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