Loading...
HomeMy WebLinkAboutR-95-0160J-95-163 2/15/95 RESOLUTION NO. 95 16O A RESOLUTION ACCEPTING THE BIDS OF MIAMI SPRINGS CYCLERY FOR THE FURNISHING OF BICYCLE ACCESSORIES, IN A PROPOSED AMOUNT OF $8,940.48, AND BIKE TECH FOR THE FURNISHING OF TEN (10) POLICE BICYCLES, IN A PROPOSED AMOUNT OF $5,250.00, FOR A TOTAL PROPOSED AMOUNT OF $14,190.48, FOR THE DEPARTMENT OF POLICE; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT'S GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 290201-722; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received December 12, 1994 for the furnishing of Police Bicycles and Accessories for the Department of Police; and WHEREAS, invitations for Bid No. 94-95-027 were mailed to eighteen (18) potential bidders and three (3) bids were received; and WHEREAS, funds for this purchase are available from the Department of Police's General Operating Budget, Account Code No. 290201-722; and WHEREAS, the Police Department realizes the value of a bicycle detail which has proven its worth as a crime fighting and a community relations tool; and WHEREAS, the City Manager and the Chief of Police recommend that the bids received from Miami Springs Cyclery and Bike Teoh be accepted as the lowest responsive and responsib blds, cm C0?4=SION MEETING OF. MAR 0 0 1995 Resolution No. 95- 16O 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. Section 2. The December 12, 1994 bids of Miami Springs Cyclery for the furnishing of bicycle accessories, in the proposed amount of $8,940.48, and Bike Tech for the furnishing of ten (10) police bicycles, in the proposed amount of $5,250.00, for a total proposed amount of $14,190.48, for the Department of Police, is hereby accepted, with funds therefor hereby allocated from the Police Department's General Operating Budget, Account Code No. 290201-722. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 9th day of March 1995. 4yl.,, STEtHEN P. CLA , MAYOR AT ST MATTY HIRAI, CITY CLERK -2- 95- 160 I PREPARED AND APPROVED BY: RAFAEL O. DIAZ DEPUTY CITY ATTORW',Y APPROVED AS TO FORM AND CORRECTNESS: A QU N J III CITY ATTO M4944:csk:ROD -3- 95' 160 10" CITY OF MIAMI, FLORIDA CA=2 INTER -OFFICE MEMORANDUM TO: The honorable Mayor and Members of the City Commission Ces io FROM: Clt er RECO4M.ENDATION: DATE : FEB 2 4 1995 FILE : SUBJECT : Bid Approval, Bid No. 94-95- 027, Police Bicycles and Accessories REFERENCES: ENCLOSURES: It is respectfully recommended that the award of Bid No. 94-95- 027 and a Resolution accepting said bid be granted to Bike Tech, Inc., a Hispanic, Dade County vendor, located at 7252 Bird Road, Miami, Florida, 33155, in the amount of $5,250, for furnishing 10 Cannondale Police Bicycles and Miami Springs Cyclery, a Hispanic, Dade County vendor, located at 157 Westword Drive, Miami, Florida, 33166, in the amc.,nt of $8,940.48, for furnishing accesories, for both the bicycles and riders, to the Police Department's Bicycle Detail. Funding is to be from the Police Department General Operating Budget, Index Code 290201-940, at a cost of $5,250, for the bicycles and 290201-722, at a cost of $8,940.48, for the accessories; total cost of $14,190.48. BACKGROUND: The Police Department realizes the value of a Bicycle Detail, which has proven its worth as both a crime fighting and a community relat )ns tool. The Department will use the bikes and accessories to ..utfit additional riders. Bike Tech provided the lowest bid for the specified 10 Cannondale M500 Police Edition Bicycle. Miami Springs Cyclery provided the lowest bid for the specified accessories needed for the bicylces and riders. Splitting the bid saves the City $1,440.00. Additionally, the vendors met the requirements specified by the Police Department. On November 12, 1994, invitations for sealed bids were sent to prospective vendors. Bids were opened on November 29, 1994, with three (3) responsive vendors. 95- 16WAZ-1 / The Honorable Mayor and Members Bid No. of the City Commission 94-95-003 Page 2 It is, therefore, recommended that the award of the bid for: 1) 10 Cannondale M500 Police Edition Bicyles be made to Bike Tech, Inc., in the amount of $5,250. 2) Acessories for the bicycles and riders be made to Miami Springs Cyclery, in the amount of $8,940.48. Funding is to be from the Police Department General Operating Budget, Index Code 290201-840, at a cost of $5,250, for the bicycles and 290201-722, at a cost of $8,940.48, for the accessories; total cost of $14,190.48. 95 - 160 5 k The Honorable Mayor and Members of the City Commission Page 3 Bid No. 94-95-003 Amount of Bid % of Cost Estimate: $14,190.48 104% Cost Estimate/Budgeted Amount: $13,621 Source of Funds: Police Department General Operating Budget 1) Index Code 290201-840 for the bicycles 2) Index Code 290201-722 for the accessories Minority Representation: Hispanic (both vendors) Public Hearings/Notices N/A Assessable Project: N/A 95- 160 3 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM v NN, 2 7 1995 TO : t udy .S' • Carter DATE : FILE Chief Procurement Officer SUBJECT : Bid Approval, Bid No. 94-95- 027, Police Bte:yc:lwu and 00W" w Accessories nd3r. FROM . Chief of Police REFERENCtffi FNrl ngUAR$ : This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police N4paertmont with police bicycles and accessoriew for the Bicycle Detail_ Funding is to be from the Police Department General Operating Budget, Index Code 290201-840, at a cost of $5,250, for the bicycles and 290201--722, at a cost of $8,940.48, for the accessories. Total cost of $14,190.48. BUDGETARY REVIEW & APPROVED BY: k-ohrtmrar Surana, D rectorent of Budget REVIIWED AS TO ACCOUNTING AND TRWURY REQUIREMENTS BY: Carlois E _ Garcia, Director Finance Department ADDITIONAL APPROVALS (IF REQUIRED) Hduar o Rodriguez, CIP Manager City Manager's Office (Thin tm= Properly signed la part of th¢ bid svaluatioa and rQco=Q d&t;L0n package to be placed on the agenda and mwst be attached to the resolution cover >le orandum - ) 95- 160 s FLORIDA BID NO. 94-95-027 ET (Continued) Zlgl:�;'i%• 'B3Di'•3Y�'':If�i.P.v. r:iil/a�:pwweir+viF�''Pai�i�ll��i�.•4_.isiCr:.:��:'/ ATTACHED 'ENVELOPE IDENTIFIED BY BID NUMBER;• TIME AND DATE'OF 'BID OPENING.` IF SECURITY. IS REQUIRED, A •BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Perms: (''-, Cam, 0 ( Include cash discount for prompt payment, if any) Additional discount of 0 % if awarded all items. warranty and/or guarantee: h n� (�►�r^ii'�Cr'� I�r fir= Delivery: calendar days required upon receipt of Purchase Order or Notice of Award. p,� 4L�C� i,) 1'/r /�/uJ,�L . g•_� G'�. r t r,� �_. ; .3 ; o /C_a c_0 qb ric a� Number of calendar da p•required to complete wogk after start. ��lJZ lGc cy� (.. C� • J In accordance with the Invitation to Bid, the Specifications, General conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address.) b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MINORITY PROD 1RF.MF.NT COMP '.TANrP The undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: ! �C. c� H Signature: �•_:4f J?'7 (ycoany.name) name) LT— Date:_!'_J�� ��r7 Print Name: tL Indicate if Business is 51% Minority -owned: (Check Im box only) ] BLACK [VI HISPANIC If firm has an existing plan, [ ] FEMALE AFFIRMATIVE ACTION PLAN effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. "See' -Appendix I for sample. Signature:- (company name) 1G =ATIIIRF TO COMPLETE, SIGN, AND RETURN._T1iI QUALIFY THIS RTn.K 0 MIAMI, FLORIDA 0* BID NO. 9A-95-0271.OF SHEET (Continued) :,...ATTACHED ENVELOPE IDENTIFIED BY BID 'NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A.BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR { BOND IS SUBMITTED IN THIS ENVELOPE. arms: (Include cash discount for prompt payment, if any) 3ditional discount of arranty and/or guarantee: /.4- if awarded all items. A- 4--i• l ,- 5 elivery: calendar days required upon receipt of Purchase Order or Notice f Award. Number of calendar days -required to complete work after start. n accordance with the Invitation to Bid, the Specifications, General Conditions, Special onditions, and General Information to Bidders, we agree to furnish the Items) at Prices ndicated on•the attached bid sheet(s). NAMES OF COMPANY OWNER(S): C,& rz Lo s -�> uL �zro NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address.) priH�S,F1.3;3 14- �} List all other offices located in the State of Florida: (street address) Please use the back of this page if more space is necessary) MINORITY PROCURRMENT COMPJ.TA CE ne undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as »ended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all iplicable substantive and procedural provisions therein,.including•-arty-smeadments thereto. idder: P41LA-di 2pr�rr� s .yam%y-y Signature: _.. 2any,natfi omp to: 1Z 14tPrint Name: fir, idicate if Business is 51% Minority -owned: (Check Dne box only) BLACK: [V� HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN firm has an existing plan, effective date of implementation: firm does not have an existing plan, the Successful Bidder(s) shall .be required. to. -ablish an -Affirmative Action Policy, pursuant to ordinance #10062 as amended.-.,. See Appendix "or sample. dder: iy�a.;, Signature: l J - ( company name) 9 5— S O G Ii 11RF TO COMPLETE, SIGN:-..AND._RETUR.N THIS FORM MAY DISQUALIFY IFY THIS BID. J I TAE3U.6ATIQNOF E3,IPSFOR. /eL City Manager, City Clalk A. M. Item DESCRIPTION IRREGULARITIES A —He Pa--ol-AII.Iney T I R960MMeODED THATA'&- -4v, 8 - No Alliclo.it at to Capitol & S.4pl.i .1 B­d.nq C—p..v �� M '!Mhte—v' —e / MN�/ �� / ��/,isL%�rL s� - . r i I mandoor, City Clell, A. M. City �City ';, .A MI* fA .71.�L�9%+1.'l/�.c�r/' '�' �Ji'J 1;�.��>C:Cfl�l►J! Sr'p'Z%'�lsrF��%l ri''�JS9L•xf��1;',�.:/11�'1��� �� DESCRIPTION ����,'���rir����r , i�rtrrrrr ri�iirrrrrr�rirrr rrrrr�rr •�'� � rrr�iir rr rrrr�r��rrriiirrrrrr t � ��z��.,vrr rrirrrr rrrrrrrr rr rrr rr rr�iiirrrr rr rrr rrrr rr rrrrrr rTrrr rr rrrrr■�i rrrrriirrrr rr �,r �-r rrc rrrrrrrr irrr i� W&fAF rr ■rrrrrrrrrrr rrrrrrrr rr rr r rrrrrr�rrrrr��■rrrr rr���rrs��rrrrr rrr r rr�r�r�■rrrrrrrrrrrr��srr��rrrr■r r�rr r rrrrrrrrr�rrrr�r�r�rrrrrrrrrrr rr pIRREGULARITIES LEGEND. .. /✓� �� �� i a7L�7 i %ti�7�1•l��Ll_ ' N J- ..."I • 474.1*1m • S Bid No. 94-95-027 Police Bicycles and Accessories Police Single Purchase This equipment will provide bicycle equipment for additional riders. 18 3 Police Department General Operating Budget, Index Code 290201-840. SEE ATTACHED Bid Invitations Mailed ALL VENDORS ............................ 18 MINORITY/FEMALE (M/F) VENDORS.......... 4 Within City limits .................. 0 Registered with City ................ 4 Black (B) Vendors ...................... 0 Located within City limits.......... 0 Registered with City .:.............. 0 Female (F) Vendors . .. ... ............ 2 Located within City limits.......... 0 Registered with City ................ 2 Hispanic (H) Vendors ................. 2 Located within City limits.......... 0 Registered with City ................ 2 NON MINORITY (NM) VENDORS .............. 1 Located within City limits.......... 4 "No Bids '. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - 1 0 0 0 0 0 2 0 2 1 0 0 95- 160 Reasons) for NOT awarding to local vendor: Local vendor did not respond to invitation for bid Reason(s) for NO BIDS are as follows: RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO MIAMI SPRINGS CYCLERY A HISPANIC, DADE COUNTY VENDOR FOR A PROPOSED AMOUNT OF $8,940.48 AND BIKE TECH A HISPANICr DADE COUNTY VENDOR FOR A PROPSED AMOUNT OF $5,250.00 FOR A TOTAL PROPOSED -MOUNT OF $14,190.48. C ef. Pro reme ,Officer Dhte 9�� 1sn 2D Tq=t 10 BICYCL._' S...... - - — --- - - _. M ,PAT, 3rD(f) tplVZD: pLQgW.Fy,,.L2.,_1994 11:00 a.m._...,.___..!_.....w__._.._...... cl IOTA �ID_t0FDIn2 �YDDTR PUT 4110�7t? MT,AMI SPRING CYCLERY BIKE TECH INC. .MACK CYCLE & FITNESS See attachedlid id — if it We received on y one copy of the bid which was sent to Procurement Dept. 51lers from t e ven ors ,te w zerein r..r.e the ti y o ers other offers submitted in respons to this soliciir..ti n, if any, w ,r.4�_ _O _!�. 0H►Y�� 0.a1.! r.ra�! M� w ar_.i b w4 w w MMM�._ a�-ar� !.~ __lwMMOarro.!__ ram_!_+Y lw _r.Fa.• �fis.e.�. •wM!•►�_!Mi_!i� • w a.p M►__6!!!�e_� �fa._!l,ww�____! �vev w•�a•_arww Y_ear_!!e_ w._.__w !�♦+.a+___•..w ••�wo r,e_e�__.�_ Olw ��_a.fe.�_rar._.._r_6 !!l+se __!r._!e._w�_ware_w ____l�e� _•�w rl ��►�__Mr��_�.�s__ _�_NIY._.v _i.�!!w w!!�__�l.ry �� — 4�r _arnrr_arie��_o ia..�•_w a.y. r...!_w!__>_r...s e.we_ _-�-�-�.w r. ser �.__.. !_.. �.r_o.....�w__r._!•.�_+ - ------------ -W ------ ....e.w�e�!!.r •r�•ww•..�o lrOw ••♦r♦►a�0 _!N!_!a•_ /.1.�_lw��lOM�ar_ wrw_a.sr-r.�aw r•+o earMar __II ♦►.r ieP 0lwwrii_r_.rlaYr l�lar_ .�-...�,w ss s+.�.•-.wr+.. r.+��►sra�.w ���u�. ...w ....r_._�e !-•►l ..�e+�vw a.:�+ b�a►r.•Ir! r � .iMynM • p�.�.,► �� N�4y�♦ _ _ ar7y�� M M e _�!!� w!►M s..� r r _ rar ..l..se�� .. f..w.re ! w _ a•r a !.. � ..� � w �o N.� w..� _ re rw w.r a.,, ss.�•►ee_a.r,a.r.�_.� _s_r..r____�r+.. .�rrse.•.�r.�wse_ear _.�. _.w �.rr ar++.ro�+w.�_.�.r+..r. �+�owr_r.r �•�._+er__ eee�.r+ter .r..�a•.r .�e�w.�u►....'r..e �.�_�a.�ew_wr..�w w.w�, �. er�w.�...r_.w r.��.� •. ar_r_.r...___ r w a .►♦•--.•�.ew_ i' '�--------��--��K�Q='� -•- _ _ _ _ __....._._....•.: � � ,:: � o � a.,.�w� a a a � 3 a p � o o n 'b + !� � I s� � ! A Solid Waste -Procurement Division --®a ( vt� Ctt?eCiiikj_.• _..,.... '94 GEC 12 A]', :00 CITY LEGAL ADVERTISEMENT rI Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 11:00 a.m. December 12', 1994 for the furnishing of approximately ten (10) bicycles as or equal to Cannondale M500 and accessories for the Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. LOCAL PREFERENCE Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1388) Cesar H. Odio City Manager i li'` Il}�\ �i ' City of Miami # REQUISITION FOR ADVERTISEMENT This number must ° °F�•o,t,��''� appear in the advertisement. INSTRUCTIONS: Please tyee and attach a f the dv rt' with-r n. 1. Department: GSA/PROCUREMENT (FOR) 2. Division: POLICE 3. Account Code number: 290201-287 4. Is this a confirmation: ❑ Yes KI No 5. Prepared by: JENNIFFER MILLER 6. Size of advertisement: LEGAL 7. Starting date: November 28, 1994 8. Telephone number: 575-5174 9. Number of times this advertisement is to be published: 1© 1.0. Type of advertisement: Le al ❑ Classified ❑ Display 1.1. Remarks: Bid No. 94-95-027 12. Publication fp- 1 Date(s) of Advertisement Invoice No. Amount MIAMI REVIEW MIAMI TIMES DIARIO LAS .AMERICAS 1 13. ❑ Approved ❑ Disapproved Department Director/besiphee Date Approved for Payment Date C GSlPC 503 Rev. 12/89 Routina: Forward White and Cana,,, ►n r c e IJ15TRIBUTION: White - G.S.A.; Canary - Department ,'. r