HomeMy WebLinkAboutR-95-0604J-95-757
8/30/95
RESOLUTION NO. 9 5" 604
A RESOLUTION ACCEPTING THE BID OF ZIP MAILER,
INC., FOR THE FURNISHING OF MAILING SERVICES
FOR ONE (1) YEAR WITH THE OPTION TO EXTEND
FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS
FOR THE DEPARTMENT OF FINANCE/TREASURY
MANAGEMENT DIVISION, AT A TOTAL PROPOSED
FIRST YEAR COST OF $6,019; ALLOCATING FUNDS
THEREFOR FROM 1995-96 DEPARTMENT OF FINANCE,
GENERAL FUND, ACCOUNT CODE NO. 260301-533;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS SERVICE AND THEREAFTER TO
EXTEND SAID SERVICE FOR TWO (2) ADDITIONAL
ONE (1) YEAR PERIODS AT THE SAME PRICE,
TERMS, AND CONDITIONS, SUBJECT TO THE
l AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received July 24, 1995 for the furnishing of mailing services for
a period of one (1) year with the option to extend for two ( 2 )
additional one (1) year periods for the Department of
I
Finance/Treasury Management Division; and
WHEREAS, invitations for Bid No. 94-95-174 were mailed to
seven (7) potential bidders and three (3) bids were received; and
WHEREAS, the Treasury Management Division is responsible for
I
mailing thousands of bills per month and is in need of an outside
mailing service; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of Finance, recommend that the bid
+CITY COIKQSSION
MEETING OF
SEP 1 4 1995
Resolution No.
� - 604
received from Zip Mailer be accepted as the lowest responsive and
responsible bid; and
WHEREAS, funds for this purchase are available from
Department of Finance, 1995-96 General Fund, Account Code No.
260302-533;
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 July 24, 1995 bid of Zip Mailer, Inc.,
for the furnishing of mailing services for one (1) year with the
option to extend for two (2) additional one (1) year periods for
the Department of Finance/Treasury Management Division, at a
total proposed first year cost of $6,019, is hereby accepted,
with funds therefor hereby allocated from Department of Finance,
1995-96 General Fund, Account Code No. 260301-533.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order.
for this service and thereafter to extend said service for two
(2) additional one (1) year periods at the same price, terms, and
conditions, subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
- 2 -
95- 604
L
PASSBD AND ADOPTED this 14th day of September , 1995.
ATTEST:
(` WALTER J. MAN
i CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL O. DIA
DEPUTY CITY,AtTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
f
If
A.QVINNIJONES, III
CITYr AT9TPEY
W301:csk:ROD
3-
'k, a�&,
'ST HEN P . CLARK, MAYOR
95- 604
I,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUI CA=3
To : The Honorable Mayor and Members
of the City Commission
FROM : Cesar
City
w
RECOMMENDATION:
DATE : SEP - 1 1995 FILE :
SU&JECT : Resolution Authorizing the
acquisition of Mailing Services
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission pass the attach resolution authorizing the
acquisition of Mailing Services from Zip Mailer, Inc. a local, Female vendor at a total proposed
annual cost of $6,019.00 for the Department of Finance/Treasury Management Division. Funding
is available from account code no. 260301-533.
BACKGROUND:
The Department of Finance/Treasury Management Division is responsible for mailing approximately
30,000 pieces of mail per month therefore an outside mailing service is required. Bids have been
analyzed received pursuant to Bid No. 94-95-174 for the furnishing of Mailing Services on a
contract basis for a period of one (1) year with the option to extend for two (2) additional one
(1) year periods at the same price, terms, and conditions. Three (3) responsive bids were
received, one (1) Hispanic, and two (2) Females. As a result of the bid evaluation, it is
recommended that the award be granted to Zip Mailer a local, Female vendor as the lowest most
responsive and responsible bidder at a proposed cost of $6,019.00. Funds for this service are
available from account code no. 260301-533.
95-- 604
L
U I Y UI' MIAMI, hLUMIUA
I INTER -OFFICE MEMORANDUM
Judy S. Carter
To : Chief Procurement Officer DATE : FILE
Funding Approval
sueiEcr Bid No. 94-95-174
Pete Chircut
FROM : Treasury Management
REFERENCES:
ENCLOSURES:
Funding has been verified by the Department of Management and Budget to cover the cost of
furnishing Mailing Services at a cost of $6,019.00. Funding is allocated from FY'96 Account
Code No. 260301 -53-3. 509.
BUD TEARY EV�iV APPROVED BY:
Manoh'ar S. Surana, Assistant City Manager
95- 604
CC, t't ?a 1Yf M i?xll'Ci
MANOHAR S. SVRANA
Assistant City Manager
Zip Mailer, Inc-
Attn: Barbara Sanchez, President
51 37 SW 8th Street
Mlarn1, Florida 33134
r
Dear Ms. Sanchez:
a,..
+ logo 11m
C. n
july 26, 1995
Subject: Mailing Services
Bid No. 94-95.174
Section 18-52.1(h) of the City Code, As Amended, States that the City Commission may
offer to a responsible and responsive bidder, whose primary office Is located In the City of
Mlantl, the opportunity of accepting a bid at the tow bid amount, If the original bid amount
submitted by the local vendor does not exceed 110 percent of the lowest other
responsible aj d responsive bidder.
As a local vendor, your bid amount for the subject bid meets the above requirements.
Please sign below to Indicate your flrm's acceptance or rejection of the bid at the low bld
amount of S60019,Q0, subject to City Commission approval, and return the original of ft
letter and the attached affidavit signed and notarlaed to the Procurement Management
Division no later than ten ( 10) calendar days from receipt of this letter.
Accept {) Reject
Name: PtP)X4 pncl-rt
Title: ° �.
cc: Id File
Sirs rely �s r•
e
m�udy S. Carter
Chief Procurement Offlcer
Signature:.
Date:
CESAR H. OUIp
City Wrtatger
DWARIMMT OF FINANCE/ f R(X,'VRF1AEW MANAGEMEN7 DIVISION
3W 9!"ym n;Kilevard Way, Stile 210, Mixn� rt 33131.13US1579-6a45/t44; i305)SM C,053
- - I -- 6
� _ ti_ A .� l n o r Ago. 95 O-C
kj&
punz-.rt %-vrrzinueu )
L2QRTANT: BID SHEET AND ATTACHMENTS MUST BE. RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IF SECURITY IS REQUIRED, A*BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
rms: Net 30
(Include cash discount for prompt payment, if any)
ditional discount of % if awarded all items.
.rranty and/or guarantee:
livery: calendar days required upon receipt -of Purchase Order or Notice
Award.
2%-4 day. Number of calendar days required to complete work after start.
'= Depending on quantity and processing of individual job.
accordance with the Invitation to Bid, the Specifications, General Conditions, Special
nditiona, and General Information to Bidders, we agree to furnish the Item(s) at Prices
dicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
Barbara J. Sanchez Barbara J. Sanchez
Richard C. Sanchez
List principal business address: (street address)
5137 SW 8 St . Miami, F1 33134-2442
List all other offices located in the State of Fiorida: (street address)
not applicable
,lease use the back of this .page if more space.is -necessary)
MINORITY PROCUREMENT COMPj1,AN _ .
e undersigned bidder acknowledges that (s)he has received a .copy of ordinance #10062 as
ended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
plicable substantive and procedural provisions therein, including any amendments thereto.
.dder: Zip Mailer, Inc. Signature
(company.name)
►te: July 10, 1995 Print Name: Ba Pbara J. San ez
idicate if Business is 51% Minority -owned: (Check sZns, box only)
] BLACK [ J HISPANIC [x] FEMALE
AFFIRMATIVE ACT ON PLAN
firm has an existing plan, effective date of implementation: 12 /1/70
firm does not have an existing plan, the Successful Bidder(s) shall be required to
tablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. ..See* Appendix
for sample.
_dder: Zip Mailer, Inc. Signature:
(company name)
QLURE_TO...COMPLETE. SIGN,_AND RETURN. T-1I:SLEORM-MAY-D1S9!lALIE /
604
CC
ct
u
Sheet1
MAILING SERVICES
BID NO. 94-95-174
VENDOR
MINORITY STATUS
ITEM NO. 1
ITEM NO.2
ITEM NO.3
ITEM NO.3
A
B
ZIP MAILER INC
FEMALE
6,230.00*
3.35 PER M
20.00 PICK-UP
N/A
1ST CLASS DIRECT
HISPANIC
6,019.00
6.00 PER M
N/C
N/A
ALL IN ONE MAIL SHOP
FEMALE
1 8,334.00
5.00 PER M
10.00 PICK-UP
08 PG
RECOMMENDATION: ZIP MAILER IN THE AMOUNT OF $6,019.00 PER YEAR
LOCAL VENDOR
Page 1
AWARD OF BID
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
FUNDING ALLOCATION:
BID TABULATION:
BID EVALUATION:
ALL VENDORS
MINORITY/FEMALE VENDORS
Within City limits
Registered with City
Black Vendors
Located within City limits
Registered with City
Female Vendors
Located within City limits
Registered with City
Hispanic Vendors
Located within Ciyt limits
Registered with City
NON MINORITY VENDORS
Located within City limits
"No Bids"
BID NO. 94-95-174
Mailing Services
Finance
Term Contract
To assist the department in mailing approximately
30,000 pieces of mail per month.
seven (7)
three (3)
Account Code No. 260301-533
See Attached
Bid
Invitations
Bid
Mailed
Responses
7
3
4
3
1
1
4
3
1
0
0
0
1
0
2
2
1
2
1
2
1
1
0
1
0
1
3
0
0
1
0
05- 604
Page 2 of Award of E
Reason for NO BID is as follows
A t A Employment -not in the mailing service business
RECOMMENDATION:
IT IS RECOMMENDED THAT AWARD BE MADE TO ZIP MAILER, INC A LOCAL, FEMALE
VENDOR AT A TOTAL PROPOSED ANNUAL COST OF $6,019.00.
, 1e"_ . :_� ", —
Pief Procurement Offs er
60
_��� i sr
Date
/L 95 - 604
L
--------------------------------------------
DID NO- s 94-95-174
ee--_-- — r—__rN__r__—r_N_—weave---_—
DATE DID (S) OPENED: _ JULY 243 1995r___ 10: 30 a. m.---_-----r
TOTAL S I D_DOYD_jo r j .
BIDDER DID AMOUNT CASHIRR' S CHECK_we
----__N —_
ALL IN ONE MAIL SHOP
rw—__ww—•rN
See attached bid
— — — — — — — — — —
_ N------N------
---------------
11ST. CLASS DIRECT MAIL
— — —
,ZIP MAILER
We received only
sent to Procure -mint
one copy of the bid which was
nt Department
-----
--
NO BID
AlA IDEAL BUSINESS MACHINE
"Offers from the vendors list"
nhnvj;
• erein crre=e
., jam and
n y o ere
time. All
N
other offers submitted An response
to illis solicitati
wa—rw
n, if any,
eNN—
UAW h0ruby �ss��_��.•.N_r
_w_—r
Ns_—w--rw—N_—_
_ -
a._wr—w—�.—�wr
_rN wwraa
_— wwwrw—ww—`NN�I.w---rrrrw
—N NNNwww rrNw
NNN —s�
Mr--w___wN—w
r—ww_✓i•--------------
1111
.'
M—ON—.w Nww----------
.nu...N+V iijj
— N—
—N---_—wN-----r--
---
--NNr--------MM--
_�received (—L) envelopes on behalf of
(Parson re awing bids)
GSA/SOLID WASTE -PROCUREMENT DIVISION on %r2,'�
---—----------- ------ ---------
(City Department) --
I
SIGNED._ _ ---------
____ N_
(Dap ty Citylark)
R E C F
'95 JUL 24 AlO :30
W ALTER J. FOEMAN
CITY 1L E R K
CITY 0 1: '11 ^ M 1, F! A
_j
LEGAL ADVERTISEMENT
11-3 0kW6JWIZVI&II.I
Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan
American Drive, Miami, Florida 33133 not later 10.30 a.m. ]uly 24, 1995 the
furnishing of Mailing Services on a contract basis for one (1) year for the Department of
Finance/Treasury Management Division.
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.2055)
Cesar H. Odio
City Manager
1
�
tf
7
O
O
City of Miami 2055
This number must
REQUISITION FOR ADVERTISEMENT appear In the
advertisement.
,INSTRUCTIONS: Please type and attach a copy of the advertisement with this r2ouls'tion1. ,
Department: Finance/TI�ES, MGMT
2. Division:
3. Account Code number:
k 7
4 1 this a confirmation:
' S❑O Yes 121 No
5. Prepared by:
Robin Boclair
6. Size of advertisement:
legal
7. Starting date:
7/ /95
8. Telephone number:
6845
9. Number of times this advertisement is
pu I blished' one
Tyne of advertisement:'
Le al EJ Classified 0 Display
11. Remarks:
Bid NO. 94--95-174
I Mailing S�-irvices
12
Publication
V,.
Date(s) of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
M I A M3 ' q'I-MES
DIARIO LAS )UIERICAS
13.
El Approved
El Disapproved
Oepartment Director/ Desig?e'p y Date
Approved for Payment Date
1 C JGS/PC 603 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.