Loading...
HomeMy WebLinkAboutR-96-0394t t i RESOLUTION NO. 9 6939 44 A RESOLUTION ACCEPTING THE BID OF MIAMI SILK SCREEN INDUSTRIES, INC., A NON-MINORITY/LOCAL VENDOR, FOR THE FURNISHING OF UNIFORM TEE SHIRTS AND COLLARED SHIRTS, ON A CONTRACT BASIS FOR ONE (1) YEAR, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A PROPOSED ANNUAL AMOUNT OF $60,136, FOR THE DEPARTMENT OF FIRE -RESCUE; ALLOCATING FUNDS THEREFOR FROM THE FY '95-96 OPERATING BUDGET, ACCOUNT CODE NO. 280601- 075; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS ACQUISITION AND THEREAFTER TO EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICES, TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, scaled bids were received May 22, 1996 for the furnishing of tee shirts and collared shirts on a contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods for the Department of Fire -Rescue; and WHEREAS, these purchases will provide the quality of uniform shirts which have been extensively tested for the wear and tear type of work that the Fire-Rcscue garments must endure; and WHEREAS, invitations were mailed to forty nine (49) potential bidders and one (1) bid was received; and l WHEREAS, funds for this service are available from FY `95-96 Operating Budget, Account Code CITY CONMSSION MEETING OF J U N 1 3 1996 Resolution No. 96 394 WHEREAS, the City Manager, and the Director of Fire-Rcscuc recommend that the bid received from Miami Silk Screen Industries, Inc., be accepted as the lowest most responsible and responsive bid; 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 arc hereby adopted by reference thereto and incorporated herein as if fully set forth in this section, Section 2. The bid submitted on May 22„ 1996, by Miami Silk Screen Industries, Inc., for the furnishing of uniform tee shirts and collared shirts on a contract basis for one (1) year, with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount of $60,136, for the Department of Fire -Rescue is hereby accepted, with funds therefor hereby allocated from the FY `95-96 Operating Budget, Account Code No 280601-075. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this acquisition, and thereafter to extend this contract for two (2) additional one (1) year periods, at the same prices, terms and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective upon its adoption. fl~�'Z:>w VTCE-MAT"OR 'ROVED AS TO FORM AND tRECTNESS: 96- 394 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA= I TO Honorable Mayor and Members DATE: .111N 5 1996 FILE: of the City Commission susJEcr: Resolution Authorizing the award contract for Uniform T Shirts and Cesa Collared Shirts FROM: City L REFERENCES Bid No. 95-96-091 ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission pass the attached resolution accepting the bid of Miami Silk Screen Industries Inc., a Non-Minority/Local vendor located at 1450 North Miami Avenue, Miami, Florida 33136, as the only responsible and responsive bid to provide Uniform T Shirts and Collared Shirts, in accordance with Bid No. 95-96-091. Services to be provided to the Department of Miami Fire Rescue on --a contract basis for one year with the option to extend for two additional one year periods, subject to the availability of funds. Funds are available from the FY 95-96 operating budget of Miami Fire -Rescue Account No. 280601-075. BACKGROUND: On May 7, 1996 forty-nine (49) bids were mailed to potential bidders. On May 22, 1996 one (1) bid was received from Miami Silk Screen Industries Inc., a Non-Minority/Local Vendor for the furnishing of Uniform T Shirts and Collared Shirts. The Department of Fire Rescue has analyzed the bid received and pursuant to the conditions and specifications in Bid No. 95-96-091 it is therefore recommended that the award be granted to Miami Silk Screen Industries Inc. the only responsible and responsive bid. The Uniform Collared (Polo Style) Shirt and Uniform T Shirt are both a part of the standard issue Miami Fire Department Uniform and the current supply of these shirts is depleted. 96- 3941 u CITY OF MXAMY, FLORIDA BID NO. 95-96'-091 BID SHEET (Continued) BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPS IDENTIFIED BY BID NUMBER, TIME AND DATE OF OID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms:*? (Include cash discount for prompt payment, if any) Additional discount of if awarded all items. (Warranty and/or guarantee: Delivery: ?b calendar days required upon receipt of Purchase, Order or Notice of Award. Number of calendar days required to -complete work after start. .In accordance with the Invitation to Bid, the Specifications, General conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address). b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MINARTM( PRQCt7R1RM&= =BY.IANG7s The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of i and agrees to comply with all applicable substantive and procedural provisions therein, clu ng y amendments thereto. Bidder:Signature: (company name) Date: , �E{q�Print Name: Indicate if Business is 51% Minority -owned: (Check 2= box only) f [ ] BLACK [ ] HISPANIC [ ] FEMALE j AEEr nR&TTVE ACTTON_ PLAN If firm has an existing plan, effective date of implementation: !�'� i If firm does not have an existing plan, the Successful Sidder(s) shall be required to establish an -Affirmative Action Policy, pursuant to Ordinan 10062 as amended. See Appendix j I for sample. Bidder: 5N1'4_Az R�.�<o�s�o . Signature: (company name) FAILURE TO COM@LE-TE, SIGN, AND RETURN THIS FOR MAY DISQUALIFY THIS BID.. 3"" t 96- 394 BID NUMBER: #95-96-091 COMMODITY / SERVICE: UNIFORM T SHIRTS AND COLLARD SHIRTS Chief Kemp Tel: 575-5216 DEPARTMENT/CONTACT PERSON: FIRE RESCUE DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE ID The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Procurement Management Division (PMD). The user department (s) is required to complete all remaining ' sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to PMD. Within 5 days. FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD, ATTN: Bid/Contract-Section, at 579-6853. These forms will be utilized by PMD to prepare the resolution memo and the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to PMD immediately. Emergency procurements are exempt. Contact Maritza Fresno of the Bid/Contract Section at 579-6845 should you have any questions. i APPROVAL TO FORWARD TO DEPARTMENT/OFFICE : i, i f f i BIDRECOM.DOC 5116196 PAGE 1 OF 2 PAGES 5 96"-3.94 BID AWARD RECOMMENDATION FORM BID NUMBER: 95-96-091 COMMODITY/SERVICE: UNIFORM T SHIRTS AND COLLAPSED SRI ' DEPARTMENT/DIVISION: FIRE RESCUE - SUPPORT SERVICES DIVISION TERM OF CONTRACT: ONE YEAR WITH THE OPTION TO RENEW FOR TWO ADDITIONAL ONE YEAR R. NUMBER OF BIDS DISTRIBUTED: 49 NUMBER OF BIDS RECEIVED: 1 METHOD OF AWARD: To thQ nn]y rPsnnncivP Lnri rpc�ln#Sable biddex STATUS: CONTRACT VALUE: Non/Minority-Local Vendor TOTAL: THE (FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Uniform Collared (Polo Style) Shirt and Uniform T-Shirt are both a part of the standard issued Miami Fire Department Uniform. Our current supply of these shirts is depleted. ` ACCOUNT CODE(S): 2 8 0 6 01- 0 7 5 0 too, 13i$ DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: Director/ / Manohar S. Sur n a a Ju y carter Assistant City Manager Chief ro urement Officer 1 OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 PAGES 96- 394 ITEM 1 RUSSELL ATHLETIC Proweight Deluxe Uniform T-Shirt Modle #65818MI ITEM 2 RUSSELL ATHLETIC Uniform Collared Shirt Model #T3550 RB ~� BID NO. 95-96-091 ~' UNIFORM T SHIRTS AND COLLARED SHIRTS TABULATION OF BIDS VENDOR: MIAMI SILK SCREEN INDUSTRIES, INC. NON/MINORITY - LOCAL VENDOR 1450 NORTH MIAMI AVENUE MIAMI, FLORIDA 33136 Est, Annual Quantify Unit Size: S - XL $10.75 Each 1080 Size: XXL $12.25 Each Size: S - XL $17.25 Each 2185 Size: XXL $19.75 Each Approved by• L47 Department Director/Designee 7 96- 394 ALL VENDORS AWARD OF BID BID NO. 95-96-091 UNIFORM[ T SHIRTS AND COLLARED SHIRTS FIRE RESCUE Contract for one year with the option to extend for two additional one year periods. These shirts are standard issue for the Fire Departent Uniform and the current supply is depleted. Forty Nine (49) One (1) Fire Department FY' 95/96 Operating Budget Account No. 280601-075 Bid Invitations Bid Mailed Responses E9 1 MINORITY/FEMALE VENDORS 16 0 Within City limits 4 0 Registered with City 16 0 3 0 3 7 2 7 20 1 13 0 0 0 0 0 0 0 0 1 1 0 0 7 96-- 394 9 Reasons for "No Bid" was as follows: 1. Raeford Uniform Fabrics Co. - "Items specified not currently available." 2. Fechhemer. -"Unable to bid at this time." 3. Metro Distributors. - "Direct suppliers are participating therefore can not be competitive." 4. Tidewater Police & Sportsman Supplies . - "Unfortunately do not offer this product." 5. E R & T Supply, Inc. - No Reason Given 6. Outdoor Outfits. - "Currently not manufacturing any items on the bid." 7. Ameridan ID Products. - "Not prepared at this time." RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO MIAMI SILK SCREEN INDUSTRIES INC., A NON/MINORITY LOCAL VENDOR AT A PROPOSED t AMOUNT OF $60,136.00.' 5 ate Page 2 96- 394 DID--- DDCORI?T LIST ------------- AID =?L�R UNIFORM T SHIRTS AND COLLARED SHIRTS FOR THE FIRE -RESCUE .--------rr.�A--MN—M—---r----PN—MNN— DEPARTMENT M.rNMAAr rOAPwPNNN---Arm—w�—AAA—N—rr--MNOM--rr BID s0. 95-96-091 02EN8D, MAY 22, 1996 11:00 AM DATEDID (.S ) M—NMNA—rr----NNMN —rAr—Nr—N-----rr--N-----rr— A?AL �3n DaMD�es2 �'�-- ��� rA—r—rPr— — MIAMI SILK SCREEN, IND. —NOr --N--.---r--- NO BID: —MAN RAEFORD UNIFOW FABRICS E R & T SUPPLY, INC. FECE HEIMER METRO USA DISTRIBUTORS TIDEWATER POLICE & SPORTMAN SUPP. Ar-.PeAr- OUTDOOR OUTFITS N—AN—A NNM AMERICAN I.D. PRODUCTS, INC. A--�s----.--o-r P-N--- --N--aw-- ers trom a vend. recesved iin 1 n of�'-S s str -Ter n- wre 3:t�-�R.' �i Me, 7 o erg s -- di_&L --- other offers submitted in response to this solicitation, if any, AM—M—AMA--r-- AN-----rN—�M-- --AAUP--- NN--rMA--N— N—AM—NAO MAMA ' ...��d ZEL N—N NMN— • -- M�—OPA—MAO—A -------A—r Nam— A --.M—NA—+---N N— -- - received ` eaveiopes oa behalf of at og ide) >> GS /SOLID WASTE -PROCUREMENT DIVISION Da 2Z _�,��_�_ —.Y--AM—A—A—APNN—O—N—i►—r M— N — — (City Departaest) 9 I ON -- ------ -- --- (Deputy ty Clark) a _ �'... ,.._' t_ ., . . ,_.._ A LEGAL ADVERTISEMENT L'� 1 tor it ,-- BID N0.95-96-491 � .� % C7 Sealed bids will be received by the City Clerk at his office locat wt ak Hall, 3500 Pan American Drive, Miami, Florida 33133 note- Iatgr than May 22. 1996 at 11:00 a.m. for the furnishing of Uniform T Os am Collared Shirts for the Fire -Rescue Department on a contract baslsr o& (1) year. L to Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non -responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51% of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City. reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readvertise. (Ad No. 2138) Cesar H. Odio City Manager