Loading...
HomeMy WebLinkAboutR-97-0650J-97-592 8/28197 RESOLUTION NO. 97 - r ,� n A RESOLUTION ACCEPTING THE BID OF MARTIN'S LAMAR UNIFORMS, FOR THE FURNISHING OF UNIFORM ACCESSORIES TO THE DEPARTMENT OF POLICE, ON A CONTRACT BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT OF $42,400.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.290201.6.075; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE PURCHASES. WHEREAS, pursuant to public notice, sealed bids were received February 24, 1997 for the furnishing of uniform accessories to the Department of Police, on a contract basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods; and WHEREAS, invitations for Bid No. 96-97-036 were mailed to sixty-two (62) potential bidders and one (1) response was received; and WHEREAS, Funds for these purchases are available from Account Code No. 001000.290201.6.075; and and WHEREAS, these uniform accessories will be used to equip City of Miami Police Officers; WHEREAS, the City Manager and the Chief of Police recommend that the bid received from Martin's Lamar Uniforms, be accepted as the lowest most responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: C COMM UM MEETING OF S E P 2 3 1997 Resolution No. 9'7- 650 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 February 24, 1997, bid submitted by Martin's Lamar Uniforms for the furnishing of uniform accessories to the Department of Police, on a contract basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount of $42,400.00, is hereby accepted, with funds therefor hereby allocated from Account Code No. 001000.290201.6.075. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for these purchases. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 23rd day of September , 1997. ATTES : WALTE , CITY CLERK PREPARED AND APPROVED BY: z�lx�z/--� R -EL 0. DIAZ, DEPUTY CITY AT RNEY W 1846:CSK APPROVED AS TO FORM AND CORRECTNESS: QUJP N JON II CITY AT,TOR 2 97- 650 TO FROM 0 CITY OF MIAMI, FLORIDA 21 INTER -OFFICE MEMORANDUM Honorable Mayor and Members of the City Commission City Manager RECOMMENDATION: DATE: AUG 2 7 1907 FILE SUBJECT: Authorizing the furnishing .of REFERENCES: Uniform Accessories __ .. ENCLOSURES: Bid No. 96-97-036 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Martin's Lamar Uniforms (publicly owned), a Non-Minority/Dade County vendor, located at 7230 N. W. 46 Street, Miami, Florida 33166, for the furnishing of uniform accessories on a contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods for the Department of Police, at a total proposed annual amount of $42,400.00. Funds are available from Account Code No. 001000.290201.6.075. BACKGROUND: The Miami Police Department must have the ability to provide uniforms to its sworn and civilian employees. The Department of Police. has analyzed the bids received pursuant to Bid No. 96-97-035 for the furnishing of uniform accessories. Sixty-two (62) invitations for bids were mailed and one (1) response was received. Martin's (Lamar Uniforms submitted the lowest most responsible and responsive bid, and is therefore recommended for award. MemoUniformAccessO36 � 9 — a Ia.V4 Bid No. 96-97-36 •A TNDOR BACKGROUND INFO*`MN 1 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 OFFICERS: President Gerald Benstoc',, Secretary John W. Johansen Vice President Saul Schechter Treasurer John W. Johansen COMPANY OWNERSHIP: Martin's Lamar Uniforms is a division of Superior Surgical which is a publicly owned company traded on the Am Stock Exchange LICENSES: 1. County or Municipal Occupational License No. (attach copy with bid) - 2. Occupational License Classification tA:�tkcL�:c.SALL S4t-ti5 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. I(— 1 -�,9)5 6'ZO EXPERIENCE: 6. Number of Years your organization has been in business: 75 f years of ownership of ownership % of ownership % of ownership 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: 10 years 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: 7 5 3 97- 650 BID NO. 96-97-036: POLICE UNIFORM ACCESSORIES TABULATION OF BIDS WITH EXTENDED AMOUNTS ITEM DESCRIPTION: GROUP 1 - SHORTS, PANTS, COVERALLS, & T-SHIRTS 1 ATHLETIC COACHING SHORTS 2 GYM SHORTS 3 SWEAT PANTS 4 COVERALLS 5 SHORT SLEEVE COLORED T-SHIRT GROUP 2 - HELMET 1 SCHOOL CROSSING GUARD PITH HELMET GROUP 3 - LEATHER GOODS, SHOES, & BOOTS k 1 HONOR GUARD CROSS STRAP 2 D-RING 3 WEB BELT BLUE 4 BOAT SHOE MARINE PATROL 5 DECK BOAT SHOE MARINE PATROL 6 GARRISON BELT SILVER OR GOLD 7 WEB BELT BLACK 8 MALE OR FEMALE SHOE 9 SAFETY SHOE MALE/FEMALE 10 SNEAKER SHOE MALE/FEMALE j 11 STAFF TROUSER BELT 12 STAFF MAGAZINE POUCH 13 STAFF DUTY HOLDER 14 TIARA DUTY HOLSTER 15 TIARA DUTY BELT ..� 16 TIARA MAGAZINE POUCH (' 17 TIARA BELT KEEPERS 18 TIARA CUFF CASE �p GROUP 4 - RAINWEAR 1 ONE PIECE RAINCOAT Ln MARTINS LAMAR UNIFORMS 7230 NW 46 ST IAMI FL 33166 NON-MINORITY/DADE PRICE PER ITEM MANUF./ MODEL/ EST. 1 ST YEAR 2ND YEAR 3RD YEAR BRAND STYLE CITY. UNIT PRICE EXT. AMOUNT UNIT PRICE EXT. AMOUNT UNIT PRICE EXT. AMOUNT RUSSELL 14447SK/14178 72 $ 17.54 $ AUGUSTA 14188 361, $ 7.55 $ (MARTIN'S 31938 12 $ 10.93 $ MARTIN'S 25318 500 $ i 25.48 $ HANES 25058 3001 $ 6.196 $ 1,263.02 $ 18.33 $ 1,319.86 $ 19.16 $ 1,379.25 271.66 $ 7.89 $ 283.88 $ 8.24 $ 296.66 131.12 $ 11.42 $ 137.02 $ 11.93 $ 143.1'10 12,740.00 $ 26.63 $ 13,313.30 $ 27.82 $ 13,912.40 2,087.40 $ 7.27 $ 2,181.33 $ 7.60 $ 2,279.49 `;MIDWAY 12 $ 14.46 $ 173.46 $ 15.11 $ 181.27 $ 15.79 $ 189.42 MIXSON 77T/32098 72 $ 20.09 $ 1,446.48 $ 20.99 $ 1,511.57 $ 21.94 $ 1,579.59 MIXSON DK2/26750 72 $ 4.51 $ 324.58 $ 4.71 $ 339.18 $ 4.92 $ 354.45 IMARTIN'S 26288 24 $ 2.45 $ 58.80 $ 2.56 $ 61.45 $ 2.68 $ 64.21 OMEGA 14668 24 $ 44.10 $ 1,058.40 $ 46.08 $ 1,106.03 $ 48.16 $ 1,155.80 I RAINFAIR 14667 24 $ 9.02 $ 216.38 $ 9.42 $ 226.12 $ 9.85 $ 236.30 MARTIN'S 26036 200 $ 8.82 $ 1,764.00 $ 9.22 $ 1,843.38 $ 9.63 $ 1,926.33 tMARTIN'S 26281 96 ,$ 2.45 $ 235.20 $ 2.56 $ 245.78 $ 2.68 $ 256.84 THOROGOOD 32505/26456 700 $ 36.26 $ 25,382.00 $ 37.89 $ 26,524.19 $ 39.60 $ 27,717.78 THOROGOOD 14676/77178/79 24 $ 58.80 $ 1,411.20 $ 61.45 $ 1,474.70 $ 64.21 $ 1,541. ITHOROGOOD 16800116607 500 $ 53.17 $ 26,582.50 $ 55.56 $ 27,778.71 $ 58.06 $ 29,028. MIXSON 175/26762 24 $ 20.50 $ 492.04 $ 21.42 $ 514.18 $ 22.39 $ 537.32 MIXSON 301-V/32704 24 $ 11,03 $ 264,60 $ 11.52 $ 276.51 $ 12,04 $ 288,95 MIXSON BH-717/32037 24 $ 22.54 $ 540.96 $ 23.55 $ 565.30 $ 24.61 $ 590.74 MIXSON 904 TLK/14619 1200 $ 50.80 $ 60,963.84 $ 53.09 $ 63,707.21 $ 55.48 $ 66,574.04 JMIXSON 742%321006 500 $ 26.73 $ 13,367.20 $ 27.94 $ 13,968.72 $ 29.19 $ 14,597.32 MIXSON 301V/14620 500 $ 12.38 $ 9 6,188.70 • $ 12.93 $ 6,467,19 $_ 13.52 $ 6,758.22 MIXSON K-2/32061 1200 $ 2.16 $ 2,587.20 $ 2.25 $ 2,70�., $ 2.35 $ 2,825.29 MIXSON HC-2V/32281/82 500 $ 14.80 $ 7,399.00 $ 15.46 $ 7,731.96 $ 16.16 $ 8,079.89 RAINFAIR 5/2803198/26908 96 $ 78.20 $ 7,507.58 $ 81.72 $ 7,845.43 $ 85.40 $ 6,108.47 Prepared by Maritza Fresno, 3/3/97 Page 1 of 2 &epartment Director Approval: �=�s2 a BID NO.96-97-036: POLICE UNIFORM ACCESSORIES TABULATION OF BIDS WITH EXTENDED AMOUNTS ITEM DESCRIPTION: 2 ONE PIECE RAINCOAT/REVERSIBLE 3 TWO PIECE RAINCOAT GROUP 5 - UNIFORM ACCESSORIES 1 WHITE GLOVES 2 SCARF 3 CITATION CORD 4 TIE 5 CROSS OVER TIE 6 "P" BUTTONS 7 ACRYLIC BREAST NAME PLATE/SWORN 8 ACRYLIC BREAST NAME PLATE/CIVILIAN 9 SHOULDER BOARD 10 NAME TAPES 11 UNIFORM SOCKS 12 UNIFORM SOCKS OVER THE CALF GROUP 6 - NYLON GOODS 1 NYLON DUTY BELT 2 NYLON DUTY HOLSTER 3 NYLON MAGAZINE POUCH 4 NYLON KEEPERS 5 NYLON HANDCUFF CASE 6 NYLON PR 24 HOLDER 7 NYLON BATON HOLDER 8 NYLON GLOVE HOLDER 9 NYLON RADIO HOLDER 10 RADIO CASE TIARA 11 NYLON UNDER BELT 12 NYLON MACE HOLDER TOTAL: Prepared by Maritza Fresno, 3/3/97 Page 2 of 2 MARTINS LAMAR UNIFORMS 7230 NW 46 ST IAMI FL 33166 NON-MINORITY/DADE PRICE PER ITEM MANUF./ MODEL/ EST. 1 ST YEAR 2ND YEAR 3RD YEAR BRAND STYLE CITY. UNIT PRICE EXT. AMOUNT UNIT PRICE EXT. AMOUNT UNIT PRICE EXT. AMOUNT RAINFAIR 2200-4698/32406 96 $ 135.09 $ 12,968.93 $ 141.17 $ 13,552.53 $ 147.52 $ 14,162.39 BLAUER 950-26951/26938 48 $ 194.04 $ 9,313.92 $ 202.77 $ 9,733.05 $ 211.90 $ 10,171.03 MARTIN'S 26620 48 $ 2.30 $ 110.54 $ 2.41 $ 115.52 $ 2.51 $ 120.7& MARTIN'S 26540 48 $ 4.66 $ 223.44 $ 4.86 $ 233.49 $ 5.08 $ 244.0 MARTIN'S 26535 48 $ 7.60 $ 364.66 $ 7.94 $ 380.97 $ 8.29 $ 398.11 BROOME 900130/26491 48 $ 2.89 $ 138.77 $ 3.02 $ 145.01 $ 3.16 $ 151.54 BROOME 900TV/26631 24 $ 2.45 $ 58.80 $ 2.56 $ 61.45 $ 2.68 $ 64.21 WATERBURY 825/2582525825 500 $ 0.38 $ 191.10 $ 0.40 $ 199.70 $ 0.42 $ 208.69 CLASSLINE/ 32900 12 $ 43.84 $ 526.02 $ 45.81 $ 549.70 $ 47.87 $ 574.43 BLACKINGTO 32900 12 $ 83.62 $ 1,003.48 $ 87.39 $ 1,048.64 $ 91.32 $ 1.095.83 MARTIN'S 25865 24 $ 14.70 $ 352.80 $ 15.36 $ 368.68 $ 16.05 $ 385.27 MARTIN'S 14109 1000 $ 1.18 $ 1,176.00 $ 1.23 $ 1,228.92 $ 1.28 $ 1,284.22 THORLO 3000 $ 5.39 $ 16,170.00 $ 5.63 $ 16,897.65 $ 5.89 $ 17,658.04 THORLO 300 $ 6.62 $ 1,984.50 $ 6.91 $ 2,073.80 $ 7.22 $ 2,167.12 ,MIXSON NB225/14636 600 $ 19,28 $ 9,638.30 $ 20.14 $ 10,072.02 $ 21.05 $ 10,525.26 MIXSON M04LK/14633 1200 ,$ 44.41 $ 53,296.32 $ 46.41 $ 55,694.65 $ 48.50 $ 58,200.91 MIXSON NMAG-1/14630 500 $ 8,26 $ 4,130.70 $ 8.63 $ 4,316.58 $ 9.02 $ 4.510.83 IMIXSON NK-1114635 1200 $ 4.38 $ 5,256.72 $ 4.58 $ 5.493.27 $ 4.78 $ 5,740.4� 4MIXSON NHC-1/14632 500 $ 11.24 $ 5,620.30 $ 11.75 $ 5,873.21 $ 12.28 $ 6,137.5 MIXSON NPR-24/14629 96 $ 4.69 $ 450.64 $ 4.91 $ 470.92 $ 5.13 $ 492.11 MIXSON NTB-1/14628 96 $ 9.41 $ 903.17 $ 9.83 $ 943.81 $ 10.27 $ 986.28 IMIXSON NGH/14631 96 $ 7:65 $ 734.76 $ 8.00 $ 767.83 $ 8:36 $ 802.38 �MIXSON N188/S14637 200 $ 18:93 $ 3,786.72 $ 19.79 $ 3,957.12 $ 20.68 $ 4,135.19 MIXSON 188SVy/14'639 200 $ 24-10 $ 4,819.64 $ 25.18 $ 5,036.52 $ 26.32 $ 5,263.17 IMIXSON NB15V/26931 500 $ 11780 $ s 5,899.6b $ 12.33 $ 6,165.08 $ 12.89 $ 6,442.51 xMIXSON NMS/29930 200 $ 8.85 $ 1,769.88 $ 9.25 $ 1,84952 . $ 9.66 $ 1,932.75 $ 315,346.95 $ 329,537.56 $ 344,366.75 PRICE REFLECTS A 2% DISCOUNT " /In Department Director Approval: • M BID NUMBER: 96-97-036 COMMODITY / SERVICE: Uniforms Accessories for Police- DEPARTMENT/CONTACT PERSON: Police - Jay Pollen DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the - Procurement Management Division (PMD). The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to PMD. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by PMD to prepare the resolution memo and the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to PMD immediately. Emergency procurements are exempt. Contact Maritza Fresno of the Bid/Contract Section at 4013KM or 416-1907 should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE: DATE: BIDRECOM.DOC 2/28/97 PAGE 1 OF 2 PAGES 97- 650 7 BID NUMBER: 96-97-036 BID AWARD RECOMMENDATION FORM COMMODITY/SERVICE: Uniforms Accessories for Police DEPARTMENT / DIVISION: Police TERM OF CONTRACT: Contract for One (1) year with the option to extend for two (2) additional one (1) year periods. NUMBER OF BIDS DISTRIBUTED: sixty-two (62) NUMBER OF BIDS RECEIVED: one (1) METHOD OF AWARD: Lowest most responsible and responsive bid. RECOMMENDED VENDOR(Sh STATUS: CONTRACT VALUE: Martins Lamar Uniforms Non-Minority/Dade Co.. $42,400.00 TOTAL: . $42,400.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Miami Police Department must provide uniform accessories for its employees. ACCOUNT CODE(S): 001-000.290201.6. 075 DEPARTMENT PPROVAL: BUDGPT REVIE)ff fkPPROVAL: P Department Director/ 17j -"M56rB Di pak M. Parekh Designee Q ���ii�� Director OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: I PAGE 2 OF 2 PAGES AL: ""Judy S. Carter LJ ief Procurement Officer 9"7- 650 • • TIME PERIOD 1992 to present CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: UNIFORM ACCESSORIES FOR POLICE BID NO.96-97-036 AWARDED TO: Martin's Lamar Uniforms 92-93-010 & 011 (Contract period- 4/93 to 4/97) PRIOR CONTRACT AWARD: (SEE ABOVE) DOLLAR AMOUNTS $1,553,378.95 (including extensions) SUMMARY OF CONTRACTS. DOC 9'7- 650 9 01 111D 1TXXt 'ID NO.a llp iISPRITYLIST 1-1 UNIFORH ACCESSORIES FOR POLICE DATD DID(i) CPXNZD: wput 96-97-036 FEBRUARY 24, 1997 11:00 a.m. ®TA SAM.MALLEN CO. See attached bi Official Check #70762771 RITZ SAFETY EQUIPMENT INC.• fif 13,�2��.36 heck # 510340172 MARTIN'S LAMAR UNIFORMS�*�}-�L¢¢� » m �� Official Check #-026665 67.61 NO BID ' ARAMARK SERVICES. UNICOMMERCE OUTDOOR OUTFITS TICEWATER POLICE & SPORTSMAN BILL.FRITZ ZIPP SPORTING GOODS, INC. AMERICAN I.D. PRODUCTS M MN_ Nr-N'MMNNY_ AMERICAN NiILLS SAFETY PRODUCTS, INC. NMM�N-N -M�N•�-��N-f--M_-- ANON SPORTS, INC. GORDON BROTHERS FLIGHT SUITS, LTD.77 VALOR CORPORATION OF FLA. j97�pl GRAINGER. N-OMI-- O»eNN e_ �3 CAROL BRANTLEY METRO USA. MM_ BNS• SPORTS -- M_N FECHHEIMER "Offers . from . the vendors listed I Be Qrein are the on offers %A"-v(�,. V't.'G1«t�iAj Latiw ll. 1A kA 1'P7Y'� F' i other offers submitted in response to this solici.ation, if any, t Xe herqhy �re'ected-xi.- laze. - — a0 (,40 etveloDhs on t4helt of •ssoa aasaiTIAS 1►40-6 GSA/SOLID WASTE -PROCUREMENT DIVISION a• � ;-� �� (City 04pattsaat) ___ _ _ Dvty GitT C1ar1�) CASH CHECKS TOTAL o? �"' DATE .1 A/C/D DESCRIPTION/SOURCE s:1115P7 �-a ' 'Z 4Y X� EXPLANATION / NOTES - IN CITY OF MIAMI DEPARTMENT OF FINANCE CASH RECEIPTS FORM RECEIVED FROM: Deparime VDiWsion Page / of / J— Prepared by:,(, j l ' IF iumm no ACCOUNTCODE Kim L• L L L AMOUNT($) ■ i jeform.xls L >1 lot RITZ SAFETY EQUIPMENT, INC. 1851, North Powerfine Road Pompano Beach, FL 33069 .(994) 911.3176 (800) 451.3077 FAX: (954) 9714272 bear, 11r, Lunt-v' 0 T1 n p Lip h-.".�b yoi-O- hid for, of o eT,« 0 rl t t 0 v - w P. %I !-'.he off mt rlur'b..ah.p. (.0 f t .-(j 1 ed Anci a�.ikpf'' US 0 t h ISSIAC;?iI to n 1':t t v e"A I J. (J. '71' r'..rno 1-6 1 Y t ho rho.-k t 1--f U-; Y QiAv e 'her- had bQ 0 n i S �1 d f r, an o' ph y y y 13 f4 rj Cl[hey had voi(fed mt,it that hAri rp. ssmod that -rA 0 S t have in voi-ir p rs s,tl n a T1 d v fl J. d 'h Th-..jy havo i;o z;-!) r-i4pla1«o t h a t P. n p i.:m+ W.i 11 r, r" + p R 9 0 'A 'r -11' J. I thf'v haVe tJ`rp bad o-ne it have hf ho t t w h A t h�rspp6r!ed 111). C I- v P Y (I I.." ":f 3� r. 11 'A In F p- ri. f-1 Ph'c� r) 0 n % t m h F."i" 154 —9 &'.j —7 4 !-N.A if Q I C"al. 1' in S (,,.k n r�--.k 9, n rj s 9 1,' ri ;A p r 40t, t t' f 11. Maurpun. Rocker,t Nip'. ►►' 600 LO L 50 3►10 1: LO 20000 L81:8 LO 9 3 7 7 5 LO L 6 2 7 7 L►►o THE VARIABLE TONE BACKGROUND AREA OF THIS DOCUMENT CHANGES COLOR GRADUALLY AND SMOOTHLY FROM DARKER TONES AT BOTH TOP AND BOTTOM TO THE LIGHTEST TONE IN THE MIDDLE. 110600 LO L 50 3►►' 1: LO 20000 L8413 L09 3 7 7 5 LO 340 L 7 2►►' THE VARIABLE TONE BACKGROUND AREA OF THIS DOCUMENT CHANGES COLOR GRADUALLY AND SMOOTHLY FROM DARKER TONES AT BOTH TOP AND BOTTOM TO THE LIGHTEST TONE IN THE MIDDLE. ►►MO 2 566 58►►' 1: 1140000 191: L64 100 198 L►►' THE ORIGINAL DOCUMENT HAS REFLECTIVE WATERMARK ON THE BACK THE ORIGINAL DOCUMENT HAS REFLECTIVE WATERMARK ON THE BACK I CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 96-97-035 Furnishing Uniforms for Police on a contract basis for one (1) year. OPENING DATE: 10:00 A.M. FEBRUARY 24, 1997 BID NO. 96-97-036 Furnishing Uniform Accessories for Police on a contract basis for one (1) year. OPENING DATE: 1 1:00 A.M. FEBRUARY 24, 1997 Detailed specifications for these bids are available upon request at the City of Miami, Procurement Division, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904. Edward Marquez City Manager AD NO. 4302 & 4303 1 CITY OF MIAMI LOGO m n_JJ� C �D t'J r �N Op City of Miami i 06303 This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type and attach a co pj of the advertisement with thig . reguisition. 1. Department: 2. DMsion:, POLICE 3. Account Code'.number: 1, 4. Is this a confirmation: .5. Prepared by: 290201-773 4 ❑ Yes No GLADYS BERMUEZ 6. Size of advertisement: 7: Starting date: 8. Telephone number: LEGAL 1/U/97 416-1922 9. Number of times this advertlis'ement is to be 10. Type of *advertisemeni: published: (1) ONE 1 0 Legal El Classified E] Display 11. Remarks: - UNIFORM ACqESSORIES BID NO. 96-97-036 12. i,Y% Date(s) of Publ ication. ; Advertisement Invoice No. Amount MIAlvil TIMES MIAMI REVIEW DIARIO LAS AMERICAS > CD 13. El Approved ❑ Disapproved 7 Department Directiorlbesig n ee Date Approved for Payment Date I C JGS/PC 503 Rev. 12/89 Routing:_ Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. U101n10U11VM; TWFIRV - U.O.M., a,d"Wy - PUPW1111 'FIL