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