Loading...
HomeMy WebLinkAboutR-97-0854J-97-830 11 /20/97 RESOLUTION NO. 9 % - 854 A RESOLUTION APPROVING THE PURCHASE OF ONE HUNDRED TWENTY-FIVE (125) UNIFORM BREECHES FROM ARGO UNIFORM CO./DBA GOLD NUGGET, UNDER AN EXISTING DADE COUNTY CONTRACT NO. IB5131-1/99-OTR, ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE (1) YEAR PERIOD, FOR THE DEPARTMENT OF POLICE, AT A TOTAL ANNUAL COST OF $10,847.50; 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 SAID ACQUISITIONS. WHEREAS, the Department of Police must have the ability to provide uniform breeches to its sworn police officers; and WHEREAS, the Department of Police Enforcement and Mounted Details Officers need to be issued new uniform breeches; and WHEREAS, funds are available from Account Code No. 001000.290201.6.075; and WHEREAS, the City Manager and the Chief of Police recommend the purchase of uniform breeches from Argo Uniform Co.,/DBA Gold Nugget, awarded under an existing Dade County Contract No. IB5131-1 /99-OTR, be approved; 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 thereto and incorporated herein as if fully set forth in this Section. DEC 0 9 IMF' Rewiutim No. - 854 Section 2. The purchase of one hundred twenty-five (125) uniform breeches from Argo Uniform Co.,/DBA Gold Nugget, under existing Dade County Contract No. 1B5131-1/99-OTR, on a contract basis for one (1) year with the option to extend for an additional one (1) year period, for the Department of Police, at a total annual cost of $10,847.50 is hereby approved, 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 said acquisitions. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 9th day of ATTEST: WALTER J. FOEMAN CITY CLERK December .1997 XAVIER L. SUAREZ MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not Indicate approval of this legislation by signing it in the designated place provided, said legislation -w _becomes effective with the elapse of ten (10) days fIrcrn ih3 d: ts, of i✓crr}rr. �ios� �r,::t :+n o'�egarding same, without the Mayor exer isin a veto. r . oeman, City Cleric BUDGETA REVIEW: ' DIPAK PAREKH, DIRECTOA BUDGET & MANAGEMENT ANALYSIS APPROVED AS TO FORM AND CORRECTNESS: W2019:CSK 2 97' 854 CITY OF MIAMI, FLORIDA CA=2 INTER -OFFICE MEMORANDUM The Honorable Mayor TO and Members of the City Commission FROM Alberto -Ruder City Manager RECOMMENDATION DEC - 2 , 9 DATE : FILE SUBJECT :Authorizing the furnishing of Uniform Breeches REFERENC S: ade County No. 1135131-1 /99-OTR ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of uniform breeches from Argo Uniform Co.,/DBA Gold Nugget, located at 1000 S. Dixie Highway, Hallandale, Florida 33009, under an existing Dade County Contract No. 1B5131-1 /99-OTR, for one (1) year with the option to extend for an additional one (1) year period, at a total annual amount not to exceed $10,847.50. Funds are available from the Department of Police, General Operating Budget, Account Code No. 001000.290201.6.075. BACKGROUND The Police Department must have the ability to provide uniforms to its sworn police officers. The Police Department is requesting the purchase of uniform breeches for police officers assigned to the Enforcement and Mounted Details. The uniform breeches have been removed from the current uniform contract. The Departments of Purchasing and Police have realized substantial savings utilizing the Dade County contract for the furnishing of uniform breeches. It is therefore, recommended that award be made to Argo Uniform Co.,/DBA Gold Nugget, as the lowest most responsible and responsive vendor under an existing Dade County Contract No. IB5131-1/99-OTR. MemoUniformBreechesDCB 97-- 854 StNI' BY:CITY OF MIAMI ;10-16-01 � 1:54PM ; PROCLRBENT WIT. -CITY OF MIAMI POLICE;# 2/ 6 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 147 Edward Marquez City Manager OCT Q 8 1997 DATE: r(LC �uw�cr Approval of Requests for Formal Solicitations FROM: O H. W8rS11SW `ALI LHLN(;L:3 Chief of Police As per your directive, attached please find a Request for Formal Solicitation Form for your approval. Please return the completed packet to our department for further processing. Should you have my questions or nerd additional information regarding this matter, please do not hesitate to at me. DHW:lr Attachments 97- 854 3 SENT BY:CITY OF INIAMI ;10-16-91 ; 1:NPM ; PROCLREA�'T MGMT.-CITY OF MIAM1 POLICE;# 3l 6 REQUEST FOR FORMAL SOLICITATION FORMA FOR PURCHASE OF GOODSMEWICES, EQUIPMENT EXCEEDING $4.500, AND CONSTRUCTION EXCEEDING $10,000 Description of the proposed purchase: Uniform breeches Estimated cost: $10,846.00 Justification for purchase: To replace uniform breeches for both the Enforcement and Mounted Details. These items were removed from the uniform contract. Line Item in FY Budget: 001000.290201.6.075 If not In FY Bud®et, explanation of exception: WA City Manager Date 15 lb 9'7— 854 5 `f AWARD UNDER METRO DADE COUNTY CONTRACT NO. IB5131-1 /99-OTR ITEM: Uniform Breeches DEPARTMENT: Police TYPE OF PURCHASE: Contract basis for one (1) year with the option to extend for an additional year. REASON: To replace uniform breeches for both Enforcement and Mounted Details. These items were removed from the uniform contract. RECOMMENDATION: It is recommended that award be made to Argo Uniform Co.,/dba Gold Nugget, under an existing Dade County Contract No. 1B5 l 31-1 /99-OTR, in an annual cost of $10,847.50. Direftor of Purchasing V- // � Date Award Under Dade County Contracts 97= 854 7 10 0 CITY OF MIAMI SL:JMlVLA,RY OF CONTRACTS AWARDED FOR: Uniform Breeches AWARDED TO: Argo Uniform Co.,/dba Gold Nugget Under Dade County Contract No. IB5131-1 /99-OTR TIME PERIOD 1992 to Present PRIOR CONTRACT: NONE NUMBER OF BIDS None DOLLAR AMOUNTS SUMMARY OF CONTRACTS. DOC 97_ 854 9 CONTRACT BID NO. 185131-1/99-OTR i AWARD SHEET PREVIOUS BID NO. IB5131-1/97-OTR BREECHES FOR MOTORMEN AND MOUNTED POLICE FOR A ONE (1) YEAR PERIOD WITH OPTION TO RENEW FOR ONE (1) YEAR CONTRACT PERIOD: DECEMBER 1, 1997 THRU NOVEM19ER 30, 1998 COMMODITY CODE: 200-72 o�K YEAh[b: urva PART #1: VENDORS AWARDED F.E.1.D.: 59201 5949 VENDOR: ARGO UNIFORM CO.,/DBA GOLD NUGGET STREET: 1000 S. DIXIE HIGHWAY CITY/STATE/ZIP: HALLANDALE, FL 33009 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DELIVERY: 30 DAYS ARO PHONE: (305) 949-3291 FAX: (305) 45B-9734 CONTACT: SELICA ORENSTEIN PART #2: ITEMS AWARDED MOTORMENBREECHES..........................................................................................$86.78/PAIR PART #3: AWARD INFORMATION PMD AWARD DATE: 1 0/08/97 AGENDA ITEM #: N/A HID/CONTRACT RELEASE DATE: 1 O/06/97 ADDITIONAL ITEMS ALLOWED: NONE SPECIAL CONDITIONS: NONE TOTAL VALUE: $ 1 8,200.00 USER DEPARTMENT M.D. P.D. CORRECTIONS AND REHABILITATION PROCUREMENT AGENT: BETTY THOMPSON 1 O/O8/97 OTR YEAR: N/A MODIFIED VALUE: N/A DOLLAR AMOUNT ALLOCATED $ 1 7,000.00 $ 1,200.00 b7- 854 11 ® BID NO: IB51&1/99-OTR METFtQOADE OPENING:. 2:00 P.M. FRI. DATE: SEPTEMBER 5, 1997 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID. TITLE BREECHES FOR METROPOLITAN DADE COUNTY FOR A ONE (1) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR ONE (1) ADDITIONAL YEAR THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:.. BID DEPOSIT AND PERFORMANCE BOND: -CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE:. PRE -BID CONFERENCE/WALS-THRU RACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: N/A N/A. N/A N/A N/A N/A SEE SECTION 2.0, PARA. 2.27 N/A N/A N/A N/A FOR INFORMATION CONTACT: (305) 375-5361 BETTY THOMPSON METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION 0 hinted on RftYded Paper g!� 854 13 METROPOLITAN DADE COUNT` BID N SECTION 2.0 SPECIFICATION CONDITION BREECHES 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid the purchase of Breeches in conjunctio 2.2 Intentionally Omitted 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE MONTHS IB5131-1/99-OTR n This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract 'shall remain in effect for twelve (12) months and upon completion of the expressed and/or implied warranty period. 2.5 OPTION TO RENEW (1) ONE YEAR (With Price -Adjustment) The prices for a one year period from effective date shall be consistent with the provisions outlined in section 2.7 of these special terms and conditions; at which time Dade County shall have the option to renew for an additional one year period. At that time.Dade County will consider an adjustment to price based on (the latest Consumer Price Index, All Items, All Urban Consumers in the Greater Miami, Fort Lauderdale area. It .shall be further understood that the County reserves the right to reject any price adjustments submitted by the bidder and/or to terminate the contract with the bidder based on such price adjustments. Continuation of the. contract beyond the initial period is a County prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. 2.6 METHOD OF AWARD TO A SINGLE BIDDER: (Single Item) Award of this contract will be made to the lowest responsive, responsible bidder. 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT If the bidder is awarded a contract under this bid solicitation, the prices proposed by the bidder shall remain fixed and firm during the term of contract. Page 1 14 97- 854 METROPOLITAN DADE COUNTO BID 0 IB5131-1/99-OTR 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at various locations.. 2.17 DELIVERY SHALL BE SIXTY (60) DAYS AFTER ORDER IS PLACED BY THE COUNTY The bidder shall make deliveries within sixty.(60) calendar days after the date that the County department orders the items. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) .,to whom :the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may- suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. 2.18 BACK ORDERS MUST BE FILLED. WITHIN TEN (10) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, the bidder shall insure that such back orders are filled within ten (10) calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 Intentionally Omitted 2.20. CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: Betty Thompson at (305( 375-5361. 2.21 COUNTY WIDE: Any Governmental Unit in Dade, Broward and Palm Beach Counties, Florida, may avai1-itself of this contract and purchase any and all Page 3 :. 9 85854 15 METROPOLITAN DADE COUNTY BID NO. IB5131-1/99-OTR during the -bid oluation period. At such timeOthe Bidder shall be given fifteen (15) calendar days to submit this information. Vendors wishing to obtain a copy of the complete resolution should contact The Office of Vendor Assistance at (305) 375-5289. 2.24 IDENTIFICATION OF EACH ITEM Each bid item must be clearly identified on the Bid Proposal pages(s) as -to Make, Model #, Style #, Packaging, Case Weight, etc. as requested., in order to be eligible for award. Use of terms such as, "As Spec" are unacceptable. Failure to provide this information with the Bid Proposal will render the bid non -responsive. 2.25 PACKING SLIP/DELIVERY-TICKET TO ACCOMPANY ITEMS DURING DELIVERY - The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery" ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being 'delivered; and back -order quantities and estimated delivery of back-orders.'if applicable. 2.26 PURCHASE OF OTHER- ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE QUOTES While the County has listed all major items on the bid solicitation which are utilized by. County. departments in conjunction with its operations, there may be ancillary items that must. be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact -the primary vendor to obtain a price quote for the ancillary items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these ancillary items to the primary contract-�'vendor, another contract vendor based on the lowest price quote or to bid the items through a separate solicitation. 2.27 SAMPLES MAY BE REQUIRED DURING EVALUATION After the Bid Proposals, are opened by the County, the bidders may be required to submit a sample for the goods to be supplied. for evaluation by, and at no cost to the County. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submissionof the sample's. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name and brand name, and style number if applicable. If the bidder fails to submit the samples, properly labeled, within the specified date stipulated in the notice, the County shall not consider the -bidder's proposal for that item(s); provided however, that in the event of a group or aggregate award, 'the bidder's- proposal will not be eligible for that group or in the Page 5 16 9"�- 854 METROPOLITAN DADE COUNTY BID IB5131-1/99-OTR - - SO, ON 3.0 TECHNICAL SPECIFICATI S BREECHES 3.1 BREECHES FOR MOTORMEN AND MOUNTED POLICE Fabric: Klopman Mills, Style #973310, or -"Approved Equal" Color #7241, Brown 10-112 oz. Textured Woven Gabardine 100% Dacron Polyester. Stripe: There shall be inserted along and into the outer seam a 1-112" taupe stripe of the same style fabric as above. The stripe will run from the waistband to the bottom. Reinforcement: There shall be a knee and seat reinforcement' of self material on the outer side. Zipper Leg: The legs shall have zipper leg closures, using a Talon 42 Memory Lock ,Zipper, and to be fastened at the top with a metal bottom stop. To have 7/16" cotton tape on black number 2901 with extensions to be 3/4" AB and 3/4 BE. Substitution of a Velcro closure will be an option of the officer. Pocketing: Shall be matching 65/35 Polyester/Cotton material stitched turned and top stitched. Merrowed edges (serge and sew) will not be accepted. Pockets: The front pocket opener will be a minimum 6-1/2" and be 6" deep from the bottom of the opening. They shall be stitched, turned and restitched. The inside front pocket facing shall be a separate piece of self material finishing no less than 1-1/4" wide. The back pockets will have a minimum opening of 5-1/2" and be 6" deep, and be finished on the outside with an exposed top and bottom. The front pockets shall have a straight bartack, the back pockets shall be bartacked with a triangular bartacking machine. Waistband: The waistband must be a minimum of 2" wide and closed with a crush -proof hook and eye, the eye being bartacked for stability. The waistband curtain shall have three strand snugtex and be 65% polyester/35% cotton with press-tu-last finish, and match the color of the pocketing, attached with a Rocap machine. Waistband stiffener 3/4" in width shall be sewn into the waistband on the front of the trouser from side seam to side seam. The trousers are to have a continuous closed waistband. Belt Loops: There should be a minimum of seven on all sides over 30, with a lesser number of smaller sizes each loop is to be 3/4" wide of double thickness, and stitched Page 7 u 4 17