Loading...
HomeMy WebLinkAboutR-98-0121J-98-1 19 1 /26/98 RESOLUTION NO. 9 8 - 121 A RESOLUTION ACCEPTING THE BID OF JULES BROTHERS UNIFORMS, INC., FOR THE FURNISHING OF WORK UNIFORMS TO VARIOUS DEPARTMENTS, CITYWIDE, ON AN AS -NEEDED CONTRACT BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS; ALLOCATING FUNDS THEREFOR FROM THE VARIOUS USING CITY DEPARTMENT'S FY '97-98 OPERATING BUDGETS, SUBJECT TO BUDGETARY APPROVAL; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID ACQUISITIONS. WHEREAS, pursuant to public notice, sealed bids were received November 26, 1997 for the furnishing of work uniforms Citywide, on an as -needed contract basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods to various City departments; and WHEREAS, invitations for Bid No. 96-97-059 were mailed to forty-seven (47) potential bidders and two (2) responses were received; and WHEREAS, these purchases will be used to replace worn-out work uniforms and to furnish uniforms to new employees at various City departments as needed in accordance with union contracts; and WHEREAS, funds for these purchases are available from the FY '97-98 Operating Budgets of the various City departments using this service; and Cn'Y COMESSION MEETING OF, FEB 1 0 1998 Resolution no. 98- 121 WHEREAS, the City Manager and the Director of Purchasing recommend that the bid received from Jules Brother Uniforms, Inc., the most responsible and responsive bid, be approved. 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 November 26, 1997, bid submitted by Jules Brothers Uniforms, Inc., for the furnishing of work uniforms to various departments, citywide, on an as -needed contract basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods, is hereby accepted, with funds therefor hereby allocated from the various using city using department's FY '97-98 Operating Budgets, subject to budgetary approval. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said acquisitions. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 10th day of February­'1998. XAVIER L S JAREZ, MAYOR ATTEST WALTER J. OE AIN,CITY CLERK 2 98- 121 PREPARED AND APPROVED BY: RAFAEL . DIAZ DEPUTY CITY ATTOR,N6Z APPROVED AS TO FORM AND CORRECTNESS: EL EDWARD MAXWE L "ERIM CITY ATTORIVEY W2212:dsl 98- 121 TO FROM Honorable Mayor and Members of the City Commission CITY OF MIAMI, FLORIDA CA=2 INTER -OFFICE MEMORANDUM DATE SUBJECT: Jose Garcia -Pedrosa , REFERENCES City Manager . , ENCLOSURES: RECOMMENDATION: FEB 2 1098 FILE: Resolution authorizing the furnishing of Work Uniforms Citywide Bid No. 96-97-059 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Jules Brother Uniforms, Inc., (Ted and Frank Braunstein, owners), a Non- Minority/Local vendor, located at 8340 Biscayne Blvd., Miami, Florida 33138, for the furnishing of work uniforms Citywide, on an as -needed contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods to various City departments. Funds are available from the FY '97-98 Operating Budgets of the various using City departments subject to budgetary approval at time of need. BACKGROUND: The Purchasing Department has seen a need to secure a contract for work uniforms. This service will be utilized by various City departments, citywide. Purchasing has analyzed the bids received pursuant to Bid No. 96-97-059 for the furnishing of work uniforms citywide. Forty-seven (47) invitations for bids were mailed and two (2) responses were received; one was deemed non- responsive because of lack of inclusion of a bid security, as required by the Bid's Special Conditions. Jules Brother Uniforms, Inc., submitted the only responsible and responsive bid, and is therefore recommended for award. MemoUniformsCW96-97-059 9s. 121 of Miami, Florida Bid No. 96-97-59 6.5 VENDOR BACKGROUND INFORMATION 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: U ktS S 1 J0 rQ kAk S T/U C COMPANY OFFICERS: Presidents (11J- I Vice President All �{ Secretary Treasurer COMPANY OWNERSHIP: —4-21- of ownership % of ownership % of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. If A V\M t Oid / a U- UOU 1 (attach copy with bid) 2. Occupational License Classification M E2 C 4ANTS -Tt ETit I l., 3. Occupational License Expiration Date: Scp 3.0 19 qlf 4. Metro -Dade County Certificate of Competency No. 0 10 O J-1 - Z (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. '" / / G F 1 EXPERIENCE: 6. Number of Years your organization has been in business: -?Q 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: _ ?0 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, prS�prietorship) has had in operation of the type required by the specifications of the Bid or RFP: `S 1 98- 121 3 TABULATION OF BIDS UNIFORMS CITYWIDE 96-97-059 Item Description 1 Men's/Women's Standard Work Shirt Short Sleeve with patch - Permanent Press Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight b. Short Sleeve with patch - Cotton Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight c. Long Sleeve with patch - Permanent Press Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight d. Long Sleeve with patch - Cotton Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight e. X-Long Sleeve with patch - Permanent Press Mfg. Name . Mfg. Style No. Cloth Mills & No. Fabric Content Weight Prepared by Maritza Fresno 12/02/97 Jules Brothers Uniforms Inc. 8340 Biscayne Blvd. Miami FL 33138 Local/Non-Minority Unit Est. Total Price QQtt r_. $ 8.65 lea 1500 $ 12,975.00 Garment Co of America 255XE Milligan 65135 Dac/Cotton 4.25 oz. $ 11.20 lea 300 $ 3,360.00 GCA 155XE 155XE 100% Cotton 5.25 oz. $ 10.50 lea 130 $ 1,365.00 GCA 255X 255X 65135 Dac/Cotton 4.25 $ 12.30 lea 20 $ 246.00 GCA 155X 155X 100% Cotton 5.25 oz $ 11.20 lea 20 $ 224.00 GCA 255XE 255XE 65135 Dac/Cotton 4.25 oz Page 1 Samples Submitted yes no no yes no Approval: Depart a Director/Designee 5 98- 121 TABULATION OF BIDS UNIFORMS CITYWIDE 96-97-059 Item Description f. X-Long Sleeve with patch - Cotton Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 2 Men's/Women's Military Shirts a. Short Sleeve Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight b. Long Sleeve Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 3 Men/Women's Sport Shirt -Short Sleeve Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 4 Women's Blouses a. Long Sleeve Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight Prepared by Maritza Fresno 6 12/02/97 8340 Biscayne Blvd. Miami FL 33138 Local/Non-Minority Unit Est. Total Price Qt,/_ $ 12.30 lea 20 $ 246.00 GCA 155X 155X 100% Cotton 5.25 oz. $ 16.90 lea 100 $ 1,690.00 Clifton 6695 Millican 65/35 Dac. Cotton 4.25 oz $ 17.20 lea 50 $ 860.00 Clifton 569 569 65/35 Dac. Cotton 4.25 oz $ 8.55 lea 100 $ 855.00 Red Kap SP 24 XX 65/35 Dac Cotton 4.25 oz $ 14.80 lea 25 $ 370.00 Edwards 5670-OX 5670-OX 60/40 Cotton/Dac. 4.0 oz Page 2 Samples Submitted no yes no no no Approval: Departme Di ector/Designee 98- 121 TABULATION OF BIDS UNIFORMS CITYWIDE 96-97-059 Item Description b. Short Sleeve Mfg. Name Mfg, Style No. Cloth Mills & No. Fabric Content Weight 5 Men's/Women's Knit Dress Shirt Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 6 Men's/Women's Knit -Collar Golf Shirt with pocket and patch Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 7 Men's/Women's Windbreaker Jacket Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight a. Men's/Women's Flight/Satin Jacket Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight Prepared by Maritza Fresno 12/02/97 8340 Biscayne Blvd. Miami FL 33138 Local/Non-Minority Unit Est. Total Price Qty_ $ 13.70 \ea 20 $ 274.00 Edwards 5620-OX 5620-OX 60140 Cotton/Dac 4.0 oz $ 10.85 \ea 50 $ 542.50 Jersey's 438 50/50 Dac/Cotton 5.75 $ 10.15 \ea 49 $ 497.35 Steadman 504 50150 Dac/Cotton 5.2 $ 37.75 \ea 150 $ 5,662.50 H. Small 2509 Nylon Oxford 5.2 $ 19.75 \ea 25 $ 493.75 Auburn 600M 100% Nylon Satin Page 3 Samples Submitted no no yes yes no Approval: Departrnt hector/Designee 7 t)s- 121 TABULATION OF BIDS UNIFORMS CITYWIDE 96-97-059 Item Description 8 Men's/Women's Twill Jacket Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 9 Jacket Liner Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 10 Three (3) season versatile Jacket Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 11 Men/Women's Work Trousers, Permanent Press Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight a. Men/Women's Work Trousers Cotton Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 12 Men/Women's Pleated Service Pants Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight Prepared by Maritza Fresno 8 12/02/97 8340 Biscayne Blvd. Miami FL 33138 Local/Non-Minority Unit Est. Total Price Qom. $ 30.50 lea 5 $ 152.50 Martin's 24238 1001 100& Polyester $ 19.25 lea 155 $ 2,983.75 Horace Small F Poly Quilted Fiberfill $ 32.85 lea 10 $ 328.50 Red Kap JT 36 w/LN 10 BK Liner PolylCotton/Poly Full Liner - 5.812.0 Liner $ 10.80 lea 1500 $ 16,200.00 GCA 266X Millican 65135 Dac/Cotton 7.2 oz $ 13.90 lea 400 $ 5,560.00 GCA 166X 166X 100% Cotton 8.25 oz $ 18.75 lea 40 $ 750.00 Edwards 8610-X Millican 65/35 Dac/Cotton 7.5 oz Samples Submitted yes no no yes no no Approval: Departmen ector esi ee Page 4 TABULATION OF BIDS UNIFORMS CITYWIDE 96-97-059 Item Description 13 Women's Skirt a. With pockets Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight b. Without pockets Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 14 Men/Women's Shorts Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight a. Men's/Women's Lifeguard Shorts Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 15 Men/Women's Coveralls a. Short Sleeve - Permanent Press Mfg. Name Mfg. Style No. Cloth Mills & No. Fabric Content Weight 8340 Biscayne Blvd. Miami FL 33138 Local/Non-Minority Unit Est. Total Price Qty- $ 17.45 lea 50 $ 872.50 Edwards 9270-X Millican 100% Polyester 10 oz $ 14.85 lea 50 $ 742.60 Edwards 9290-X 9290-X 100% Polyester 10 oz $ 26.85 lea 100 $ 2,685.00 Sportif 610110-X 65/35 Dac/Cotton 6.5 oz $ 8.95 lea 40 $ 358.00 Agusta 270 Taslan Nylon 3 oz $ 22.95 lea 20 $ 459.00 GCA 216XE Millican 65/35 Dac/Cotton 7.5 oz Prepared by Maritza Fresno 12/02/97 Page 5 Samples Submitted yes no no no no i Approval: Departme hector/ a ignee (:j8- 121 9 TABULATION OF BIDS UNIFORMS CITYWIDE 96-97-059 8340 Biscayne Blvd. Miami FL 33138 Local/Non-Minority Unit Est. Total Samples Item Description Price City. Submitted b. Long Sleeve - Permanent Press 22.25 lea 20 $ 445.00 no Mfg. Name GCA Mfg. Style No. 216X Cloth Mills & No. 216X Fabric Content 65/35 Dac/Cotton Weight 7.5 oz 16 Tee Shirts 4.05 lea 1000 $ 4,050.00 no Mfg. Name Fruit of the Loom Mfg. Style No. 5930 Best Cloth Mills & No. Fabric Content 50/50 Dac/Cotton Weight 5.3 oz - 17 Garrison Belt $ 13.25 lea 23 $ 304.75 yes Mfg. Name Courtland Boot Jack Mfg. Style No. Courtland Boot Jack 18 Baseball Style Cap $ 2.25 lea 1500 $ 3,375.00 yes Mfg. Name Luna Pro Mfg. Style No. BB 265 19 Optional Items: a. City Logos/Patches $ 1.56 lea $ 1.55 yes b. Name Patch $ 2.35 lea $ 2.35 c. Back Lettering/Silkscreen $ 1.75 lea $ 1.75 d. 2nd Line at Botton for N/C lea N/C Back Lettering/Silkscreen e. Additional Silkscreening: 1) City Logo $ 2.10 lea $ 2.10 2) Logo & Line $ 2.40 lea $ 2.40 3) Single Print $ 1.90 lea $ 1.90 4) Double Print $ 2.20 lea $ 2.20 5) Complex Design $ 3.75 lea $ 3.75 6) Rubberized Silk Screen $ 2.10 lea $ 2.10 % increase for the 2nd year of the contract for each item: 8 % % increase for the 3rd year of the contract for each item: 10 % Delivery/City Pick -Up calendar days 5-30 days after receipt of Purchase Orders $ 68,947.70 Approval: Prepared by Maritza Fresno Departme ' ector/Desig ee 10 12/02/97 Page 6 9 S _ 121 TIME PERIOD 1992 to Present CITY OF NIIAMI SUN AARY OF CONTRACTS AWARDED FOR: WORK UNIFORMS CITYWIDE BID NO.96-97-059 AWARDED TO: JULES BROTHER UNIFORMS, INC. NUMBER OF BIDS 95-96-060 95-96-027 (Fire) PRIOR CONTRACT AWARD: Jules Brother Uniforms, Inc. DOLLAR AMOUNTS Citywide $125,000.00 SUMMARY OF CONTRACTS. DOC b8- 121 11 CITY OF MIAMI OFFICE OF THE CI'I JRK BID SECURITY LIST BID ITEM: SUPPLY OF UNIFORM CLOTHING BID NO.: 9e-97-059 DATE BID(S) OPENED: NQVFNibFR 26- 1997 TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK IBILEY MNF. CORP. See attached bid JULIES BROS. UNIFORMS.. '" Official check # NO BID 3,350.00 ARGO UN.I•FORfl ANGELICA METRO USA SRFF SUPLY, INC. n. ors stcd 11P.Te!- rE'C4tUed t'_", Iy rTS Gf file at•�,5•£' .,,,,,• cx^*+ u f e o ^fir ares hereby re:ecfed alate." a E, �., t' �, received (� ) envelopes on behalf of PersL4recivbid(s) PURCHASING DEPARTMENT on_/!-?L `77 (City Department) (Date) SIGNED Deputy City Clerk 41 CASH CHECKS_ TOTAL 3 .3,,5-0.— — DATE '/,I ,7 CITY OF MIAMI DEPARTMENT OF FINANCE CASH RECEIPTS FORM i RECEIVED FROW. DoWmnto6vision Page / of Prepared by - rm eim � IIIIIIIIIIIINIII ■L"1!�11111111111111111 ■ IIIIIIIIIIIIIIIII�A ■�11111�11111111111 ■ 1111111111111111 � � 11111111111111111 � A � 111111111�1111111���� - 111111111111�1111 ■ ����oo�eeo 1111111111111111 jeform.xls 116600 LO L 50 3►►0 1: LO 20000 L81:8 L09 3 7 7 94 L 2 2988 ?1" THE VAWABLE TONE BACKGROUND AREA OF THIS DOCULiENT CHANGES COLOR GRADUALLY AND SrBOOTHLY FROM DARKER TO',ES AT BOTH TOP A"tD BOTTOM TO THE LIGHTEST TONE "� THE L1IDDLE JUDY CARTER Director *fttla Of 'ffltii111. RECEIVEn -97 NOV .5 P 2 21 ALCITER i. C KMAN CITY OF MIAMI, FLA. V ofi,y'3 i C unii W 70 �o FC0» 04 NOVEMBER 4, 1997 ADDENDUM NO. 1 BID NO.96-97-059 UNIFORMS CITYWIDE EDWARD MARQUEZ City Manager VIA FAX AND REGULAR MAIL This addendum is to change the opening date of the subject bid, as follows: The original opening date of November 12, 1997 at 11:00 A.M. has been changed to November 26, 1997 at 10:00 A.M. All other terms and conditions of Bid No. 96-97-059 remain the same. Sinc r ly, udy S. Carter, DIr urchasIng Department THIS ADDENDUM IS TO BE SIGNED AND DATED BY ALL BIDDERS AND SUBMITTED WITH YOUR BID AS PROOF OF RECEIPT. SIGNATURE: NAME OF FIRM: DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 BID N4) 4" -1)" WOO T tiis iddenkik- (jo change the opening date -1 the suble, t dui, as j;')iiOlAo inal opening date of Noveribet 11, 199 .00 A M h,wgPdl to November 26, 1997 at i 0-,(X) orber terms )od (:ndlrlons of Bid No. 96-9.7-059 to-miln the same SIGNATURE: NAW OF rl;kM: Kip) PkO( RA 41 ti" 4 12 Sin(.01 Oly, F. . v-1 t r 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, FI. 33133 for the following: BID NO.96-97-059 It is the intention of the City of Miami to establish a contract for the supply of Uniform Clothing, on an as needed basis for a period of one (1) year, for various City Departments. OPENING DATE: 11:00 A M. November 12, 1997 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904. Edward Marquez City Manager AD NO.4277 CITY OF MIAMI LOGO e[ CN (/F:- • �� y (r �'� q\\/`o Y�Q0.V,pp City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the dv rti m nt with this reauisition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: _ 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount O � y r— o 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment t Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink coov. UI51 HIISU T ION: white - G.S.A.; Canary - Department