that the current contract for Framing of Documents Citywide will expire on
December 16, 1998. The Department of Purchasing will be recommending a Citywide award of
contract for the framing of protocol documents, certificates, pictures, etc.
During the interim, if your Department intends to purchase this commodity during the new fiscal
year, please advise this office of the estimated dollar amount allocated and the appropriate
account code number.
This memorandum must be returned to this office no later than Wednesday, September 9,
1998. Should you have any y questions regarding the said matter, please immediately contact
Gladys Bermudez at 416-1904.
ANTICIPATED ANNUAL EXPENDITURE: $ 4,500.00 (FY 98/99)
ACCOUNT CODE(S): 001000.290201.6.722
BUDGET DEPARTMENT'S APPROVAL: `
DISC/cyb
cc: Lourdes Rodriguez
Bid File
99- 252
r
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Gwendolyn Warren, Director
Department of Community Development
FROM: Judy S. Carb
Purchas
DATE: August 28, 1998 FILE:
SUBJECT: Framing of Documents
Citywide
REFERENCES : Dade County No. 1865-2/98-1
One (1)
ENCLOSURES:
Please be advised that the current contract for Framing of Documents Citywide will expire on
December 16, 1998. The Department of Purchasing will be recommending a Citywide award of
contract for the framing of protocol documents, certificates, pictures, etc.
During the interim, if your Department intends to purchase this commodity during the new fiscal
year, please advise this office of the estimated dollar amount allocated and the appropriate
account code number.
This memorandum must be returned to this office no later than Wednesday, September 9,
_; � 1998. Should you have .ny questions regarding the said matter, please immediately contact
Q0
Gladys Bermudez at 416-1904.
ANTICIPATED ANNUAL EXPENDITURE: $ 500.00
ACCOUNTCODE(S): 799302-452423-722 & 198007-630101-722
BUDGET DEPARTMENT'S APPROVAL:
JSC/cyb
cc: Bashiva Wrights
Bid File
99- 252
0
CITY OF MIANII, FLORIDA
INTER -OFFICE MEMORANDUM
K A!)
irector DA ^E August 28, 1998 LE
Department of c', ,FReseue ►°saLLC W,iC..IC1
SUBJECT. Framing of Documents
Citywide
Judy S. er, D' ector REFERENCES Dade County No. 1865-2/98-1
Purc I g D rtment One 1
ENCLOSURES:
Please be advised that the current contract for Framing of Documents Citywide will expire on
December 16, 1998. The Department of Purchasing will be recommending a Citywide award of
contract for the framing of protocol documents, certificates, pictures, etc.
During the interim, if your Department intends to purchase this commodity during the new fiscal
year, please advise this office of the estimated dollar amount allocated and the appropriate
account code number.
This memorandum must be retumed to this office no later than Wednesday, September 9,
1998. Should you have any questions regarding the said matter, please immediately contact
Gladys Bermudez at 416-1904.
ANTICIPATED ANNUAL EXPENDITURE: $ 0 0 0, 0 o
ACCOUNT CODE(S): 0 0 / 0 0 0.3 i0 ;�_ o / . 3 ,V0 3
BUDGET DEPARTMENTS APPROVAL: _
JSC/cyb Y��j `3
cc: Paul Ketz `
Bid File --
U
TABULATION OF BIDS 2
-11
FRAMING OF PROTOCOL DO)MENTS, PICTURES AND CERt FICA Set 1 of
TES - CITYWIDE: BID NO. 98.99-067
a
Item Description
1 Mouldings
1.1 1/4 X 3/4 Metal Sectional Gold/Chrome/Black
1.2 5/8 X ]-1/8 Metal - Wood Core:
Chrome
Gold
1.3 518 X 7/8 Metal - Wood Core:
Chrome
Gold
1.4 314 X 5/8 Wood - ASH
1.5 1/2 X 1/2 Wood - ASH - Various Colors
1.6 112 X 3/4 Mica finish - Wood Core - Various Colors
1.7 5/8 X 1-3/8 Mica finish - Wood Core - Various Colors
OPTION:
Discount off current price list for other available
��` ouldings:
�3;`
2 Glass
2.1 4 X 5 Regular
2.2 4 X 5 Non -Glare
2.3 5 X 7 Regular
2.4 5 X 7 Non -Glare
2.5 8 X 10 Regular
2.6 8 X 10 Non -Glare.
2.7 9 X 12 Regular
2.8 9 X 12 Non -Glare
2.9 11 X 14 Regular
2.10 11 X 14 Non -Glare
OPTION:
Discount off other sizes of available
glass in regular and non -glare, up to 48" X 60".
3 Matting
3.1 4 X 5 Regular
3.2 4 X 5 Imitation Texture
3.3 4 X 5 Black Core
3.4 5 X 7 Regular
3.5 5 X 7 Imitation Texture
a
6 5 X 7 Black Core.
.7 8.10 Regular
Prepared by Maritza Suarez, 3/15/99
"PRIMARY"
I've Been Framed, Inc.
620 S. Miami Avenue
Miami, FL 33130
Local/Female
Unit
Price
"SECONDARY"
Art & Frame Mart
1849 W. Flagler Street
Miami, FL 33135
Local/Hispanic
Unit
Price
Broadway Art & Framing, Inc.
7226 Biscayne Blvd.
Miami, FI.33138
Locali'Non-Minority
Unit
Price
$
1.25 /foot
$
1.30 /foot
$
2.75 /foot
$
1.60
/foot
$
1.55 /foot
$
3.00 /foot
$
1.65
/foot
$
1.60 /foot
$
3.50 /foot
$
1.45
/foot
$
1.50 /foot
$
3.00 /foot
$
1.45
/foot
$
1.50 /foot
$
3.50 /foot
$
1.25
/foot
$
1.30 /foot
$
3.00 /foot
$
0.80
/foot
$
0.80 /foot
$
3.50 /foot
$
1.40
/foot
$
1.40 /foot
$
3.50 /foot
$
1.95
/foot
$
2.00 /foot
$
3.50 /foot
20 %
30 %
20 %
$
$
0.25 /ea
$
0.10 /ea
$
0.50 /ca
$
0.35 /ea
0.30 /ea
$
0.20 !ea
5
1.50 /ea
$
0.40 /ea
$
$
0.20 /ea
$ .
0.75 /ea
$
0.65 /ea
$
0.30 /ea
$
1.50 /ea
$
0.95 /ea
$
0.60 /ea
0.90 /ea
$
1.00 /ea
$
0.75 /ea
$
0.80 /ea
$
$
2.00 /ea
$
1.40 /ea
$
1.30 /ea
$
1.25 !ea
2.50 /ea
$
$
0.95 /ea
$
1.00 /ea
$
1.50 /ea
1.95 /ea
$
2.00 /ea
$
3.50 /ea
n/a
30 %
no bid
$
$
0.20 /ea
$
0.20 /ea
$
2.50 /ea
$
0.25 /ea
$
0.20 /ea
$
3.50 /ea
$
0.25 /ea
$
0.20 /ea
$
4.00 /ea
$
0.30 /ea
$
0.30 /ea
$
3.00 /ea
$
0.35 /ea
0.35 /ea
$
0.35 /ea
$
4.00 /ea
$
0.75 /ea
$
$
0.35 /ea
$
4.00 /ea
0.75 /ea $
3.50 lea
Approval:
Page 1
_
Departm
i ector/Designee
99- 252
TABULATION OF BIDS Set 1 of 2
FRAMING OF PROTOCOL DOCUMENTS, PICTURES AND CERTIFICATE ITYWIDE: BID NO. 98-99-067
Item Description
1 Mouldings
3.8 8 X 10 Imitation Texture
3.9 8 X 10 Black Core
3.10 9 X 12 Regular
3.11 9 X 12 Imitation Texture
3.12 9 X 12 Black Core
3.13 11 X 14 Regular
3.14 11 X 14 Imitation Texture
3.15 11 X 15 Black Core
OPTION:
Discount off current price list for
other mtting sizes, including imitation textures
and Black Core Mats up to 40" X 60".
I've Been Framed, Inc.
Art & Frame Mart
620
S. Miami Avenue
1849 W. Flagler Street
Miami, FL 33130
Miami. FL 33135
Local/Female
Local/Hispanic
Unit
unit
Price
Price
$
0.85 /ea
$ 0.80 /ea
S
0.85 /ea
$ 0.80 /ea
$
0.90 lea
$ 0.80 /ea
$
1.00 /ea
$ 1.00 tea
$
1.00 /ea
$ 0.90 /ea
$
1.40 /ea
$ 1.50 /ea
$
1.55 /ea
$ 1.60 /ea
$
1.55 lea
$ 1.60 /ea
n/a
30 %
Broadway Art & Framing;. _A
7226 Biscayne Blvd.
Miami, FL 33138
Local/Non-Minority
Unit
Price
$ 4.00 /ea
$ 4.00 /ea
$ 3.00 /ea
$ 4.00 /ea
$ 4.00 /ea
$ 4.00 /ea
$ 4.50 /ea
$ 4.50 /ea
10 %
4 Dry Mounting
4.1 4 X 5 Regular
$
0.20
/ea
$
0.20 /ea
$ 3.00 /ea
4.2 4 X 5 Foam Core
$
0.25
!ea
$
0.30 /ea
$ 3.50 /ea
t-;,;:::;•.
4.3 5 X 7 Regular
S
0.45
/ea
$
0.40 /ea
$ 4.00 /ea
4.4 5 X 7 Foam Core
$
0.50
/ea
$
0.50 /ea
$ 4.50 /ea
4.5 8 X 10 Regular
$
0.75
/ea
$
0.70 /ea
$ 4.00 /ea
4.6 8 X 10 Foam Core
$
1.00
lea
$
1.00 /ea
$ 4.50 /ea
4.7 9 X 12 Regular
$
0.90
/ca
$
0.80 lea
$ 5.00 /ea
4.8 9 X 12 Foam Core
$
1.40
/ea
S
1.05 /ea
S 5.50 lea
4.9 11 X 14 Regular
S
1.40
/ea
$
1.50 /ea
$ 6.00 /ea
4.10 11 X 14 Foam Core
S
1.90
/ea
$
2.25 /ea
S 6.50 /ea
OPTION:
Discount off current price list for other sizes of mounting
up to 40" X 60".
10 %
30 %
10 %
5 CUSTOM FRAMING
OPTION:
State discount (if any) off price list for custom frames
no bid
30 %
20 %
Price List Identification:
All frames in stock
TOTAL ITEMS 4 1. 1 THRU 4.10 (Excluding Options)
$
41.05
$
40.40
$ 148.25
Additional discount if awarded all items:
2%
0
10%
S
40.23
$
40.40
$ 133.43
Approval:
Prepared by Maritza Suarez, 3/15/99
Page 2
Depart
t 'rector/Designee
y
99- 252
YiJn KRL da.4.+e9iRiT4lw uyw 41os.+.4 i.
�..
�,a ssV.Wr7ai,S'n.vp
,r3a�,alTr atYd.•`f-F
'�'.,.451y.'yy'vji�F."^p�'ibt*s'rupaY+
4+ i
�3� L`l3AFC���'ulrt�"•�''.
OF BIDS
ON
FRAMING OF PROTOCOL DbdIMENTS, P CTURESIAND CERTIFICATEC( Set 2 of 2
TYINIDE: gID NO. 4$-94-067
Item Descriation
I Mouldings
1.1 1/4 X 3/4 Metal Sectional Gold/Chrome/Black
1.2 5/8 X 1-1/8 Metal - Wood Core:
Chrome
Gold
1.3 5/8 X 7/8 Metal - Wood Core:
Chrome
Gold
1.4 3/4 X 5/8 Wood - ASH
I.5 1/2 X 1/2 Wood - ASH - Various Colors
1.6 1/2 X 3/4 Mica finish - Wood Core - Various Colors
1.7 5/8 X 1-3/8 Mica finish - Wood Core - Various Colors
OPTION:
Discount off current price list for other available
Slirouldings:
2
Glass
2.1
4 X 5 Regular
2.2
4 X 5 Non -Glare
2.3
5 X 7 Regular
2.4
5 X 7 Non -Glare
2.5
8 X 10 Regular
2.6
8 X 10 Non -Glare.
2.7
9 X 12 Regular
2.8
9 X 12 Non -Glare
2.9
11 X 14 Regular
2.10
11 X 14 Non -Glare
OPTION:
Discount off other sizes of available
glass in regular and non -glare, up to 48" X 60"
3 Matting
3.1 4 X 5 Regular
3.2 4 X 5 Imitation Texture
3.3 4 X 5 Black. Core
3.4 5 X 7 Regular
3.5 5 X 7 Imitation Texture
3.6 5 X 7 Black Core.
` 3.7 8.10 Regular
Prepared by Maritza Suarez, 3/15/99
Fabulous Framing, Inc.
655 NW 57 Avenue
Miami. FL 33125
Local/Hispanic
Unit
Price
Rex Art Company
2263 SW 37 Avenue
Miami, FL 33145
Local/Non-Minority
Unit
Price
Coral Way Photo, Inc.
1715 SW 22 Street
Miami. FL 33145
Local/Female
Unit
Price
$
3.50 /foot
S
4.99 /foot
$ 2.00 /foot
$
5.50 /foot
$
5.99 /foot
no bid
!foot
$
5.50 /foot
$
5.99 /foot
no bid
/foot
na
/foot
$
4.99 /foot
no bid
/foot
na
/foot
$
4.99 /foot
no bid
/foot
$
6.30 /foot
S
5.99 /foot
no bid
/foot
$
4.50 /foot
$
4.99 /foot
$ 2.00
/foot
$
4.00 /foot
$
4.99 /foot
$ 2.35
/foot
$
6.30 /foot
$
5.99 /foot
$ 3.60
/foot
10%
20%
no bid
(over $400.00 order)
(off mouldings on display
no price list available)
nc
/ea
$ 2.00 /ea
$
1.20
/ea
no;
/ea
$ 4.00 /ea
$
1.50
/ea
no;
/ea
$ 2.00 /ea
$
1.30
/ea
no;
/ea
$ 4.00 /ea
S
1.65
/ea
nc
/ea
$ 2.22 /ea
$
1.50
/ea
no;
/ea
$ 4.68 /ea
$
2.00
/ea
nc
/ea
$ 2.99 /ea
$
1.75
/ea
nc
/ea
$ 5.99 /ea
$
2.10
/ea
nc
/ea
$ 3.33 /ea
$
2.25
/ea
nc
(all glasses are
/ea
included with
$ 8.88 /ca
frame
$
2.80
/ea
prices)
no bid no bid
no bid
$ 3.00 /ea
$
$
4.00 /ea
$ 1.00 /ea
6.00 /ea
$
$
7.00 /ea
$ 1 15 /ea
6.00 /ea
$
$
7.00 /ea
$ 1.30 /ea
3.00 /ea
$
$
4.00 /ea
$ 1.25 /ea
6.00 /ea
$
$
7.00 /ea
$ 1.50 /ea
6.00 /ea
$
$
7.00 /ea
$ 2.00 /ea
3.00 /ea
$
4.00 /ea $ 2.25 /ea
Approval:
Page 3
Depa
t Director/Designee
99- 252
_..-_._
}
TABULATION OF BIDS Set 2 of 2
FRAMING OF PROTOCOL D02MENTS, PICTURES AND CERTIFICATES, TYWIDE: BID NO. 98-99-067
Item Description
1 Mouldings
3.8 8 X 10 Incitation Texture
3.9 8 X 10 Black Core
3.10 9 X 12 Regular
3.11 9 X 12 Imitation Texture
3.12 9 X 12 Black Core
3.13 11 X 14 Regular
3.14 11 X 14 Imitation Texture
3.15 11 X 15 Black Core
OPTION:
Discount off current price list for
other rotting sizes. including imitation textures
and Black Core Mats up to 40" X 60".
4 Dry Mounting
Fabulous Framing, Inc.
655
NW 57 Avenue
Miami, FL 33125
Local/Hispanic
Unit
Price
$
6.00 lea
$
6.00 /ea
$
4.00 lea
$
8.00 /ea
$
8.00 /ea
$
4.00 /ea
$
8.00 lea
$
8.00 /ea
10 %
4.1 4 X 5 Regular
$
4.00 /ea
4.2 4 X 5 Foam Core
$
8.00
/ea
4.3 5 X 7 Regular
$
4.00
/ea
4.4 5 X 7 Foam Core
$
8.00
/ea
4.5 8 X 10 Regular
$
5.00
/ea
4.6 8 X 10 Foam Core
$
10.00
/ea
4.7 9 X 12 Regular
$
5.00
/ea
4.8 9 X 12 Foam Core
$
10.00
/ea
4.9 11 X 14 Regular
$
5.00
/ea
4.10 11 X 14 Foam Core
$
10.00
/ea
OPTION:
Discount off current price list for other sizes of mounting
up to 40" X 60".
10 %
5 CUSTOM FRAMING
OPTION:
State discount (if any) off price list for custom frames
no bid
Price List Identification:
TOTAL ITEMS # 1.1 THRU 4.10 (Excluding Options)
Additional discount if awarded all items:
Prepared by Maritza Suarez, 3/15/99
t* -
Rex Art Company
2263 SW 37 Avenue
Miami, FL 33145
Local/Non-Minority
Unit
Price
$ 7.00 /ea
$ 7.00 /ea
$ 4.00 /ea
$ 7.00 /ea
$ 7.00 /ea
$ 5.55 /ea
$ 8.88 /ea
$ 8.88 /ea
20 %
Coral Way Photo, Inc ,.r;,
1715 SW 22 Street
Miami, FL 33145
Local/Female
Unit
Price
no bid
2.75 /ea
3.50 /ea
3.70 /ea
3.85 /ea
4.00 /ea
5.00 /ea
5.50 /ea
6.25 /ea
$ 4.00
$ 4.00
/ea
/ea
$
$
1.30 /ea
1.50 /ea
$ 4.00
/ea
$
2.00 /ea
$ 4.00
/ea
$
2.50 /ea
$ 5.00
/ea
$
3.50 /ea
$ 5.00
/ea
$
4.25 /ea
$ 5.50
/ea
$
. 4.50 /ea
$ 5.50
/ea
$
5.75 /ea
$ 6.50
!ea
$
5.00 /ea
S 6.50
/ea
$
6.00 /ea
20 % no bid
20% 10°0
$ 189.60 $ 234.31 $ 109.30
0 0 0
$ 189.60 $ 234.31 $ 109.30
Approval:
Page 4 Depak<elt Director/Designee
99- 252
0
CITY OF MI AMI
SUMMARY OF CONTRACTS AWARDED
FOR: FRAMING OF PROTOCOL DOCUMENTS,
PICUTURES & CERTIFICATES
CITYWIDE
AWARDED TO: I've Been Framed, Inc.
& Art & Frame Mart
Bid No. 98-99-067
$10,000
_bn��= IME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS
From: 1994 to Present Miami -Dade No. 865-2/98 $22,750.00 (Citywide)
PRIOR CONTRACT AWARD: Miami -Dade No. 865-2/98 (Ark & Frame Mart)
SUMMARY OF CONTRACTS. DOC
99 - 252
s
CITY OF M1AA1I OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: FRAMING OF PROTOCOL DOCUMENTS /.
DID NO: 98-99-067 --
DATE BID(S) OPENED: MARCH 10, 1999 TIME 11:00 a.m.
(City Department)
Lrpury t-tty Werk
received
—7 ._) envelops on behalf of
( FsrV:WL
r"",�
:;
/ � /
NNW
CITY OF MIAMI
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, Fl. 33133 for the following:
BID NO.98-99-067 Framing of Protocol Documents, Pictures & Certificates Citywide, on an
as -needed contract basis
OPENING DATE: 11:00 A.M. Wednesday, March 10, 1999
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906.
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO.5380
a
i j\ Ill. \
i t 'i""' 1"g �'•
City of Miami
•..;. ^ <I
REQUISITION FOR ADVERTISEMENT
This number must
appear In the
advertisement
( TAUCTiO S: Please type
ang attach
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
❑ Yes ❑ No,
.
6. Size of advertisement:
7. Starting date:
8. Telephone number:
F..
z.
9. Number of times this advertisement is to be
10. Ty e_ of advertisement:
published: { `'
Legal ❑ Classified ElDis
la
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
-1
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C GS/PC 503 Rev. 12/139 1
Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
i
DISTR UTION: White - G.S,A.; Canary - Department