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.