HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #7095
Date: 01/28/2020
Commission Meeting Date: 03/12/2020
Type: Resolution
Subject: Accept Bid - Alina Sportswear
Purpose of Item:
Requesting Department: Department of
Procurement
Sponsored By:
District Impacted: All
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bids received on November 25, 2019 pursuant to IFB 1121381 from the
lowest responsive and responsible Bidders, Alina Sportswear, Inc. ("Alina") and Proud
TShirts Corp. ("Proud TShirts") for the provision of t-shirts, polo shirts and
guayabera/cubavera, on an as needed basis, for an initial contract term of two (2) years,
with the option to renew for three (3) additional two (2) year periods, allocating funds
from the user Departments and Agencies various sources of funds, subject to
availability of funds and budgetary approval at the time of need; Authorizing the City
Manager to negotiate and execute all other documents, including any amendments,
renewals, and extensions, subject to allocations, appropriations and budgetary approval
having been previously made, and in compliance with applicable provisions of the Code
of the City of Miami, Florida, as amended, ("City Code"), including, the City of Miami's
Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as
set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in
compliance with applicable regulations, as may be necessary for said purpose.
Background of Item:
On October 29, 2019, the Department of Procurement ("Procurement"), issued IFB No.
1121381, under full and open competition. As required by the Procurement Code, the
IFB was advertised and issued online. On November 25, 2019, at the bid closing seven
(7) bids were received. All bid responses were evaluated and tabulated following the
guidelines directed in the IFB. The bid received from All -Star Custom Apparel and
Design, was deemed non -responsive as the company failed to acknowledge the
Addenda and Bid on the new line items as required by the IFB. Additionally, the
evaluation of the bids, determined that one (1) vendor met the requirements of the local
preference. The tabulation showed that pursuant to Section 18-85, Competitive Sealed
Bidding, Subsection (a), of the Procurement Code, Alina Sportswear, Inc.'s ("Alina")
price was within 15% of the lowest responsive and responsible non -local Bidder. As
such, a best and final offer ("BAFO") letter was sent to the non -local lowest Bidder and
the local Bidder who met the requirements of the local preference. The BAFO resulted
in Alina, the local vendor, offering the lowest best and final offer. Procurement is
recommending award of Groups 1 and 3 to Alina Sportswear, Inc. the lowest responsive
and responsible Bidder after the best and final offer, and award of Group 2 to Proud
TShirts Corp., the lowest responsive and responsible Bidder per bid specifications. The
estimated contract amount is $192,884.86 annually (approximately $1,543,078.89 for all
eight (8) years).
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$192,884.86 Annually (Approximately $1,543,078.89 for eight (8) years in the aggregate)
General Account No.: Various sources of funds from the user Departments and Agencies.
Department of Procurement
Office of Management and Budget
Office of Management and Budget
Office of Management and Budget
City Manager's Office
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Reviewed B
Annie Perez
Denise Lee
Jacques Joseph
Christopher M Rose
Sandra Bridgeman
Denise Lee
Arthur Noriega V
Valentin J Alvarez
Pablo Velez
Barnaby L. Min
Victoria Mendez
Maricarmen Lopez
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Analyst Review
Budget Review
Assistant City Manager Review
City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Rendered
Completed 02/13/2020 12:58 PM
Skipped 02/14/2020 12:09 PM
Completed 02/21/2020 10:22 AM
Completed 02/26/2020 3:47 PM
Completed 02/27/2020 5:02 PM
Skipped 02/26/2020 2:33 PM
Completed 03/02/2020 11:57 AM
Completed 03/02/2020 12:45 PM
Completed 03/02/2020 4:52 PM
Completed 03/02/2020 4:58 PM
Completed 03/03/2020 2:53 PM
Completed 03/12/2020 9:00 AM
Completed 03/18/2020 11:52 AM
City of Miami
Legislation
Resolution
Enactment Number: R-20-0078
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 7095 Final Action Date:3/12/2020
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS
RECEIVED ON NOVEMBER 25, 2019 PURSUANT TO INVITATION FOR BID ("IFB")
NO. 1121381 FOR A CONTRACT FOR THE PROVISION OF T-SHIRTS, POLO
SHIRTS, AND GUAYABERA/CUBAVERA SHIRTS, ON AN AS NEEDED BASIS,
FROM THE TWO (2) LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS, ALINA
SPORTSWEAR, INC., A FLORIDA PROFIT CORPORATION, AND PROUD TSHIRTS
CORP., A FLORIDA PROFIT CORPORATION, FOR VARIOUS CITY OF MIAMI
("CITY") DEPARTMENTS FOR AN INITIAL TERM OF TWO (2) YEARS WITH THE
OPTION TO RENEW FOR THREE (3) ADDITIONAL TWO (2) YEAR PERIODS;
ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE
USER DEPARTMENTS AND AGENCIES, SUBJECT TO THE AVAILABILITY OF
FUNDS AND BUDGETARY APPROVALS AT THE TIME OF NEED; AUTHORIZING
THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER
DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS,
SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY
APPROVALS, IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE
CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"),
INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT,
AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF
THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN
COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND, REGULATIONS, AS
MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, on October 29, 2019, the City of Miami's ("City") Department of
Procurement ("Procurement") issued Invitation for Bid ("IFB") No. 1121381 under full and open
competition to establish a contract for the provision of T-shirts, polo shirts, and
guayabera/cubavera shirts, on an as needed basis, for various City departments for an initial
contract term of two (2) years with the option to renew for three (3) additional two (2) year
periods; and
WHEREAS, on November 25, 2019, Procurement received seven (7) bid responses, all
of which were evaluated and tabulated pursuant to the guidelines required by the IFB; and
WHEREAS, pursuant to said evaluation and tabulation, the two (2) lowest responsive
and responsible bidders are Alina Sportswear, Inc., a Florida profit corporation ("Alina"), and
Proud Tshirts Corp., a Florida profit corporation ("Proud Tshirts");
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
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The bids received on November 25, 2019 pursuant to IFB No. 1121381 for a
contract for the provision of T-shirts, polo shirts, and guayabera/cubavera shirts, on an as
needed basis, from the two (2) lowest responsive and responsible bidders, Alina and Proud
Tshirts, for various City departments for an initial term of two (2) years with the option to renew
for three (3) additional two (2) year periods is accepted.
Section 3. Funds are allocated from the various sources of funds from the user
departments and agencies, subject to the availability of funds and budgetary approvals at the
time of need.
Section 4. The City Manager is authorized' to negotiate and execute any and all other
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, in compliance with all applicable provisions of the
Code of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code, in a form acceptable to the City Attorney, and in compliance with all applicable
laws, rules, and regulations as may be deemed necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, ity Attor ey 3/3/2020
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to those prescribed by applicable City Charter and Code
provisions.