Loading...
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.