HomeMy WebLinkAboutR-03-0598J-03-412
05/13/03
RESOLUTION NO. 0 3
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BIDS OF (1) FLORIDA POLICE
PRODUCT FOR THE PROVISION OF DISPOSABLE
RESTRAINTS, (2) CHIEF SUPPLY CORPORATION FOR
THE PROVISION OF FLEX CUFFS AND (3) LYNN
PEAVY COMPANY FOR THE PROVISION OF EVIDENCE
TAPE, FOR THE DEPARTMENT OF POLICE, EACH FOR
AN INITIAL ONE-YEAR PERIOD, WITH THE OPTION
TO RENEW FOR TWO ADDITIONAL ONE-YEAR PERIODS;
ALLOCATING FUNDS FOR FLORIDA POLICE PRODUCTS,
IN AN ANNUAL AMOUNT NOT TO EXCEED $20,790,
CHIEF SUPPLY CORPORATION, IN AN ANNUAL AMOUNT
NOT TO EXCEED $3,300, AND LYNN PEAVY COMPANY
IN AN ANNUAL AMOUNT NOT TO EXCEED $9,919.50,
IN A TOTAL ANNUAL AMOUNT NOT TO EXCEED
$34,009.50, FOR A TOTAL CONTRACT AMOUNT NOT
TO EXCEED $102,028.50, FROM THE POLICE
GENERAL OPERATING BUDGET, ACCOUNT CODE
NO. 001000.290201.6.719.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bids of (1) Florida Police Products for
the provision of disposable restraints, (2) Chief Supply
Corporation, for the provision of flex cuffs, and (3) Lynn Peavy
Company, for the provision of evidence tape for the Department of
Police are accepted, each for an initial one-year period, with
the option to renew for two additional one-year periods, with
funds allocated as follows: Florida Police
CITY C0MMI=0K
MEETING OF
MAY 2 2 2003
Resolution Up.
09-- 598
Products, in an annual amount not to exceed $20,790, Chief Supply
Corporation, in an annual amount not to exceed $3,300 and Lynn
Peavy Company, in an annual amount not to exceed $9,919.50, in a
total annual amount not to exceed $34,009.50, for a total
contract amount not to exceed $102,028.50, from the Police
General Operating Budget, Account Code No. 001000.290201.6.719.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.!'
PASSED AND ADOPTED this 22nd day of May 2003.
MANUEL A. DIAZ, MA
ATTEST:
PR CILLA A. THOMPSON
CITY CLERK
AND CORRECTNESS
ddlr-.Mo*�L000���
RO VILARELLO
ATTORNEY
W7207:tr:AS:BSS
�i If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it
shall become effective immediately upon override of the veto by
the City Commission.
Page 2 of 2
03- 598
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable May Members
TO: oft e ity Comm' Sion
Joe Arriola
FROM
Cof�Administrator/City Manager
RECOMMENDATION
MAY ] 3 2003
DATE:
V16
FILE:
Authorizing the provision of
sualECT : Disposable Restraints, Flex
Cuffs and Evidence Tape;
Bid No. 01-02-280
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bids for the provision of Disposable Restraints, Flex Cuffs, and Evidence Tape, on an as
needed basis, from the below listed vendors for the Police Department, in a total annual amount not
to exceed $34,009.50, for a period of one (1) year with the option to renew for two (2) additional
one-year periods. Funding is available from the Department of Police General Operating Budget,
Account Code No. 001000.290201.6.719.
1. Florida Police Products, a Hispanic/Local vendor, located at 701 N.W. 36 Avenue, Miami, FL
33125, for Item #1 — 22,000 Disposable Restraints, in an annual amount not to exceed $20,790.
2. Chief Supply Corporation, a Non-Minority/Non-Local vendor, located at 2648 West 11th
Avenue, Eugene, OR 97402, for Item 42 — 6,000 NIK Public Safety Flex Cuff #5010, in an
annual amount not to exceed $3,300.
3. Lynn Peavy Company, a Non-Minority/Non-Local vendor, located at 14865 W. 105 Street,
Lenexa, KS 66215, for Item #3 — 1,500 Evidence Tape, in an annual amount not to exceed
$9,919.50.
BACKGROUND
The Police Department will use the disposable restraints and flex cuffs to augment the handcuffs
that individual officers carry for mass arrest situations; i.e., disturbances, etc. The evidence tape is
used to secure and maintain the chain of custody for evidence placed in the department's Property
Unit.
®3- 598
The Honorable Mayor and Members
of the City Commission
Page 2
Authorizing the provision of
Disposable Restraints, Flex
Cuffs and Evidence Tape;
Bid No. 01-02-280
The Department of Police has analyzed the bids received pursuant to Bid No. 01-02-280, for the
purchase of Disposable Restraints, Flex Cuffs, and Evidence Tape, on an as needed basis. Chief
Supply Corp., submitted the lowest response on Item #1, but was deemed non-responsive, as
equipment does not meet specifications. Florida Police Products, submitted the lowest
responsible and responsive bid meeting specifications for Item #1, and is, therefore, pursuant to
City Charter and Code Section 18-79(h) local vendor preference, recommended for the award.
Chief Supply Corporation, submitted the lowest most responsible and responsive bid meeting
specifications for Item #2, and is, therefore, recommended for the award. Lynn Peavy Company,
submitted the lowest responsible and responsive bid meeting specifications for Item #3, and is,
therefore recommended for the award.
FISCAL IMPACT: None, budgeted item.
'rte
JAXA /GF/lr
Purchasing Department
Agenda Item Background Information
AGENDA DATE: Ma
y 8, 2003--_, _ ITEM NO:
BID/RFP/SS: BID NO: 01-02-280
TITLE: I Disposable Restraints, Flex Cuffs and Evidence Tape
DEPARTMENT: I Police Department
DEPARTMENT
Lourdes Rodriguez
DEPARTMENT
1305-579-6413
CONTACT:
TELEPHONE
NO:
M/WBE SET-
N/A
ASIDE:
M/WBE
Seventeen (17)
M/WBE BID:
Three (3)
NOTIFIED:
LOCAL
Threee (3)
LOCAL
One (1)
VENDORS
- - -- -- - -
VENDORS BID:
— _ . -- — -- -- - -
RECOMMENDED
Florida Police Supply (Hispanic/Local), Chief Supply Corproation (Non-Minority/Non Local)
Lynn Peavy Company (Non-Minority/Non__Local)
CONTRACT
$102,028.50
TYPE OF
on Term
VALUE:
CONTRACT:
—.__..__
CONTRACT One Year
PERIOD:
SOURCE OF Police General
FUNDS: Operating Budget
ASSIGNED TO: Maritza Suarez
OPTION TO I Two (2), One (1) Year
RENEW: Options to Renew
DATE 04/09/2003
SUBMITTED TO
AGENDA OFICE:
03- 598
AWARD RECOMMENDATION AND API jROVAL FORM
aw of m mi
Date: December 23, 2002 Department/Division: Police Man -go 0II&Budget
Department Contact Name/Number:
Bid/Contract Number: 01-02-280
Lourdes Rodriguez, 579-6180
Sr. Buyer:
Maritza Suarez Time _
m)
Summary/Description of Purchase:
Arlount of $�73, 9.,�.1-�?.- is
Justification for Award/Contract:
The Police Department will use the disposable restraints and flex cuffs to augment the
handcuffs that individual officers carry for mass arrest situations, i.e.. disturbances.
etc. The evidence tape is used to secure and maintain the chain of custody for evidence
placed in the department's Property Unit.
Type of Contract:
Method of Purchase:
❑ Single Purchase ® Formal Bid (include bid tabulation)
❑ Short -Term Contract ❑ - Competitive Negotiation (include documentation)
❑ Lease ❑ Other Governmental Contracts (include documentation)
® Term Contract
❑ Contract Increase
Contract Period One (1) year OTR: Two (2) additional one year periods
Recommended Vendor(s): MWBE/Location Status: Award/Contract Value
Florida Police Products Hispanic/Local $20,790.00
Chief Supply Corporation Non-Minority/Non-Local 3_,300.00
Lynn Peavy Company Non-Minority/Non-Local 9,919.50
Total
Total Value of Award/Contract (including value associated with potential OTR):
Award Recommender
Source(s) of Funds:
Account Code(s):
$34,009.50
$102,028.50
Funding Approval:
V -
_4� � - h
B Dir for signee
BIDAWARDRECOMFORM
Certified By: Appro ed:
Chief Procurement Officer/Designee City Manager Date
i
0
ITE DESCRIPTION:
1 Disposable Restraints,
as or equal to E -Z Cuff,
500-D Nylon Restraints
2 NIK Public Safety
Flex-Cuf #5010
No Substitution
3 Evidence Tape,
as or equal to NIK
Public Safety
Tamper Guard Custom
Est.
Annual
22000
6000 1
CITY OF MIAMI
TABULATION OF BIDS
BID NO. 01-02-280: DISPOSABLE RESTRAINTS AND EVIDENCE TAPE
Chief Supply Corp. Lynn Peavey Co
.z Law Enforcement Supply
2468 West 11th Ave. ;; 14865 W. 105 Street
1666 NW 82 Avenue
Eugene OR 97402 Lenexa KS 66215-
Ii Miami, FL 33126
Non-Minority/Non- r Non-Minority/Non-
l
) Non-Minority/Dade
r
Unit Extended I Unit Extended
Unit Extended
Price Amount Price Amount
I Price Amount
iNon-Responsive' 11 no bid no bid
no bid no bid
1500 1 $16.50 $24,750.00 $8.50 $9,919.50
Rolls)
*Non-responsive for •Extended Amt. based on
Item #I for item not ; los rolls, thus a qty.
meeting specs. of 1167 rolls/year
1 $0.95 $20,
t $0.58
Fla. Police Products
701 NW 36 Avenue
Miami, FL 33125
Hispanic/Local
Unit Extended
Price Amount
$0.75 $4,500.00
$14.25 $21,375.00:: $14.95 $22,425.00
Prepared by Maritza Suarez, 12/23/02 Page 1 of 1
*Local preference
ordinance applied
Oaks Wholesale Dist. � Safety Systems Corp. Hamilton Uniforms
1840 Baldwin St., #10 ) 361 Randy Road, #101 , 5 Chesterfield R,'
Rockledge FL 32955 Carol Stream IL 60188;; Crosswicks i
Non-Minority/Non- i Female/Non-Local Female/Non-Lo,,..
Unit Extended
Price Amount
no bid no bid'.
Unit Extended Unit Extended
Price Amount Price Amount
$1.14
f $0.59 $3,510.00 $0.84 $5,040.00
(mininum order 1000) ;u
i $15.00 $22,500.00 $18.10 $27,150.00
i (minimum order 250 4
$0.99 $21,
Non -Responsive"
no bid no bid
*Non-responsiv ' -
Item #2 for bic
on a substitute
proval Department Director
AWARD SHEET
BID NO. 01-02-280: DISPOSABLE RESTRAINTS AND EVIDENCE TAPE
ITEM DESCRIPTION:
1 Disposable Restraints,
as or equal to E -Z Cuff,
500-D Nylon Restraints
2 NIK Public Safety
Flex-Cuf #5010
No Substitution
3 Evidence Tape,
as or equal to NIK
Public Safety
Tamper Guard Custom
Unit
Price
$0.95
Awarded Vendors
Fla. Police Products
Chief Supply Corp.
Lynn Peavey Co.
03— 598
Mar -12-03 0446am From -
3 -11-203 11.33AM FROM
Ver -14+08 M:4ft fBoa-
(Mt,v laf Ain..ti
N90449L A. RATH
ACOM oaMOV,
Me Ray Carpio
Fkwicb Pofkm Products
701 NW 36 Avenue
Miami, FL 39125
Dior Mr_ Cagga
T-464 P.002/002 :-266
T-486 P.L01/06t P-147
SENT VIA FAX
JOE ARAKXA
"ecx lid No. 01-02--280,
moble R=b'eints and Evidence Tape
Sechm 18-79(y.n) of the City Code, As Armed. Sues that the VAy COmu"w may
offer to a mspon US and responsive bidder, whore primary oMm is WCSbad in the Cly
of Miami, the oapcMv*p of ; cep ftg a Enid at the low bid wncuM if the aigMW bid
mount, sebm&Ad by tll&*b ai vendor does trot exceed 110 pwm, of the kwaxi other
responedit and respormVe bidder.
As a lccW vendor, yW'bid amount farVe sLbIM bid meets the atom viWireme>Its.
Please sign Wow to ind'R;fe yaw fm's avveptanc a ar rejection of Va bid at the law bud
amount of S-9Slaa (Nm Na 1h SmWeOlo CSy CoTranissiow approM- This fetter
must be retu"W to the Purchasing Deparblient no bftr than fire (5) caferWar days
from receipt of soma.
Ascspt: _
t�laune: (2A R [ O
t=EdFM
Sinverely
iNidWW A. Rafdl, Aging t MCW
pwd=dno Dqwmnwt
- SignMur�x
DWA%YAID'lr OF POMMASING
d" lW.?Ad wrarae W AUWJ IriamL flarf0 3] �!0 / pdtf1 sl♦s�W fp, d0ib�s619res
%#4R �VIdnNM: p+Cinrwlda+i+�ai.rl.rf IWlb�Mdw�c'1N41hIpniAr.
?MWhJAffMWM • Q. 444 M M talc F1. AW"n @
03- 598
TO
FROM
Michael A. Rath
Acting Director
Purchasing Department
-f
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: FILE:
Rejection of low bidder
SUBJECT: Rejection
to Bid No. 01-02-280;
Disposable Restraints and Evidence
REFERENCES: Tape
ENCLOSURES:
Attached, please find a memorandum received from Sgt. Richard Gentry, Supervisor for the
Training Unit, who is recommending the rejection of the low bidder pursuant to Bid No. 01-02-
280, Disposable Restraints and Evidence Tape. The Training Unit's staff tested the Tuff -Cuff
sample provided by the vendor and compared it to the E -Z Cuff 500-D, the product currently used
by the department, and determined they are not equal.
APPROVED/DISAPPROVED: '
Michael A. Rath
Acting Director
Purchasing Department
XVJ17
c: Captain Andrew Vera, Property Unit
Jay Pollen, Property Unit
Maritza Suarez, CPPB, Purchasing Department
Lourdes Rodriguez, Budget Unit
FIN 16-2
03- 598
Lourdes Rodriguez
Budget Unit
Sergeant Richard Gentry
Supervisor
Training Unit
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE March 06, 2003 FILE
SUBJECT
`BJEC Tuff Cuff / EZ Cuff
REFERENIC E�_
FN"C ; uF.`,.
As per your request in regards to the Tuff -Cuff and the EZ Cuff 500 D, the
Training Staff tested and compared both of the products. Although the Tuff Cuff
is a quality restraint, the Training Unit still recommends the EZ Cuff 500 D for the
following reasons:
• The EZ Cuff was superior with respect to durability
• The EZ Cuff was easier for the officer to handcuff the subject
If you have any questions, please advise.
RG: rg
03- 598
MICHAEL A. RATH
Acting Director
Ms. Betty L. Young
Chief Supply Corp.
P.O. Box 22610
Eugene OR 97402
Dear Ms. Young:
0.14-tij of fflian_C'
March 7, 2003
SENT VIA FAX
JOE ARRIOLA
City Manager
Re: Bid No. 01-02-280
Disposable Restraints and Evidence Tape
The City of Miami, Police Department has completed its evaluation of the sample of the Tuff -
Cuff disposable restraint submitted by Chief Supply Corp., pursuant to Bid No. 01-02-280.
After a thorough evaluation and testing of the sample, and in accordance with Sections 2.11,
and 3.23 of the above referenced Invitation for Bid, the City of Miami Police Department has
concluded the Tuff Cuff Disposable Restraint to be of inferior quality as it relates to its durability
and manageability by the arresting officer; therefore, not an acceptable equal to the restraint
specified in Bid No. 01-02-280.
Based upon the above findings your bid for Item No. 1 has been deemed non-responsive.
Your interest in doing business with the City of Miami is always appreciated.
MAR:MS:ms
c: Bid File
Sincerely,
l
Michael A. Rath, Acting Director
Purchasing Department
DEPARTMENT OF PURCHASING
444 S.W. 2nd Avenue, 6th Floor/ Miami, Florida 33130/(305) 416-1900/ Fax: (305) 416-1925
E -Mail Address: purchase@ci.miami.fl.us / Website Address: http://ci.miami.fl.us C Q
Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 J Q