HomeMy WebLinkAboutR-95-0490J-95- 586 g rJ "" 490
06/14/95 RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF JD
CREATIONS AND MANUWTURING FOR THE
FURNISHING OF EMPLOYEE SERVICE AWARDS, FOR
THE DEPARTMENT OF PERSONNEL MANAGEMENT AT A
TOTAL PROPOSED ANNUAL COST OF $9,096.00;
ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE
NO. 270101-692; 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 March 27, 1995 for the furnishing of employee service
awards for the Department of Personnel Management; and
WHEREAS, invitations for Bid No. 94-95-095 were mailed to
fifteen (15) potential bidders and two (2) bids were received;
and
WHEREAS, this purchase will recognize City of Miami
employees for their hard work, dedication, and loyal service; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of Personnel Management, recommend that
the bid received from JD Creations and Manufacturing be accepted.
as the lowest responsive and responsible bid; and
WHEREAS, funds for this purchase are available Account Code
No. 270101-692; and
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
My COHI MSSION
MEETING OF
J U L 1 31995
mevIudQ4 in. .
g5- 490
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 March 27, 1995 bid of JD Creations and
Manufacturing for the furnishing of employee service awards at a
proposed amount of $9,096.00, is hereby accepted, with funds
therefor hereby allocated from Account Code No. 270101-692.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for this service.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 13th
_ day of July , 1995.
(Z A-5:2. Q,I-
ST PHEN P. CL RK, MAYOR
-2-
95- 490
OF BID
AWARD
Bid No.
94-95-095
ITEM: Employee Service
Awards
DEPARTMENT: PersonnelManagement
TYPE OF PURCHASE: One (1) year contract with the
option to
extend for three
(3) additional one (1) year
periods.
REASON: To recognize City of Miami employees
for their:
hard work, dedication and
years
of loyal
service.
POTENTIAL BIDDERS: '15
BIDS RECEIVED: 2
TABULATION: Attached
FUNDS:. Account Code No.
270101-692
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
15
2
MINORITY/FEMALE (M/F) VENDORS..........
s
0
Within City limits ..................
2
0
Registered with City ................
8
0
Black (B) Vendors .. ... ...............
0
0
Located within City limits.......
0
0
Registered with City .............
0
0
Female (F) Vendors.... ............
6
0
Located within City limits..........
0
0
Registered with City.. ............
6
0
Hispanic (H) Vendors.. .... ..
2
1
Located within City limits..........
2
1
Registered with City ...............
2
1
NON MINORITY (NM) VENDORS ..............
7
1
Located within City limits..........
1
1
"No Bids". . .........................
-
4
a
95—
490
BID TABULATION
A. ITEM COST COMPARISON
SERVICE EMBLEM
SERVICE EMBLEM UNIT
COST (QUOTED)
ITEMS
ROBBINS COMPANY*
J.D. CREATIONS**
5 yr
Service Award
3.24
4.85
10 yr
Service Award
4.83
4.85
15-yr
Service Award
6.17
6.95
20 yr
Service Award
6.17
8.65
25`yr
Service Award
62.04
48.00
30 yr
Service Award
63.38
49.95
35 yr
Service Award
80,25
'- 72.15
40-50
yr Service Award
115.11
84.90
35 yr
Mens Ring
318.33
142.70
35 yr
Ladies Ring
311.33
141.65
40-50
yr Mens Ring
358.06
142.70
4�-50
yr Ladies Ring
350.51
141.65
Total. 1,679.42
B. ITEM REQUIREMENTS
QUANTITY/
ESTIMATED COST
UNIT COST
J.D. CREATION
5
yr. Service Award
344 @ 4.85 ea
1,666.40
10
yr. Service Award
319 @ 4.85 ea
1,547.15
15
yr. Service Award-
144 @ 6.95 ea
1,000.80
20
yr. Service Award
218 @ 8.65 ea
11885.70
25
yr. Service Award
53 @ 48.00 ea
2,544.00
30
yr. Service Award
9 @ 49.95 ea
449.55
Total.
9,095.60***
*
Robbins Company's
bid prices are calculated using $450/oz
gold,`$10.00/oz silver
**
J.D. Creations bid
prices are calculated using $400/oz gold
***
Actual prices will
fluctuate with the
price of gold and
silver
C &
P 6/95
95- 490
-Sr ,
HEEi 6;ntinued)
yQ$'gs BID SHEET ATTACHMENTS MUST BE R �TRrTSD IN TRIPLICATE IN THi
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIRE AND DATE OF BID OPENING,
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED -UNLESS THE DEPOSIT OI
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: 30 �� ys (Include cash discount for prompt payment, if any)
Additional discount of Nr % if awarded all items.
warranty and/or guarantee: 11ePz,9rcwENT Q,trtd o,o MY v0,cwe ,¢iNG- E2RaR
Delivery: SO calendar days required upon receipt -of Purchase Order or Notic(
of Award.
A O-3 0 Number of calendar•days•required to complete work after start.
In, accordance with the Invitation to Bid, the Specifications, General conditions, Sgecia
conditions, and General Information to Bidders, we agree to furnish the Items) at Price
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S)t
u N JOMI AJ QC-
Jes�s �8
a) List principal business address: (street address.)
oaE Al CF. RRsr .SY-aee7' M6-7/lom,9I/ 6LI S01Tc 'ea0/
b) Li all other offices located in the State of Florida: (street address)
(N
(Please use the back of this page if more space is -necessary)
MTNORT�[w_ PROD TRRMPMT COMP •.2 NCE
The undersigned bidder acknowledges that (s)he has received a ,copy of ordinance #10062
amended, the Minority' Procurement ordinance of the City of Miami and agrees to comply with a
applicable substantive and procedural provisions therein,.including any amendments thereto.
Bidder: Z_- b. CREArroNS Signature:. _
Dates 3 - ? s- yy Print Name: Sys us H y
Indicate if Business is 51% Minority -owned: (Check Q bo* only)
[ J BLACK ( HISPANIC. [ J FEMALE
AFFT MATTVE ACTION PI -AN
If firm has an existing plan, effective date of implementations Apktc
If -firm does not have an existing plan, the Successful Bidder(s) shall be required
establish an Affirmative -Action Policy, pursuant to-ordinande #10062 as amended. 'See Appenc
I for sample.
Bidder: -. b . L R C ,4�n O-A) S Signature.,
(company name)
FAILURE TO COMPLETE,N, AND R T-URN THI'S FORM MAY DISQUALIFY THIS BID.
95- 490
4i4y"
at ;,
.CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM CA=1 1
TO : The Honorable Mayor and DATE : JUN 2 9 1995 FILE
Members of the City Commission
SUBJECT : Bid #94--95-095
FROM : Cesar O REFERENCES:
City ger ENCLOSURES
RECOMMENDATION.
It is respectfully recommended that the City Commission adopt a
resolution accepting the bid of the lowest responsive and
responsible bidder, J.D. Creations and Mfg., 14 N.E. 1st. Avenue, a
local minority vendor to supply service awards to the Department of
Personnel Management, at an estimated cost of $9,096. The contract
shall be effective for a one (1) year period and renewable for
three (3) additional one (1) year periods.
BACKGROUND.
The Department of Personnel Management coordinates an annual
Service Awards Program to recognize City of Miami employees for
their hard work, dedication and years of loyal service. Acceptance
of this bid will allow for the purchase of the service awards to be
presented to employees.
Amount of Bid: $9,096
Cost Estimate: $9,096
Source of Funds: 270101-692
Minority Representation: Hispanic, City of Miami vendor.
95- 490
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To Manohar S. Surana June 13. 1995 FILE
DATE :
Assistant City Manager
SUBJECT : Bid Evaluation
#94-95-095
FROM REFERENCES
AnOyyManag
Assistant i r ENc�osuREs
This department has verified, with the Department of Finance,
that funds are available to cover the cost of the subject bid
in the amount of $9, 096, Account Code 270101. 692.
BUDGETARY REVIEW AND APPROVED BY:
V
anohar S. Surana
As istant City Manager
95- 490
SID SECURITY LIST
DID ITINt DEMOLITION OF ONE TWO STORY"CUMMERCIAL STRUCTURE-----
N—N---r—r----------------r.---------------------i—re—
.BID ISO. s 94-95-118
------- --a--_N—N---N_Nri--
DATE SIDS) OPSNED t NMA.Y lj_1995_-_ 11:00 a`-m_-----r-N-
----------------r r-r—
t
TOTAL DID BOND(
SIDDER DID AWOV1lT CSSHIRR'S CDSCX_-_
VASALLO-CONSTRUCTION INC. ---sa—See--- attached bid
NN _--l--- Nlr—i—NNN—�ww
N.A. LAND CLEANING, INC.
DEMOLITION MASTERS "
ALLEN JUELLE INC.
NO BID
aw---N'— r—rr_.s—lr—rsN aw.--ram
ALCO TRUCKING SERVICES, INC.
!—MOAN——MOOiNr NO�s
Offers from the vendors listed
recelxr,d jimgiv as of.t}s�.�abazca
other offer' submitted in response
�----
herein are the
a�eaca;dw@
to this solicitat:o
-------------O
:ply offers
" • fit} N
, if any,
--—r�.0—_—
0
--O---O_—_— w—O—i—r------0 -- 00_O—ww�OlOr•p�.N
ON—ON--N—N—a_ —N--wN—MOO—--O—O—O—NN—wOi.
—l-------------l— —Oft•-4O^ONNOOONOO
�%j./�\•1� .mod
-----N-- ,. ON NN----O---- 00—O—i— ✓—O—O—� 00
----w.w---NN——w-------a�N--—NNsw�.—s --r---
----------------NN—NN
�---ON----O NNO----MN—O—O—N--N--11-----N
—0-----0-----�---00 -----—_—N-------------N--
received ( ) envelopes on behalf of
`PArsoa reee/liaE bids)
GSA/SOLID WASTE -PROCUREMENT DIVISION on
r--wre n t) r—_—a—.r----N—r-- _--Nrfr— ---
(City Department) ----------------
SIGNEDt
r_—N—
.
i
RECEIVED << IY
LEGAL ADVERTISEMENT
BIb 'NO. 94 95--1'1g , .9 APR 12 P3 :27
Sealed bids will be received by the City of. MAI ''TClerk at
her office located at CityHall 3500 Pan Am
Florida 33133 not later an 11 ,.:(?p Miami,
to
establish a,short ,term contract -'for the furnishing o a' labor,:
'materials . and equx.pment for the; DOMOlIL `ion : ;of One (1) "Two Story r
Commecaa`l Structure:'. for the Department of 'Planning "Building '`arid
Zrni'ng.'� ;�, .
Bids 'submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.'
Ordinance No. 10062E as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods 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,-139Q
N.W. 20th Street, Second Floor, Telephone 575-5174.
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 charter
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
Miamimust provide a copy of their City Occupational License with
their bids
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 2002)
Cesar H. Odio
City Manager
s
"ifil.
1
DID __SECURITY LIST
DID ITIN =
_-___r-r---------------.._.a-_r-----_r_r_-_--r-_
DID g0. s 94-95-117
r.w..._r_r___w__w__ _rw-r_ r --_r-w_N.w�w
DATE DID(S) OPENED: __AAPRILr26 = 1995 10:30 a.—m_----
------_r___:.__—_----_—
tt
TOTAL AID ffiOlib�or�i
KIDDER DID ANORi1T IMORR„S CHECK___
—
-------------- -- -----7----------_ ----------
(Cit' Depart�aat) -.-
SIGNEDt
*putt' Cft�%Clark)
r 1L
LEGAL -ADVERTISEMENT :.17
Sealed bids will be received by the City of Miami"'cftt diLLr�:24t
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than AP TT . 1995 ;for; the
furnishing of vne (1) Unmarked Prisoner Transport Vail,,Ias or,equal
to Ford Model kE b Van for the Department of Polici:NiY
Bids submitted past such deadline and/or submitted to any other
location or office, shall be deemed not 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
Goods ;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, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
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 charter
and tax return and any other documents to verify the location of
the firm's primary office.
Allvendorswhose primary office is located within the City of
Miami must provide a copy of their City Occupational License with
their bids.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 NW 20th Street, Second
Floor,'Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1998)
Cesar H. Odio
City Manager