Loading...
HomeMy WebLinkAboutR-94-0548J-94-552 7/13/94 9 4" 548 RESOLUTION NO. A RESOLUTION ACCEPTING THE BIDS OF NINE (9) SUPPLIERS FOR THE FURNISHING OF SPECIFIED STOCK AND NONSTOCK OFFICE SUPPLY ITEMS, AS NEEDED, ON A CONTRACT BASIS FOR ONE (1) YEAR TO THE GENERAL SERVICES ADMINISTRATION AND SOLID WASTE DEPARTMENT, PROCUREMENT MANAGEMENT DIVISION/STOCKROOM, AT A TOTAL PROPOSED COST OF $192,000.00; ALLOCATING FUNDS THEREFOR FROM THE 1994-1995 INTERNAL SERVICE FUND -CENTRAL STORES ACCOUNT NO. 420801-700; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE MATERIALS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received June 6, 1994 for the furnishing of specified stock and nonstock office supply items, as needed, on a contract basis for one (1) year to the General Services Administration and Solid Waste Department, Procurement Management Division/Stockroom; and WHEREAS, invitations were mailed to twenty-five (25) potential suppliers and nine (9) bids were received; and WHEREAS, funds for these supplies will be available from the 1994- 1995Internal Service Fund - Central Stores Account No. 420801-700, subject to availability; and WHEREAS, these materials will be used by the Procurement Management Division/Stockroom for the purpose of maintaining an inventory of office supplies for distribution to all City Departments on an as needed basis; and CITY COMMISSION MEE a',." G OF J 191 � �r 1919�# Revolution No, 94- 548 WHEREAS, the City Manager and the Assistant City Manager in charge of the Department of General Services Administration and Solid Waste recommend that the bids received from XIPS Corp., RC Enterprises, Martin Associates, Barnett's Office Supply, Apricot Office Supply, Cascade Development Corp., Trompex Corp., Miritech International, N & K Enterprieses be accepted as the lowest responsible and responsive bids; 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 June 6, 1994 bids of the following several suppliers for the furnishing of stock and nonstock office supply items, as needed, on a contract basis for one (1) year, to the General Services Administration and Solid Waste Department, Procurement Management Division/Stockroom7 at a total proposed cost of $192,000.00 are hereby accepted, with funds therefor hereby allocated from 1994-95 Internal Service Fund/Stockroom Account No. 420801-700 , subject to the availability of funds: STOCK ITEMS BIDDER/Minority Classification #of Items Awarded Amount 1. RC Enterprises (B) 19 $11,524.08 2121 W Oakland Park Bvd. Ft. Lauderdale Fl 33311 2. Martin Associates (B) 19 15,856.66 2400 South Military Trail Deerfield Fl 33442 -2- 94- 548 i. L, 3. Barnett's Office Supply(F) 8 4,743.00 P 0 Box 520 Hialeah F1 33011 4. Apricot Office Supply (B) 72 26,967.00 386 NE 191 Street Miami, Fl 33179 r 5. Cascade Deevelopment Corp. (B) 1 69.26 6600 NW 27 Avenue #121 Miami, Fl 33147 6. Trompex Corp. (B) 12 22,007.61 P 0 Box 8814 Coral Gables, F1 33124 7. XIPS Corp. (F) 15 16,264.28 10401 NW 28th Street Miami Fl 33172 B. Miritech International (B) 4 5,350.60 10835 SW 112th Avenue #102 Miami F1 33176 9. N & K Enterprises (B) 15 6,535.68 1495 NE 129th Street North Miami F1 33161 SUBTOTAL 165 $10 9 , 318 . 17 < NONSTOCK ITEMS Bidder/Minority Classification Discount Offered 1. RC Enterprises (B) 35% 2121 W Oakland Park Bvd. Ft. Lauderdale F1 33311 t 2. Martin Associates (B) 30% 2400 South Military Trail; Deerfield F1 33442 3. Barnett's Office Supply (F) 30-50% P 0 Box 520 Hialeah F1 33011 4. Apricot Office Supply (B) 32% 386 NE 191 Street Miami, F1 33179 -3- 94- 548 i 5. Cascade Development Corp. (B) 6600 NW 27 Avenue #121 Miami, FL 33147 6. XIPS Corp. (H) 10401 NW 28th Street Miami, FL 33172 7. N & K Enterprises (B) 1495 NE 129th Street North Miami, FL 33161 SUBTOTAL $ 82,681.83 GRAND TOTAL AWARD $192,000.00 Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for these supplies, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 26th day of Julv , 1994. S EPHEN P. C K, MAYOR A TTLI -- MA TY HIRAI CITY CLERK PREPARED AND APPROVED BY: RAFA DIAZ C ' DEPUTY CITY ATTORNW APPROVED AS TO FORM AND CORRECTNESS: A! QJNN J 9S , 111 CITY TTO EY 94- 548 CITY OF MIAMI, FLORIDA i INTER -OFFICE MEMORANDUM 3 Honorable Mayor and Members JUN 22 19 To ` of the City Commission DATE FILE Bid No., 93-94-105-M/WBE SUBJECT :City Wide office Supplies FROM : Cesar H. Odio REFERENCES: City Manager ENCLOSURES: RF OM14ENDATIQN: It is respectfully recommended that the City Commission pass the attached resolution awarding contracts to nine (9) suppliers for the furnishing of Office Supplies on a contract basis for one (1) year, to the lowest responsible and responsive bidder in accordance with Bid No. 93-94-105-M/WBE. Award of 165 stock items is to nine (9) minority companies for an estimated amount of $109,318.17. Nonstock items which total approximately $82,681.83 will be purchased on an "as needed" from seven (7) minority vendors who have provided the City with acceptable discounts up to 50%. Tie bid awards are recommended to those vendors who are in closest proximity to the Central Stores location. Listed below are the awards recommended to be made: STOCK ITEMS BIDDER/Minority Classification #of Items Awarded Amount 1. RC Enterprises (B) 19 $11,524.08 2121 W Oakland Park Bvd. Ft. Lauderdale F1 33311 2. Martin Associates (H) 19 15,856.66 2400 South Military Trail Deerfield Fl 33442 3. Barnett's Office Supply(F) 7 3,468.00 P 0 Box 520 Hialeah F1 33011 4. Apricot Office Supply (B) 71 26,831.00 386 NE 191 Street Miami, F1 33179 5. Cascade Deevelopment Corp. (B) .3 105.26 6600 NW 27 Avenue #121 Miami, F1 33141 3-1 94- 548 Honorable Mayor \d Members of the City Commission page 2 6. Trompex Corp. (B) 12 22,007.61 P 0 Box 8814 Coral Gables, F1 33124 ?. XIPS Corp. (H) 15 16,264.28 10401 NW 28th Street Miami F1 33172 8. M4 r ! teC' International ( B ) 4 5,350.60 10835 SW 112th Avenue #102 Miami F1 33176 9. N & K Enterprises (B) 15 6,535.68 1495 NE 129th Street North Miami F1 33161 SUBTOTAL 165 S109,318.17 NONSTOCK ITEMS Bidder/Minority Classification Discount Offered 1. RC Enterprises (B) 35% 2121 W Oakland Park Bvd. Ft. Lauderdale F1 33311 2. Martin Associates (H) 30% 2400 South Military Trail Deerfield F1 33442 3. Barnett's Office Supply (F) 30-50% P 0 Box 520 Hialeah F1 33011 4. Apricot Office Supply (B) 32% 386 NE 191 Street Miami, F1 33179 5. Cascade Development Corp. (B) 30% 6600 NW 27 Avenue #121 Miami, F1 33147 6. XIPS Cor-. (H) 30-45% 10401 W'8th Street Miami F_ i3172 7. N & K Ern- uprises (B) 30% 1495 NE ..9th Street North Miami F1 33161 SUBTOTAL $82,681.63 94- 548 Honorable Mayor ld Members of the City Commission page 2 GRAND TOTAL AWARD S192,000 .00 BACKGROUND: The General Services Administration and Solid Waste Department has analyzed bids for office supplies received pursuant to Bid No. 93-94-105-M/WBE for the furnishing of 165 items which were specifically listed in the bid and are stocked in Central Stores and nonstocked items which were not specifically listed in the bid, but will be purchased from the lowest bidder at the time of need based on prevailing process and discounts offered to the City under this bid. This bid was designated a set aside for Black, Female or Hispanic vendors registered and currently certified with the City of Miami's Minority/Women Business Enterprise Program, the State of Florida, or any of its political subdivisions, agencies or municipalities. All vendors not already certified as above, must be certified prior to submission of bid. If certified, proof of current M/WBE certification was required. The Department of General Services Administration and Solid Waste, Procurement Management Division maintains an inventory of Office Supplies and forms which are issued to various City Departments. volume purchasing of these supplies and the operation of this system produces a substantial savings in purchasing costs and man-hours. Funds for these purchases are available in the 1994-95 Internal Service fund Central Stores, Account Code No. 420801-700. 94- 548 VV11 wV V'1 K/14 V.- v . 1 v. u...i •"' •"' " ' SM BY:CITY OF M I U 1 ":') ; 6- 21-9t ; S : 43!'M ; FROC URBIE T # 11, 1 OTtY OF MIAMI, FLC1 IDA INTEROFFICE IMWOMNQUM TV Judy 6. cartor Chief Procurement offlous FILE Pox f urnish3 ng of Of £kce euaur:T !3upp1 iea on a Citywide basis Bid No. 93-94w105- M/Wall FROM ' FtCPEhtr*E5 : non E . Wil limus CNCI tldlfRF6 ASeietant City kanager The Department of rkinaral Sorviaea &dministrat<:ion anti Solid Waste has verified avallablea fundl ng with the Aeparrmont of 8adoot that fund* are availabZ(a to covex the cast of t}1e subject bid in tho mount of $192,000.00, Fund* will be available from the Irr 94-95 General Svrv.icav AmciImLsti:ation and $alld Waste/Central Storve Account No. 420001-700. BUDGETARY REVIEW k APpauvi:o 8Ys o Dario sureha, Ai s-tannt City Managor Dep aut of Martalgamant rind Sudgat F."m trend tic 1 ��'�i CITY OF MIAMI, FLORIDA b1L Irv. BID SHEET (Continup4) IMP RTANT: BID SHEET AND ATTACHMENTS MUST L., RETURNED IN TRIPLICATE I: ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPE IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOS BOND IS SUBMITTED IN THIS ENVELOPE. Terms: n�I- '� (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. Warranty and/or guarantee: � �'\_ �- C r- t Delivery:-2—calendar days required upon receipt of Purchase Order or r of Award. Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, ; Conditions, and General Information to Bidders, we agree to furnish the Item(n) at 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 addres (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT iMP .TAN The undersigned bidder acknowledges that (s)he has received a copy of Ordinance ail amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply t applicable substantive and procedural provisions therein, including any amendments them Bidder: Signature: (company name) Date: _� ��t} Print Name: Indicate if Business is 51% Minority -owned: (Check one box only) BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIME ACTTON PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be regt establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See I for sample. r. r Bidder: ( ?�,`7C << Signature: ( company name) 4� r FAILURE T"DMP_LETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. IAMI, FLORIDA ET (Continued) (#� i BID NO. BID SHEET AND ATTACHMENTS MUST BE RETURNbo 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. j.ms: 4& Include cash discount for prompt payment, if any) iitional discount'of if awarded all items. --ranty and/or guarantee: livery:_ -247calendar days required upon receipt of Purchase Order or Notice Award. Number of calendar days required to complete work after start. accordance with the Invitation to Bid, the Specifications, General Conditions, Special editions, and General Information to Bidders, we agree to furnish the Item(s) at Prices 9icated on the attached bid sheet(e). principalList - �A�SOF COMPANY OFFICER(S)�.- address) List all other offices located in the State of FloAda: (street address) Please use the back of this page if more space is necessary) MINORTTY PROCUREMENT COMPLTA= ie undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 of nended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all pplicable substantive and procedural provisions therein, including any amendments thereto. idder: \q-b Signature: (company name) I a1 _ late: 6. Print Name: .ndicate if Business is 51% Minority -owned: (Check Qnp- box only) BLACK [ ] HISPANIC ftJ FEMALE APEIRMATIVE ACMION RUN f firm has an existing plan, effective date of implementation: tf firm does not have an existing plan, the Successful Bidder(s) shall be required t establish an affirmative Action -'Policy, pursuant to Ordinance #10062 as amended. See Appendi I for sample. APRICOT OFFICE SUPPLIES Bidder: _ Signature:(company name) rATI tier' Tn rnMPLETE_,_�IGN. AND RETIRN THIS FORM MAY DISOUA 1FY THIS DID• % TIIAMI, FLORIDA J T (Continued) BID NO. 93-94-105-M/WBE 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. Terms: N A _(Include cash discount for prompt payment, if any) Additional discount'of N A if awarded all items. Warranty and/or guarantee: 1O O 04 Delivery: 10 calendar days required upon receipt of Purchase Order or Notice of Award. 15 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 Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Ot:�-o a) List principal business address: (street address) iSZa� W 10b iaRR G19 Mf',,a\Ak FL 9 b) List all other offices located in the State of Florida: (street address) N c) N E (Please use the back of this page if more space is necessary) L1T_NORITY PROCURPMRNT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: i P-0 SYl PEX C-O R_P. signature: (company name) Date: (o - 5 — c1 q Print Name: Indicate if Business is 51% Minority -owned: (Check one box only) [✓] BLACK [ ] HISPANIC [ ] FEMALE If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the .Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: �� [�'1 � Ex C,0 P-C• Signature:_ (company name) / 7 94-- 548 FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. IAMI, FLORID? 4W.T (Continued) BID SHEET AND ATTACHMENTS &TACdED ENVELOPE IDENTIFIED BY BID IF SECURITY IS REQUIRED, A BID WILL BOND IS SUBMITTED IN THIS ENVELOPE. BID NO. 93-94-105-M/W MUST BE RETURNED IN TRIPLICATE IN THE NUMBER, TIME AND DATE OF BID OPENING. NOT BE ACCEPTED UNLESS THE DEPOSIT OR Terms: 3� (include cash discount for prompt payment, if any) Additional discount of if awarded all items. Warranty and/or guarantee: ,v,s Fvpe,e Delivery:1-16 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 Item(s) 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) MINORITY P_ RQCIMEMENT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with al applicable substantive and procedural provisions therein, inc dingD any amendments thereto. Bidder: X/P.5 G­0)e.0 Signature: �' za (compa y name) Date: 7 �- �, /G yf� Print Name: �/���"`�,) Indicate if Business is 51% Minority -owned: (Check one box only) [ ] BLACK VC] HISPANIC [ ] FEMALE AZEIRMAT_IVP' A=ION PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required t establish an AffirnR Wf ion Policy, pursuant to Ordinance #10062 as amended. See Appends I for sample. W 10401 N.W. 2S St. _ �� Bidder: _ Miami, FL. 33172. Signature: ' ( company name) 94 8 FAT-1 IIRF TO COMPLETE, SIM.-AND—ETURN THIS FORM MAY DISQUALIFY THIS BID. 1 ...c.�I ��s` F MIAMI, FLORIDAji, HEET (Continued) 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. Terms: 2 90 NE gD(Include cash discount for prompt payment, if any) Additional discount of Warranty and/or guarantee: % if awarded all items. Delivery:.q-i� 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 Item(s) at Pricee indicated on the attached bid aheet(s). NAMES OF COMPANY OWNER(S): I I To k N114Z1 K 1 NAMES OF COMPANY OFFICER(S): �I I loE M) Z10 P2ES) bEA) 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) The undersigned bidder MINORITY acknowledges pR 1 RMRNT COMPL•TANCE 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 : N11 k 1 TE-Ct) EN —IL, L L C. • Signature: IC (company name.) Date: M !t `( ((o ( q q q Print Name : _ 1 1 1 0E M) IRI K I Indicate if Business is 51% Minority -owned: (Check ana box only) [v]' BLACK [ ] HISPANIC [ ] FEMALE If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. see Appen I for sample. /V% /Z T� Bidder: / C % -L� rL, T ff c. Signature: � ,Jc (company name) 94- 548 /3 FAII-URE TO COMPLETL-11316N. AND RETURN THIS FORM MAY_DISOUALIEY THIS BID. i F MIAMI, FLORIDT(it4 SHEET (Continued) Blu Nu. t : BID SHEET AND ATTACHMENTS MUST BE RLTURNED IN TRIPLICATE IN TF ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENIN( IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT *� BOND IS SUBMITTED IN THIS ENVELOPE. Terms:.�� 3� (Include cash discount for prompt payment, if any) Additional discount'of Warranty and/or guarantee: d if awarded all items. Delivery:7 calendar days required upon receipt of Purchase Order or Noti of Award. Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Spec conditions, and General Information to Bidders, we agree to furnish the Item(s) at Pri indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): V � A.�11 ��.�,• yt �� �� i �4 � i'�a�t1�� � e v� ��r-vow � nq s � ec.n.u-fg� a) List principal business address: (street address) b) List all other offices located i tithe State of Florida: (street address) (Please use the back of this page if more space is necessary) MTAiORT_TY PRO{;LT FriTRB?'I' CO PIA,_ NCE The undersigned bidder acknowledges that (s)he has received a copy of ordinance #100( amended, the Minority Procurement ordinance of the City of Miami and agrees to comply wit applicable substantive and procedural provisions therein, includin an amendments theretc Bidder: / 1� K , ,�, N&� �Q_1 S C S Inc' , Signature: ��� ( orty name) J Date: W/3�4a4 Print Name:�gV),J/E Indicate if Business is 51% Minority -owned: (Check Cma box only) [V] BLACK [ ] HISPANIC [ ] FEMALE APETMM_ATTVE ACTION LAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be requii establish an Affirmative Action Policy, pursuant to ordinance #10062 as amended. see AF I for sample. Bidder : �- i�, ,��y f 64 h4 S e� s '_1 ,C Signature (company name) CA7111RF' Tn rOMPLETE,_S rF MIAMI, FLORIDP�' �:• X31 L J ,YvET (Continued)BID SHEET AND ATTACHMENTS MUST BE REIItANED IN TRIPLICATE IN THE ACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. I IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR { ; BOND IS SUBMITTED IN THIS ENVELOPE. Terms: 2 e �o D (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. warranty and/or guarantee: M.4,✓00 C 7-v 9.(= W,4f- le4iyTx_ Delivery: 7-0 calendar days required upon receipt of Purchase Order or Notice of Award. ja S~ 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 Item(s) at prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): N - Soo �}KISj1tQ G SWCC-N�� a) List principal business address: (street address) 'aLv-b. Z.1-ZI W- 0Ah'-14"a Pk- S21e z�Z. 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) MINORITY PROCLI she undersigned bidder acknowledges that rMENT COMPLIIANCE (s)he has received a copy of Ordinance #10062 a amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with al applicable substantive and procedural provisions therein, including�Iy amendments thereto. 3idder: �- C• �N TE R 2 s cs signature: Plc)� company name) )ate: �l g Print Name:2d N :5 &(j L C- AI -c— L4 Indicate if Business is 51% Minority -awned: (Check sme box only) ( ✓BLACK [ ] HISPANIC [ ] FEMALE AVEIRMATIVE ACTION PLAN :f firm has an existing plan, effective date of implementation: :f firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to Ordinance #10062 as ame o See Append for sample C Se5 3idder: Signature: ( company name) 9 4 - 548 =A11URE TO COMPL ?.ATTACHED MIAMI, FLORIDP "(afoi,. A.Yt,EET (Continued) BID SHEET AND ATTACHMENTS MUST BE REZ-,MD IN TRIPLICATE IN THE ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. F SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms; Net 30 (Include cash discount fo.r prompt payment, if any) Additional discount of zero if awarded all items. Warranty and/or guarantee: 30 Days Delivery: 10 calendar days required upon receipt of Purchase Order or Notice of Award. 5 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(9). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Martin Associates of South Florida,Inc. Estrella Martin PRES, Estrella M. Martin 100% Owner Carolanne Renson, SEC. Patricia Kledzi ,, TREAS. a) List principal business address: (street address) 240 South Military Trail, Deerfield Eeach,FL 33442 b) List all other offices located in the State of Florida: (street address) None (Please use the back of this page if more space is necessary) MINORITY PROCLURF_MRNT COMPT YANG+ The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al applicable substantive and procedural provisions therein, including any am ndments thereto. Bidder: Martin Associates of SoFL Inc Signature: I I7 (company name) Date: May 24, 1994 Print Name: E4a/! J. G a Indicate if Business is 51% Minority -owned: (Check one box only) BLACK [X] HISPANIC [ ] FEMALE If firm has an existing plan, effective date of implementation: Jan. 01 19 9 0 If firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Append I for sample. Bidder: Martin Associates ni So. PT, Tnr Signature: (company name) -` S� s yep. QR FA LI IIRF TO COMPLETE, S I.NN_, AND RETRN _THIS _FQRM MAY D I SOUAL IF,( THIS R f I1. WjEET MIAMI, FLORIDI�R) * - o1.0 ivv (Continued) Fs BID SHEET AND ATTACHMENTS MUST BE RETL...JED 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. Terms: Net 30 _(Include cash discount for prompt payment, if any) Additional discount'of 0 if awarded all items. Warranty and/or guarantee: Manufacturers Delivery: 1030 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): Selma Schreiber 52% Gloria Chekanow 24% NAMES OF COMPANY OFFICER(S): Selma Schreiber Len Morrison Roberta Morrison 24% Fred Cbekanow a) List principal business address: (street address) 5959 N.W. 35th Avenue Miami, FL 33142 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) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a, amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al applicable substantive and procedural provisions therein, including aany amendments thereto. Bidder: _Barnett's Office Supplies Signature: (- (company Z--- (company name) Date: May 27, 1994 Print Name: Len Morrison, Vice President Indicate if Business is 51% Minority -owned: (Check ,one box only) [ ] BLACK [ ] HISPANIC [XXJ FEMALE AF'F'IRM_ATI31E ACTION PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required t. establish an Affirmative Action.Policy, pursuant to Ordinance #10062 as amended. See Appends I for sample. Bidder: Barnett's office Supplies Signature �`' �e�.�---`9 4 " 4 8 � g ( company name) (Len Morrison, Vice President) FAT111RF Tn rnmPI.ETE. SIGN, AND -RETURN THIS FORM MAY DISQUALIFY THIS DID. LASON SYSTEMS, INC. - SOUTHEAST 6954 N.W. 12 STREET MIAMI, FLORIDA 33126 (305) 477-9149 FAX(305) 477-7526 (800) 287-4799 condition FC 017 Bid No. 93-94-105-MIWBE ITEM: Office Supplies DEPARTMENT: General Services Administration and Solid Waste TYPE OF PURCHASE: Contract for One (1) Year EA N: To provide office supplies to all City Departments. POTENTIAL BIDDERS: 25 BIDS RECEIVED: 11 TABULATION: Attached FUNDS: 1994-95 Internal Service Fund/Stockroom Account No. 420801-700 BID EVALUATION: See below BID Invitations BID Mailed Resvonses ALL VENDORS ............................ 25 11 MINORITY/FEMALE (M/F) VENDORS.......... 25 11 Within City limits .................. 0 0 Registered with City ................ 23 11 Black (B) Vendors .. .... .............. 10 8 Located within City limits.......... 0 0 Registered with City ................ 8 8 Female (F) Vendors...... ............ 9 2 Located within City limits.......... 0 0 Registered with City ................ 9 2 Hispanic (H) Vendors ................... 6 1 Located within City limits.......... 0 0 Registered with City ................ 6 1 NON MINORITY (NM) VENDORS .............. 0 0 Located within City limits.......... 0 0 "No Bids.. .............................. - 2 Reason(s) for NOT awarding to local vendor: Local vendor did not respond to invitation to bid Reason(s) for "No Bids" are as follows: 1. 9 To 5 Office Supply - "not a certified minority company" 2. Enviromental Techniques- "special conditions too strict" IT IS RECOMMENDED THAT THE AWARDS BE MADE AS FOLLOWS: BIDDER/Minority SPECIFIED ITEMS BALANCE OF LINE Classification # of Items DISCOUNT Awarded Amount Offered Awarded 1. RC Enterprises (B) 19 $11,524.08 35% yes 2121 W Oakland Park Bvd. Ft. Lauderdale Fl 33311 2. Martin Associates (B) 19 15,856.66 30% yes 2400 South Military Trail Deerfield Fl 33442 3. Barnett's Office Supply(F) 8 4,743.00 30-50% yes P 0 Box 520 Hialeah Fl 33011 4. Apricot Office Supply (B) 72 26,967.00 32% yes 386 NE 191 Street Miami, F1 33179 5. Cascade Dev. Corp. (B) 1 69.26 30% yes 6600 NW 27 Avenue #121 Miami, Fl 33147 6. Trompex Corp. (B) 12 22,007.61 5% no P 0 Box 8814 Coral Gables, F1 33124 7. XIPS Corp. (H) 15 16,264.28 30-45% yes 10401 NW 28th Street Miami Fl 33172 8. Miritech Intn'l (B) 4 5,350.60 0 no 10835 SW 112th Ave #102 Miami F1 33176 9. N & K Enterprises (B) 15 6,535.68 30% yes 1495 NE 129th Street North Miami Fl 33161 SUBTOTAL 165 $109,318.17 �821681.63 GRAND TOTAL AWARD Chef Pr cure en Offic /� %� .. D to ��+R 94..r • �ID_9ECGFITT 0 I D ITI-N OFFICE SUPLIES all) a0.t 93-94-105-M/WBE - �- ��- --_y-- 3WAZ3 illg(S) OiINBDt JU E 6, 1994 - 10: 30 a. m. PTAS. ADDER VD ibOV7T CASEIER_j_CEIE�R RIPS CORP. BARNETT'S OFFICE SUPPLIES A-M-R OFFICE SUPPLY CO. 1 MIRIT-ECH INTL, INC. TROMPEX CORP.- MARTIN ASSOCIATES See attached li'd n [--.I t „ We received on y one copy of the bib N. & K. ENTERPRISES INC. - wYki h waas " ent to PROCUREMENT DEPT. APPRCCOT OFFICE SUPPLIES R.C. ENTERPRISES CASCADE DEV. CO. WHOLESALE OFFICE PRODUCTS CLASSIC STATIONERS, INC. _i---_�--_-_--�-__ ----- -- �—_...-------- ----� NO BID: 1 9 TO 5 -------------- -- ------------- ------ ENVIRONMENTAL TECHNIQUES~w ��_.'_.�.-Y+s� — ►—_. f!� M M - — _ __.� _ —.J --s �_ � _ — _•w.w — w i �.0 > .!+ Oa i is _ t- -W��T_M-_�.►_—�.w�-_�r-�_�r �.___•��O--w—�—w— w—�-w--_--------- • — -------------- --.--------ter----w__.w-- s*ceir@a Q..% annalopot on bsbalf of �P�rsoa sQc�iviag �ids� G�A/Soli_d Faste-°Procurerrent Division - (city roia;tLant)~-- O� «... C.._•_..-----.•.----__— �l • aputy city Clerk) LEGAL ADVERTISEMENT BID N0. 93-94-105-M/WBE Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive,. Miami, Florida 33133 not later than 10.30 a m June 6, 19194 for furnishing Office Supplies on a contract basis for one (1) year for the Department of General Services Administration and Solid Waste/Procurement Management Division, Stockroom. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. This bid has been designated as a set -aside for Black, Female or Hispanic vendors registered and/or certified with the City of Miami's Minority/Women Business Enterprise Program and/or the State of Florida Minority Business program. All vendors who are not already certified with the City of Miami and/or the State of Florida, must become certified prior to submission of bid. if certified with the State of Florida or the City of Miami, proof of current certification must be submitted with bid. 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. Local preference may be applied to those vendors whose primary office is located in the City of Miami, provided the amount of the bid or bids is not more than ten percent (10% ) in excess of the lowest other responsible bidder or bidder. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 146 ) Cesar H. Odio City Manager tYa irp.,ti. aftR•i aA: ,' �`2.�,:;+PrfiS.-.=.:,:x+�e.+a;f-ks�,ger}i'tfk,�'•pj "•"','7.,:w r i City of Miami T IA C This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please j1pe and attach a copy of the adverti em nt with this r n. 1. Department: 2. Division: 3. Account Code number: l - 4. Is this a confirmation: 0 Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 'i i `- ; 10. Type of advertisement: M Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication G.S.A. (Procuremenil M Date(s) of Advertisement Invoice No. Amount rgg � W (' ;6!,, ff�.t 13. ❑ Approved ❑ Disapproved Department Director/Designee`' Date Approved for Payment Date C IGS/PC 503 Rev, 12/89_1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink coov. vua i mou i iun: wnne - f7.J.H.; t,anary - uepanmeni 113D WTUTAIVI ZIST X X1 OFFICE VIM" X X 9 1 .- 1) 2 — 103 it A �Zv "D 1, 2; MT 11 E J."E'EM R j 5.t 2 0 A M TOTAL tirr" FlOW'. XMIER 141D 1C V11ITTE OP1'ICE1, FURNITURE .._.1..,.nn,.... rr�>a�p,�...' i,�__..��>���lv �1tt�T� � .C') i ^'c; J. 5 1 1,1 T !ATI) 1.�:..�i<�?: � � ^j�Si C', N '� t: ..r_,,_�..,.....,,. .�.., a'rI a�� � lr( .. .,. ' +':.�.'.,,;t,�.�,?, ,..•i �:.,..,,..�,.._',..".,,,.,:'�nr�....�r) AV OFFICE, JRN.'. TITYZE -i 4 0 0 W. RUUT (70. (NC, 3 Cl 1.( 1 JJC .� j , , j f r' .a,l... ,`1,�lY,L V. }`"°a .E:..1�,�.,..�1''�n ..,.~.~ .,.3 E, N S 10 N S I N C_ O'CCICr TJRTMREBY TEMPO s 2 c 5_ R 1 CIE A R D P', U M E R D r S 1 G, 1\1 3, M C ,..._.a> _�,,./R...a' 11e, �•�:� � ; .._...�. ,,.>. ....._�. ',.�,..^ MARGO DFR;,,iAN CRE�ATI-W" IL�I�V`CFLS lion 9 /15 9 2 an (City MUM 7411 1 L'A,_ a LEGAL ADVERTISEMENT BID NO. 91-92-105 Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than ^10:30 a m August 2 1922 for the purchase of miscellaneous office furniture and workstations for the Police Department. 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. Local preference may be applied to those vendors whose primary office is located in the City of Miami, provided the amount of the bid or bids are not more than ten percent (10%) in excess of the lowest other responsible bidder(s). Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 0655) Cesar H. Odio City Manager cra 07) V l ptt �' A odj2 City of Miami (- b_ REQUISITION FOR ADVERTISEMENT This number must appear in the .•4t°"' advertisement. INSTRUCTIONS: Please tvDe and attach a copy 2f the advgrti§ement with thia r 'ti n. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: ❑ Yes C] No 6. Size of advertisement: 7. Starting dater 8. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: published: ` '"` Legal ❑ Classified El Display 11. Remarks: 3_ 4 12. .A. jProcurement Date(s) of Invoice No. Amount Publication Advertisement C.=7 r n i l l 1_r < r; is. `rJ 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C GSIPC 503 Rev. 12189 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.