HomeMy WebLinkAboutR-00-1054L_J
•
J-00-1062
12/6/00
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF MARTIN'S LAMAR UNIFORMS
FOR THE PROCUREMENT OF UNIFORM CLOTHING FOR
THE DEPARTMENT OF POLICE, IN AN ANNUAL AMOUNT
NOT TO EXCEED $426,294.12, ON A CONTRACT
BASIS FOR A PERIOD OF TWO (2) YEARS, WITH THE
OPTION TO RENEW FOR TWO (2) ADDITIONAL
ONE-YEAR PERIODS, SUBJECT.TO PRICE ADJUSTMENT
IN THE EXTENSION YEAR PERIOD(S); ALLOCATING
FUNDS THEREFOR FROM THE DEPARTMENT OF POLICE
GENERAL OPERATING BUDGET, ACCOUNT CODE
NO. 001000.290201.6.075.
WHEREAS, the Department of Police requires the procurement
of uniform clothing for its personnel; and
WHEREAS, pursuant to public .notice, Invitation for Bids
No. 00-01-022 was mailed to fifty-seven (57) potential bidders;
and
WHEREAS, two (2) responsive bids were received on
November 20, 2000; and
CITY COMMISSION
MEETING OF
DEC 1 4 2009
Resolution No.
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Martin's Lamar Uniforms be accepted as
the lowest responsive and responsible bid; and
WHEREAS, funds are available from the Department of Police
General Operating Budget, Account Code No. 001000.290201.6.075;
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 and
incorporated as if fully set forth in this Section.
Section 2. The November 20, 2000 bid received from
Martin's Lamar Uniforms for the procurement of uniform clothing
for the Department of Police, in an annual amount not to exceed
$426,294.12, on a contract basis for a period of two (2) years,
with the option to renew for two (2) additional one-year periods,
subject to price adjustment in the extension year period(s), is
hereby accepted, with funds therefor hereby allocated from the
Department of Police General Operating Budget, Account Code
No. 001000.290201.6.075.
Page 2 of 3 00--..0
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
PASSED AND ADOPTED this. 14th day of December , 2000.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate g prozr,�l of
this legislation by signing it in tho designated � ; .
becomes effective U` 4tj ?ii '�l :r}�; C;j #aw ,nr'"C�1ia' ; N�rov,`ded
r �'� d c+% am the "te f (i0nlirl;dus' '. �C ;Cn
regarding same, without the Ngavci 'y+arr � •
ATTEST:
V4'alte J. � ,rra«• r�, City clerk
WALTER J. FOEMAN
CITY CLERK
F
.400el
DFIOKLAR
r4890
1� 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 3 of 3 0®
CITY OF MIAMI; FLORIDA CA=6
INTER-OFFICE MEMORANDUM
TO The Honorable Mayor and Members
of the City Commission
City Manager
RECOMMENDATION
DATE: NOV 2 9 2000
SUBJECT: Authorizing the Purchase of
Uniform Clothing
REFERENCES: Bid No. 00-01-022
ENCLOSURES:
FILE :
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Martin's Lamar Uniforms, a Non-Minority/Dade County vendor, located at 7230 N.W.
46 Street, Miami, Florida 33166, for the purchase of Uniform Clothing, for the Department of
Police, for an initial period of two (2) years with the option to renew for two (2) additional one (1)
year periods, in an annual amount not to exceed $426,294,12.
Funding will be provided from the Police General Operating Budget, Account Code No.
001000.290201.6.075.
BACKGROUND
The Department of Police has analyzed the bids received pursuant to Bid No. 00-01-022 for the
purchase of Uniform Clothing. Fifty-seven (57) invitations for bids were mailed and two (2)
responses were received. Martin's Lamar Uniforms, who in the sum of all line items in Groups
1 thru 6 submitted the lowest most responsible and responsive bid, and is, therefore recommended
for award.
The Police Department must have the ability to provide uniforms to its Sworn and Civilian
employees.
(k41
CAG/RMBC/JLM/lr
0 ®-10)Q5i 4
139AWARD RECOMMENDATION FORM
BID NUMBER: 00-01-22
DEPARTMENT / DIVISION: POLICE
COMMODITY/SERVICE: UNIFORM CLOTHING
TERM OF CONTRACT: TWO (2) YEARS WITH OTR FOR TWO ADDITIONAL ONE YEAR PERIODS.
NUMBER OF BIDS DISTRIBUTED: 57 NUMBER OF BIDS RECEIVED: 2
METHOD OF AWARD: Award of this contract will be made to the bidder who in the sum of
all line items in Groups.:1 t ru b is the lowest responsive,
responsible bidder.
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
MARTINS LAMAR UNIFORMS NON-MINORITY/DARE CO. $426,294.12
TOTAL: $426,294.12
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The Police Department must have the ability to provide uniforms to
its Sworn and Civilian employees.
T
available in account number
Verifieny; SIGNATURE
AMOU l- I)cts Mc- f- inc:.lu d e
ACCOUNT CODE(S): 001000.290201.6.075�%, 55
(�' Cam a��r �r�.Urnb►���ces .
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL:
D r/ SR„Linda M. Haskins J S rter
Designe Director it ctor
OTHER FUNDING APPROVALS; IF APPLICABLE:
PAGE 2 OF 2
TITLE:
V®-1054
CITY OF MIAMI
TABULATION OF BIDS
BID NO. 00-01-022: UNIFORM CLOTHING
MARTINS LAMAR UNIFORMS
HARRISON UNIFORMS
7230 NW 46
STREET
3850 N. MIAMI AVENUE
MIAMI FL
33166
MIAMI FL 33127
NON-MINORITY/DADE
NON-MINORITY/LOCAL
MODEL/
EST. ANNUAL
UNIT
EXT. ANNUAL
MODEL/
EST. ANNUAL
UNIT
EXT, ANNUAL
ITEM DESCRIPTION:
MANUF.
STYLE
QUANTITY
PRICE
AMOUNT
MANUF./BRAN
STYLE
QUANTITY
PRICE
AMOUNT
GROUP 1 • UNIFORM PANTSISKIRTS AND SHIRTS
1 MEN'S UNIFORM TROUSERS
MARTIN'S
21248
3000
$24.83
$74,490.00
FECHHEIMER
TR020
3000
$29.75
$89,250.00
2 MEWS UNIFORM TROUSERS W/SILVER &GOLD
MARTIN'S
21248S
100
$24.90
$2,490.00
FECHHEIMER
TR020S
100
$34.75
$3,475.00
3 WOMEN'S UNIFORM TROUSERS
`MARTIN'S
21448
500
$24.83
$12,415.00
FECHHEIMER
TR020WT
500
$29.75
$14,875.00
4 POLICE WOMAN SKIRTS
`` FECHHEIM
38033
150
$25.79
$3,868.50
-FECHHEIMER
38033P
150
$30.50
$4,575.00
5 MEN'S/WOMEN'S SHIRT - LONG SLEEVE
MARTIN'S
23444/23484/23490123480/23454
1500
$24.92
$37,380.00
FECHHEIMER
35W78862/227R78862
1500
$35.85
$53,775.(
6 MEN'S/WOMEN'S SHIRT - LONG SLEEVE, ZIPPER
MARTIN'S
23498/23448
72
$27.50
$1,980.00
FECHHEIMER
11W7845Z
72
$34.80
$2,505.
7 MEN'SANOMEN'S SHIRT -SHORT SLEEVE, ZIPPER
MARTIN'S
2414
3000
$21.08
$63,240.00
FECHHEIMER
687R78862/277R78862
3000
$31.50
$94,500.00
8 MEN'S/WOMEN'S SHIRT - SHORT SLEEVE
"MARTIN'S
22338122310/22350/22388
1500
$16.10
$24,150.00
';FECHHEIMER
4203/3203
1500
$22.90
$34,350.00
9 MEN'S/WOMEN'S SHIRT - LONG SLEEVE
MARTIN'S
23350/23388/23338/23380
250
$17.10
$4,275.00
FECHHEIMER
35W5400/126R5400
250
$27.50
$6,875.00
TOTAL GROUP 1 (ITEM 1 THRU 9)
$224,288.50
$304,180.60
GROUP 2 • MISCELLEANEOUS SLACKS, TROUSERS
1 MILITARY FATIGUE TROUSERS
PROPPER
370
150
$25.20
$3,780.00
PROPPER
370BLK
150
$19.95
$2,992.50
2 MARINE &BEACH PATROL PANTS -LONG
: SPORTIF
67417014
48
$48.20
$2,313.60
SPORTIF
674170
48
$49.99
$2,399.52
3 MARINE & BEACH PATROL PANTS - SHORT
SPORTIF
670170
96
$34.58
$3,319.68
SPORTIF
6701701630170
96
$35.55
$3,412.80 m
4 STAFF MEN'S DRESS UNIFORM TROUSERS
MARTIN'S
28848S
18
$43.29
$779.22
FECHHEIMER
34291 or 32278
18
$59.00
$1,062.00
5 STAFF WOMEN'S SLACKS
MARTIN'S.
28898S
12
$43.29
$519.48
FECHHEIMER
33333WT
12
$77.00
$924.00
6 STAFF WOMEN'S SKIRT
MARTIN'S
14878S
12
$43.29
$519.48
FECHHEIMER
38033DW
12
$75.50
$906.00
7 STAFF MEN'S SLACKS PLAIN FRONT
MARTIN'S
28848S
100
$43.29
$4,329.00
FECHHEIMER
27333 MDD/SP
100
$77.00
$7,700.00
8 STAFF WOMEN'S SKIRT
MARTIN'S
28878S
24
$43.29
$1,038.96
FECHHEIMER
38033W
24
$75.50
$1,812.00
9 TWO-PIECE SQUAD SUIT PANTS
TOPPS
PA60 1139
96
$41.05
$3,940.80
TOPPS
PA60-1139
96
$40.00
$3,840.00
r:
TOTAL GROUP 2 (ITEM 1 THRU 9)
$20,540.22
$25,048.82
c
GROUP 3. SHIRTS AND BLOUSES
1 MILITARY FATIGUE SHIRTS
PROPPER
462
150
$29.08
$4,362.00
PROPPER
462BLK
150
$28.00
$4,200.00
2 MEN'S CAREER SHIRT - LONG SLEEVE
MARTIN'S
23910
48
$15.24
$731.52
EDWARDS
1160.00
48
$15.25
$732.00
3 WOMEN'S CAREER SHIRT - LONG SLEEVE
MARTIN'S
23990
24
$15.24
$365.76
EDWARDS
5160-00
24
$15.25
$366.00
4 MEN'SWOMEN' KNIT GOLF SHIRT - SHORT SLEEVE
MARTIN'S
30264
500
$24.00
$12,000.00
I HARTWELL
8000
500
$18.00
$9,000.00.
5 SHIRT - SHORT SLEEVE, DENIM BLUE
CREIGHTO
1401
200
$21.66
$4,332.00
3 CREIGHTON
1401
200
$26.75
$5,350.00
6=SHIRT -TWO PIECE SQUAD SUIT
TOPPS
JK681139
96
$37.76
$3,624.96
i=TOPPS
JK68-1139
96
$38.95
$3,739.20
TOTAL GROUP 3 (ITEMS 1 THRU 6)
$25,416.24
$23,387.20
GROUP 4 - JACKETS, BLAZERS, AND SWEATERS
b ��� JACKET (HEAVY) WITH LINER, BLUE
SPIEWAK
2775
300
$220.86
$66,258.00
i FECHHEIMER
78140
300
$228.00
$68,400.00
SPRING/FALL JACKET WITH ZIP -IN LINER
SPIEWAK
2700
100
$129.95
$12,995.00
FECHHEIMER
58140
100
$185.00
$18,500.00
Prepared by Glenn Marcos, 11/21/00
Page
1 of 2
Approval by: Depart
vent
Director
3 LIGHTWEIGHT JACKET WITH LINER
4 bRESS BLOUSE JACKET
5 STAFF SWEATER - LONG SLEEVE WITH FELT
6 MEN'S/WOMEN'S CIVILIAN SWEATER - LONG SLEEVE
7 ' MEN'S BLAZER
8 WOMEN'S BLAZER
9 NYLON RAID JACKET
TOTAL GROUP 4 (ITEMS f THRU 9)
GROUP 5 - UNIFORM CAPS, VISORS AND HATS
1 UNIFORM CAP (REGULAR AND SERGEANT)
2 UNIFORM CAP (REGULAR, SGT., LT., &ABOVE)
3 UNIFORM CAPT WITH EMBROIDERED BULLION VISOR
4 BASEBALL STYLE CAP MESH BACK
5 COWBOY HAT
TOTAL GROUP 5 (ITEMS 1 THRU 5)
GROUP 6 - EMBLEMS, INSIGNIAS, AND PATCHES
1 MISCELLANEOUS EMBLEMS
2 BICYCLE PATROL DETAIL PATCH
3 SLEEVE STRIPE GOLD
4 NAME TAPES
5 P BUTTONS FOR UNIFORM SHIRTS
6 SILK SCREENING REQUESTS
LESS THAN 36 SCREENS PER ORDER
TOTAL GROUP 6 (ITEMS 1 THRU 5)
GRAND TOTAL (GROUPS ,1 THRU 6)
Discount if awarded all items:
Exceptions to Specifications:
4
CITY OF MIAMI
TABULATION OF BIDS
BID NO. 00-01-022: UNIFORM CLOTHING
MARTINS LAMAR UNIFORMS
7230 NW 46 STREET
MIAMI FL 33166
NON-MINORITYIDADE
BLAUER
326 24
$79.98
$1,919.52
FECHHEIM
34891 24
$249.55
$5,989.20
BLAUER
205 24
$43.58
$1,045.92
MARTIN'S
14648 36
$30.03
$1,081.08
MARTIN'S
30828S 48
$127.62
$6,125.76
MARTIN'S
28858S 6
$127.62
$765.72
MARTIN'S
24508 72
$20.64
$1,486.08
$97,666.28
MIDWAY
14778 18
$18.00
$324.00
MIDWAY
32784 600
$23.94
$14,364.00
MIDWAY
31708 18
$56.75
$1,021.50
BLAUER
9150 1500
$23.48
$35,220.00
STRATON
S42 12
$44.38
$532.56 .
$51,462.06
MARTIN'S
MARTIN'S
MARTIN'S
MARTIN'S
MARTIN'S
5500
250
24
500
4000
1
1
2%
MALE TROUSERS, WINDBREAKER SNAP JACKET
$1.75
$5.97
$10.00
$2.00
$0.80
$9.50
$4.50
$9,625.00
$1,492.50
$240.00
$1,000,00
$3,200.00
$9.50
$4.50
$15,571.50
$454,9M4141
$426,294.12
HARRISON UNIFORMS
3850 N. MIAMI AVENUE
MIAMI FL 33127
NON-MINORITY/LOCAL
BLAUER
326 24
$79.95
$1,918.80
FECHHEIMER
34891 24
$200.00
$4,800.00
BLAUER .
205 24
$46.95
$1,126,80
SFKM
6325 36
$31.95
$1,150.20
BAYER
8113 48
$104.50
$5,016.00
HARDWICK
BELLE 6
$124.50
$747.00
HARTWELL
1621 72
$19.95
$1,436.40
$103,095.20
MIDWAY
8PT
18
$18.00
$324.00
MIDWAY
5 STAR
600
$25.00
$15,000.00
MIDWAY
5 STAR w/ EMB.VISOR
18
$62.00
$1,116.00
?BLAUER
9150 MPD
1500
$21.00
$31,500.00
ALBOUM
COWBOY HAT
12
$46.95
$563.40
$48,503.40
FLORIDA EMB.
5500
$1.45
$7,975.00
FLORIDA EMB.
250
$5.50
$1,375.00
RICE
24
$8.75
$210.00
HARRISON
500
$1.50
$750.00
WATERBURY
4000
$0.50
$2,000.00
1
$2.00
$2.00
1
$1.50
$1.50
$12,313.4
$516,528.72
None
Gp. 2, item #4 - 2 ply, Gp. 4, item #1& 2 -Fechheimer brand blc Spiewak will not sell to
Harrison; Gp. 4, item #4-Fabric is 2 ply
Prepared by Glenn Marcos, 11/21/00 Page 2 of 2
Approval by: 6partment Director
BID ITEM:
CITE' OF MIAMI OF THE CITY CLERK
HID SECURITY LIST
UNIFORM CLOTHING
BID NO: "" L-"
DATE BID(S) OPENED: NOVEMBER 20, 2000 TIME 1:00 a.m.
BIDDER TOTAL BID BID BOND (ER)
AMOUNT CASHIER'S CHECK
HARRISON UNIFORM C / > See attached id
4
MARTIN'S LAMAR UNIFORMS "
NO BID
A.T.C. UBIFORMS INC.
nji
IBILEY e' NMI
-
BISCAYNE HAVANA FIRE & SAFETY
Mots
FCX INTERNATIONAL
o y
FLORIDA POLICE PROnUCTS
D�CL
TIDEWATER POLICE
ewz
FAX
MUNICIPAL EQUIPMENT CO. t f
LOWS GUN SHOP & POLICE SUPPLY
1
efrn i
LAW ENFORCEMENT SUPPLAY _
US CAVALRY, INC.
WEINBRENNER SHOE CO.
received timely as Q f the abo.; a cpe�:,3 --
.�2�—+
ners
are espouse o
dc'e E
hereby rejected as late." M:3 sohcl±ctiQn, nd•,
Person receiving bid(s) received L.) envelops on behalf of
PURCHASING DEPARTMENT
(City Department) on
(Date)
SIGNED: Jerk 0 ®-10 5 4
�*ePutY City'
wlli, Florida Bid No. 00-01-22
06.1 BID CERTIFICATION FOR**
�lviailing Date: October 27, 2000 Buyer: Glenn Marcos
Bid No.:00-01-22 Fax: 305-416-1925
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days after approval by the Financial
Oversight Board.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
We (I) certify that we have read your Invitation for Bids completed the necessary documents, and propose to furnish
and deliver, F.O.B. DESTINATION, the items or services specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
1-30 number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
1 number of calendar days required before commencement of work.
Delivery will be made within 1 _30 calendar days after receipt of purchase order.
Terms: 2%-10 days WA Net 30 days x Additional discount of 2 % if awarded all items.
-0- (include cash discount for prompt payment, if any) Other Discounts: -0-
Contact Person/Telephone: Sf&K)e 54-icl= / QA±y J nx-.Fb1c1sr 30 5 1500
Term of Warranty for Goods/Equipment: lvear
Term of Warranty for Labor: N/A
All exceptions to this bid have been documted in the section below.
EXCEPTIONS: AtrAe_m*n�(,a&e1,A11AVe.Jft
We (I) certify that any and all information contained in this bid is true; and I further certify that this bid is made
without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the
same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by
all terms and conditions of this IFB and certify that I am authorized to sign this bid for the bidder. Please print the
following and sign your name:
Firm's Name: Martin's Iatar Lhifam s Telephone: 305-593-1500
Principal Business Address: Fax: 305�477-2%8
attyfTnFrt 'W' Name: ¢pm ct idmrrn
Mailing Address: 72-C NW 46 Title:
n4iaTti t.T, 3166 Authorized Signature:
E-Mail Address: eeper: 800-627-8467 X17
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID.
00-1054
„Iiami, Florida
Bid No. 00-01-22
6.7 BIDDER QUALIFICATION STATEMENT
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None”, or "Not Applicable", as appropriate. Please print.
COMPANY NAME: Martin's Later Uiifcrm
COMPANY OFFICERS:
President Gerald Benst ck Vice President Sml SchechtEX
Treasurer _Aa-t� rg4y�
COMPANY OWNERSHIP:
Nit 's Tatar thif=s ig a djyiscjcn of 9sErior %of ownership
Uiifc n Grap t dch is p p i ca]1y tracbd rn th-- % of ownership
Amrimn stccc % of ownership
% of ownership
LICENSES:
1. County or Municipal Occupational License No. 208183-4 / 146867--0002
(attach copy with bid)
2. Occupational License Classification 206 tranuEacturim_ / maritzot„rim Y ertatixe
3. Occupational License Expiration Date: 09-30-01 / 09-30- 01
4. Metro -Dade County Certificate of Competency No. KI'R
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 11-1385670
EXPERIENCE:
6_ Number of Years your organization has been in business: 78± tiaars
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 13 yrs
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 78 years
00-iel ua4
BID ITEM:
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
UNIFORM CLOTHING
er j L/
BID NO: vv-vl-« P, —
DATE BID(S) OPENED: NOVEMBER 20, 2000 TIME 1:00 a.m.
BIDDER
HARRISON UNIFORM
.MARTIN'S LAMAR UNIFORMS
NO BID
A.T.C. UBIFORMS INC.
IBILEY
BISCAYNE HAVANA FIRE & SAFETY
FIRE INTERNATIONAL
FLORIDA POLICE PRODUCTS
TIDEWATER POLICE
MUNICIPAL EQUIPMENT CO.
LOWS GUN SHOP & POLICE SUPPLY
LAW ENFORCEMENT SUPPLAY
US CAVALRY, INC.
WEINBRENNER SHOE CO.
TOTAL BID BID BOND (ER)
AMOUNT CASHIER'S CHECK
See attached bid
received ttxrieiy as of tl;
aboe aens e h e on y O er,
x g dce and t=
core hereby resorg e o t so?cFt �- .r .
- - Y rejected as late." argon, y¢ any,
Person receiving bid(s) received
PURCHASING DEPARTMENT
(City Department) on
SIGNED:
4eplutyity lerk
enve p on behalf of
I I lao ioo
(Date)
V
It
CITY OF MIAMI
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500
Pan American Drive, Miami, FL 33133 for the following:
BID NO. 00-01-22 UNIFORM CLOTHING
OPENING DATE: 1:00 P.M. MONDAY, November 20, 2000
(Deadline for Request of additional information/clarification:
November 13, 20001
A MANDATORY pre -bid conference will be held at Miami Riverside Center, located at 444 SW 2nd
Avenue,. 6fh floor, (large conference room) Miami, Florida on November 2, 2000, at 10:00 a.m. The
purpose of this conference is to allow potential Proposers an opportunity to present questions to
staff and obtain clarification of the requirements of the Bid documents. It is mandatory that a
representative (s) of the bidder attend in order to qualify to bid.
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE
COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD
PRINT).
Carlos A. Gimenez CITY OF MIAMI
City Manager LOGO
AD NO. 3541
`C'�
-v
Ft
. .
F�e
-City...Of, Miami
This number, must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: Please type and -attach a copy of the adverti' ment with thireguisition.
1. Department*
2. Division -
POLICE
ADMINISTRATION
3. Accp'unt C6de'number:
4. Is this. a confirmation:
5. Prepared, by:
001000:290201.6.287:
—1:1 Yes 0 No
LOURDES RODRIWHZ
6..Size of advertisement:
7. Starting date:'
8; Telephone number:
10/27/00
(305) 579=6413
9. Number of times this advertisement, is to be'
10. Type of advertisement:
Publi.shed: ONCE
U Legal El' Classified. El Display
11. Remarks7
Purchase,'uniform clothing.for the Police* Department.
BID NO. 00-01-022
12.
bate(s) of
Advertisement
Invoice No.,
Amount
Publication
MIAMI TIMES',
MIAMI REVIEW
DIARIO LAS AMERICAS
3
C5 -
_CZ)
65-
V "7
.13.
Approved
❑ Disapproved
Department Director/Designee, Date
Approved for Payment Date
c Gs/Pc 503 Rev. 19/89 Routing-_ Forward White.and Canary to G.SA (Procurement Management) and retain Pink copy.
i
W1Q1n1UW1.W WMW %,alldFy - UUPUFLITItHit