Loading...
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