HomeMy WebLinkAboutR-95-0164J-95-169
1/18/95 RESOLUTION NO. 95" 164
A RESOLUTION ACCEPTING THE BID OF CENTRAL
PUBLIC SAFETY EQUIPMENT FOR THE FURNISHING OF
150 RIOT SHIELDS FOR THE DEPARTMENT OF
POLICE, AT A TOTAL PROPOSED COST OF $6,808.50;
ALLOCATING FUNDS THEREFOR FROM THE POLICE
DEPARTMENT'S GENERAL OPERATING BUDGET,
ACCOUNT CODE NO. 290201-719; AUTHORIZING THE
CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS ACQUISITION.
WHEREAS, pursuant to public notice, sealed bids were
received December 12, 1994 for the furnishing of 150 Riot
Shields, for the Department of Police; and
WHEREAS, invitations for Bid No. 94-95-024 were mailed to
fifteen (15) potential bidders and five (5) bids were received;
and
WHEREAS, funds for this purchase are available from the
Department of Police's General Operating Budget, Account Code No.
290201-719; and
WHEREAS, these riot shiels will replace shields, within the
Police Department's current inventory that are broken or damaged
by normal wear and tear; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Central Public Safety Equipment be
accepted as the lowest responsive and responsible bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
CITY COMESSION
14EETDrIC OF
MAR 0 9 1995
Resolution No.
95- 164
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 bid of Central Public
Safety Equipment for the furnishing of 150 Riot Shields at a
total proposed amount of $6,808.50 for the Department of Police,
is hereby accepted with funds therefor hereby allocated from
the Police Department's General Operating Budget, Account Code
No. 290201-719.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this unit.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 9th day of March 1995.
S PHEN P. CIJARK, MAYOR
A
TT0
MAWY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATT EY
APPROVED AS TO FORM AND CORRECTNESS:
-2- 95-r 164
W.
CITY OF M►AMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members DATE:
of the City Commission
Ces io
FROM : Cit r
RECOMMENDATION:
SUBJECT
REFERENCES:
ENCLOSURES:
FEB 2 4 1995 FILE :
Bid Approval, Bid No. 94-95-
024, Riot Shields
It is respectfully recommended that the award of Bid No. 94-95-
024 and a Resolution accepting said bid be granted'to Central
Public Safety Equipment, a non -minority, non -local vendor,
located at 3810-A West Osborne Avenue, Tampa, Florida, 33614, in
the amount of $6,808.50, for furnishing 150 riot shields to the
Police Department. The funding source will be the Police
Department General Operating Budget, Index Code 290201-719.
BACKGROUND:
These riot shields will replace shields, within the Police
Department's current inventory, that are broken or damaged from
normal wear and tear. The shields are used by police officers to
protect themselves from injury during civil disturbances.
On November 12, 1994, invitations for sealed bids were sent to
prospective vendors. Bids were opened on December 12, 1994, with
five (5) responsive vendors.
It is, therefore, recommended that the award of the bid be made
to Central Public Safety Equipment, in the amount of $6,808.50.
The Police Department's specifications have been met and the
funding source will be the Police Departments General Operating
Budget, Index Code 290201-719.
95- 164 C,#g-J
The Honorable Mayor and Members
of the City Commission
Page 2
Amount of Bid
Bid No.
94-95-024
% of Cost Estimate:
$6,808.50 86%
Cost Estimate/Budgeted Amount:
$7,950
Source of Funds:
Police Department General Operating Budget
Index Code 290201-719
Minority Representati n:
N/A
Public Hearings/Notices
N/A
Assessable Project:
N/A
r
t
95- 164
I
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy S . Carter DATE : JAN 13 1995 FILE
Chief Procurement Officer
SUBJECT: Bid Approval, Bid No.
94-95-024, Riot Shields
Y&,L Warshaw
f Police
REFERENCES:
ENCLOSURES:
This department has verified that funds are available with the
Department of Budget to cover the cost of furnishing the Police
Department with riot shields, at a cost of $6,808.50. Funding is
to be from the Police Department General Operating Budget, Index
Code 290201-719.
BUDGETARY REVIEW & APPROVED BY:
Ma � ar Surana, Director
De tment of Budget
REVIEWED AS TO ACCOUNTING AND
TREASURY REQUIREMENTS BY:
Carlos E. Garcia, Director
Finance Department
ADDITIONAL APPROVALS
(IF REQUIRED)
Eduardo Rodriguez, CIP Manager
City Manager's Office
(This form properly signed is part of the bid evaluation and
recommendation package to be placed on the agenda and must be
attached to the resolution cover memorandum.)
95- 164 ---�>
BID NO. 94-95-024
)IAMI, FLORIDA •'�'�
SET (Continued)
BFD • S>�` ANT A lRr1ST '� kEi4� .. INS'. i�'"..IIP. Tim
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.
Terms:,_, J0' fit. S( Include cash discount for prompt payment, if any)
Additional discount of 41 % if awarded all items.
Warranty and/or guarantee:
Delivery-.1L,3o calendar days -required upon receipt of Purchase Order or Notice
of Award.
Number of calendar days required to complete work after start.
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 OFF;CER(S):
a) List principal business address: (street address.)
b) List all other offices located iVthe State of Florida: (street address)
(Please use the back of this page if more space is 'necessary)
MINORITY PROCURF.MENI COMPLTANCE
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: ,( •�, Signature:
(com ny.name)
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check One box only)
[ ] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLAN
If firm has an existing 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.
Bidder:
(company name)
F:eTI IIRF Tn rnMPI FTF. SIGN,
Signature:
95— 164
to
AND RETURN..._THIS_ FORM MAY DISQUALIFY THIS BID.
G
I,
TABULATION OF BIDS FOR
Riot Shields
Cloy Manager, Clly CI•rw A. M.
p... i...o L. Ph. Cer Cammu•oan. City Clop. City of Miami. Florida a1 P. M.
94-95-024
•
••
11"uk"j/� �.; �1•• r
•
• ••
pp•
77y
MIM
.77L`
a l
e�e�
•.Q�lll
,1 1lIM��1!
• .
LARITIES LEGEND.
nor
"apilal S Su•plu• of Banding Company
IT IS RECOMMENDED THAT Central Public Safety
Equipment be awarded this bid in the amount
of $6,808.50
or omprap•rly Srgn•d or N. Corporm. Seal
Not flIIntl fhlt BID 94-95-
•
Riot Shields
Police
Single Purchase
These shields will replace broken or damaged
shields resulting from normal wear and tear.
15
5
Police Department's, General Operating Budget
Account Code No. 290201-719
SEE ATTACHED
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black (B) Vendors.. .... ...........
Located within City limits.........
Registered with City ...............
Female(F) Vendors..... .. ...........
Located within Citylimits.........
Registered with City ...............
Hispanic (H) Vendors ................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids" . . . . . . . . . . • . . . . . . . . . . . . . . . . . .
Bid
Invitations
Bid
Mailed
Responses
15
5
• 8
4
1
0
8
4
• 1
0
0
0
1
0
. 5
2
1
0
5
2
2
2
0
0
2
2
7
1
• 0
0
• -
2
95- 164 9
Reasons) for NOT awarding to local vendor:
Local vendor did not respond to invitation for bid
Reason(s) for NO BIDS are as follows:
Sportarms of Florida - do not carry riot shields.
Valor Corp. - do not carry riot shields.
IT IS RECOMMENDED THAT AWARD BE MADE TO
CENTRAL PUBLIC SAFETY EQUIPMENT A NON-
MINORITY/NON-LOCAL VENDOR AT A TOTAL PROPOSED
AMOUNT OF 56.808.50.
95- 164
Reason(s) for NOT awarding to local vendor:
Local vendor did not respond to invitation for bid
Reason(s) for NO BIDS are as follows:
Sportarms of Florida - do not carry riot shields.
Valor Corp. - do not carry riot shields.
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO
CENTRAL PUBLIC SAFETY EQUIPMENT A NON -
MI NORITY%NON-LOCAL VENDOR AT A TOTAL PROPOSED
AMOUNT OF $6,808.50. r,
v
Proc men Officer
Date
}
95- 164
2t r=t 150 RIOT SHIELDS ��-
LSD 94-95-024__ _....r. o
�«+......r.-�.�.�-.-� ..mod..-�....
SATZ DrD(S) OE=x pr DE
go12�1994 10:30 a.m.
w..l.___...... _...w.w lr............. u
]IOTAy, lip- k°D_,•SorI
�ZDDg)t jTk #j2V T EASE IIlk ls-elrick� 9
METRO DISTRIBUTORS
See attached
id
LOUS GUNSHOP & POLICE SUPPLY
—..•ASP M...�
-LAWMENS & SHOOTERS SOUTH
W~�e received o
ly onE copy of the bid
SECURITY SUPPLY, INC.
�was -S
g Pr c rement De t.
C TRAL PUBLIC'SAFETY EQUIPMENT
n n
n
NO BID:
SPORTARMS OF FLORIDA
VALOR CORPORATION OF FLA.
M(�r �!!l �M bri
w....r—•r wo}�s��s.f ..�
//
!b} j�i�w /_�
tTelft .-M— ,a.�e V
received timely crs of the above
pellinq daft. arad
time.
ZR215F MIFF5 su mi re—cr I response
o thig. sollctillaillo
if
any,
�'
are hereby rejected
l►Jir�!l.�.s �.�A+rsw�.—�.s.�_w..
dlY//yyam� wkaW.
A.wos..r�.w�! A..—.w.�.r.►
M-r !llM wA. A.s MrOl._wir
ow7►—/��!►.�lO �w wr!!!
!b—l.rl w.eM!!._w�r--w��
•
AFl wbrrMAi�bi�wb
!O�_��V��+VIA�h/MAOa �.
�..I.wiObr•w b/��. b1fw.lb wl�.�
l � M�r�7 M�� .p�� _
! M�F•. Yrb Y� ! �O wlir M�i�
_AY A►dr.►w—Arl+wiVOr
�'�_—r�l i.�l ww�li!
w.rM l�rlYr rAY .. _.P�6r r—
1.•�_wll wwA4 1. Ap._!!
wAr►!Arcs_—.r�.l �!!
•6l�.MwO-�nb Mb4•
A• !!------ !!!►
`
!!lree!!�!`A►AFi�
_rar►s 1w!!
NlMweobr l.w r�
l�Mw_e��b�. ✓•!�
lb.rl.b—ba�a�r•r.Y
Arr•• wiir 6 w i—�. b 1
• .�'Mw-YA
_ Ob r. i� r•M� M
.dMMO�•r• o! N�Mw`
w� .MMi
�.�•�. _•Arr 1.OM0_w.i
vTb l.�M�►�b!
Ar-l�b.l MAr1l�wq--ter!
!►•M�l�.11���. l.�
!b__bb s.rrsA. r: lb!
ry_Miw Aw r!
..rb—b Mws.A.b�lA•►reAM ArrV
w...�M w4wl.!/•rllbr�rM l�.r
•l.�i�+bl.•. bw l.11 w..r!!�r
1
•---------r•-------!!w-
0
.Y—_e.�!lrw r•.•.y .r w�•r!—l1--q----w
1
g .ld a
ts .� ____..,__....=•cs•=s& �_? i snv93.Op1s CA botelt of
� isaO rIciie
i
G8A/Solid_ Waste-Frocurerent Division -- a2_--------
(City ..o�__...�.o
poly
13 E
'94 12 A10 :30
CITY ff`
LEGAL ADVERTISEMENT
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida
33133 not later than 10:30 a.m. December 12, 1994 for the
furnishing of approximately one hundred fifty (150) Riot Shields
as or equal to Pro Guard, Model #3M2000 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
NW 20th Street, Second Floor, Telephone 575-5174.
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 attached primary business affidavit must be signed by the
local vendor for use in attesting primary office location.
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 LIMITS MUST PROVIDE A COPY OF THEIR CITY OCCUPATIONAL
LICENSE WITH THEIR BID.
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. 1391)
Cesar H. Odio
City Manager
`- City of Miami � y
T
REQUISITION FOR ADVERTISEMENT appear number must
appear In the
- advertisement.
INSTRUCTIONS: Piease type and attach a copy of the advertise t with this reguisitl2n.
1. Department:
GSA/PROCUREMENT (FOR)
2 pivi i n:
3. Account Code number:
290201-287
4. Is this a confirmation:
El Yes ❑ No
5 Pr afe1 by:
1rIvP� rN ,R ;tiLLER
6. Size of advertisement: 7. Gtertina date: 8. f epnn number:
LEGAL 1.994 5 - 5 pi 4
9. Number of times this advertisement is to be 10. Type of advertisement:
published: � ❑ Legal ❑ Classified ❑ Display
11. Remarks:
BID NO. 94-95--024
12.
Publication
Date(s) of
Advertisement
Invoice No,
Amount
MIAMI REVIEW
MIAMI TIMES
DIARIO LAS AMERICAS
13,
❑ Approved
❑ DjspproIved
r�l�frj
tT �. G.' ,. !j"
Department Director/Desigr?ee Date
I !
Approved for Payment Date
C IGS/PC 503 Rev. 12/891 Routing: Forward White and Canary to G.S.A. (Procurement Manaaement) and retain Pink coov.
L-1 -Du l iun; nnue -U.Q.N.; canary - uepanment
s