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