HomeMy WebLinkAboutR-95-0491RESOLUTION NO. 9 5 "- 491
A RESOLUTION ACCEPTING THE BID OF PHOENIX
WORLDWIDE INDUSTRIES FOR THE FURNISHING OF
ONE (1) UNMARKED PRISONER TRANSPORT VAN, FOR
THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED
AMOUNT OF $25,400.00; ALLOCATING FUNDS
TIiEREFOR FROM THE POLICE DEPARTMENT'S
GENERAL OPERATING BUDGET ACCOUNT CODE NO.
290201-840; 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 April 26, 1995 for the furnishing of one (1) unmarked
prisoner transport van for the Department of Police; and
WHEREAS, invitations for Bid No. 94-95-117 were mailed to
twenty-two (22) potential bidders and one (1) bid was received;
and
WHEREAS the Miami Police Department's P.O.P. unit was
established to reduce the amount of narcotics within the Liberty
City/Little Haiti areas, the unit makes numerous arrests,
therefore an unmarked van is needed for the transportation of
prisoners; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Phoenix Worldwide Industries be
accepted as the only responsive and responsible bid;
WHEREAS, funds for this purchase are available from the
General Operating Budget of the Police Department Account Code
No. 290201-840; and
CITY CO1VlMISSION
)KEETING OF
J U L 1 3 1995
Revolution No.
95- 491
,t1��i�or+A
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 April 26, 1995 bid of Phoenix Worldwide
Industries for the furnishing of one (1) unmarked prisoner
transport van for the Department of Police, at a total proposed
amount of $25,400.00, is hereby accepted, with funds therefor
hereby allocated from the Police Department's General Operating
Budget, Account Code No. 290201-840.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for this acquisition.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 13th day of July , 1995.
STEPHEN P. CLA K, MAYOR
ATTEST.,
WALTER J.'FOMANII CITY CLERK
PREPARED AND APPROVED BY:
J
OLGA IERZ-SEIJ
ASSIS ANT CITY ATTORNE4
-2-
APPROVED AS TO FORM AND
CORRECTNESS:
CIT TT EY
95-- 491
Bid No.-9A; 95•-17
Unmarked + prisoner Transport Van
DEPARTMENTS Police
TYPE OF PURCH E : Single Purchase
REASON: This unmarked van will reduce
waiting time of transporting prison,
b_ having a van closer to targe.
sites.
POTENTIAL'BIDDERS: 22
BIDS RECEIVED:
FUNDS: Police Department's, general Operati
Budget Account Code No. 290201-840
$25,400.00
Bid
Invitations
Mailed
ALL VENDORS.. .........................
22
MINORITY/FEMALE (M/F) VENDORS..........
Within City limits ..................
Registered with City................
5
0
5
Black (B) Vendors' .... . ...............
Located within City limits..........
Registered with City ................
I
0
1.
Female (F) Vendors .....................
Located within City limits..........
2
0
Registered with City. ...............
2
Hispanic (H) Vendors .................
Located within City limits..........
2
0
Registered with City ...............
2
NON MINORITY (NM) VENDORS..............
Located within City limits..........
17
0
Bid
Response
1
1
0
1
0
0
0
0
0
0
0
0
0
0
0
skti�l�sr
ITY OF MIAMI, FLORID i BID N0. 94-95-117
ID SHEET (Continued)
!SPORT M: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
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: NET 30 DAYS
( Include cash
discount for
prompt • payment, if any)
Aditional discount
of NONE
if award
all items.
arranty and/or guarantee: 5 YF,ARS (VEHICLE CHASSIS STANDARD FORD h7ARRANTY-VEHICLE
MODIFICATION.
slivery: Un calendar days required upon receipt -of Purchase Order or Notice
f Award. AFTER RECEIPT OF VEHICLE FROM FORD MOTOR GQITANY FLEET POOL.
90 Number of calendar•days•required to complete work after start.
i accordance with the Invitation to Bid, the Specifications, General conditions, special
:)nditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
idicated on the attached bid sheet(s). ,
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
DR. J. AL ESQUIVf:.L SHULER, P.E.-PRESIDENT (100%) DR. J. AL ESQUIVEL.SHULER,P.E.-PRESIDENT
'MARfLNE A. CARRIO ESQUIVEL-VICE-PRESIDENT
) List principal business address: (street address)
3785 N.W. 82ND AVENUE,-M.S. 211 MIAMI, FLORIDA 33166
) List all other offices located in the State of Florida: (street address)
MANUFACTURING FACILITY:. 10780 S.W. 190TH STREET, PLANT NO. 4 PERR9;E, FLORIDA. 33157
Please use the back of this page if more space is -necessary)
MINORT_TY PROCt1RE ONT COMPLIANCE
he undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as
mended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
pplicable substantive and procedural provisions therein, lu i a{�y en e t thereto.
idder: PHOENIX WORLDWIDE INDUSTRIES, INC. Signature . ' ' a
(company.name)
ate: APRIL 24, 1995 Print Name: J. AL ESQ SHULER, P.E.
ndicate if Business is 51% Minority -owned: (Check one box only)
] BLACK " [XX] HISPANIC. [ ] FEMALE 9 C5• — 4,91
AFETRUATTVE ACTION PLAN
f firm has an existing plan, effective date of implementation: 1983
f firm does not have an existing plan, the Successful Bidder(s) shall- be required to
stablish—an Affirmative Action Policy, pursuant to Ordinance #10062*as amended See Appendix
for sample. I
>idder: PHOENIX WORLDWIDE INDUSTRIES, INC. Signature: <<
(company name)
"- -' ^-�^ ���•• ..•.. �'IfrNOf wr'rn f- MU &AAV T1Tf%n11A1 Try Tit Tc` DTn
7
rs
V
_u d1s�g",�el
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy S . Carter DATE : J U N 0 ' 1995 FILE
Chief Procurement Officer
sualECT : Bid Approval, Bid No.
94-95-117, Unmarked
uo Prisoner Transport Van
FROM : Donald H. Warshaw REFERENCES:
Chief.of Police
ENCLOSURES:
This department has verified that funds are available with the
Department of Budget to cover the cost of furnishing the Police.
Department with an unmarked prisoner transport van at a cost of
$25,400. Funding is to be from the Police Department General
Operating Budget, Index Code 290201-040.
BUDGETARY R IEW & APPROVED BY: ADDITIONAL APPROVALS
n \ (IF REQUIRED)
har Surana, Director Eduardo Rodriguez, CIP Manager
Dertment of Budget 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.)
alr:�Sffl�
Bid. No.
.1 CA 1
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To : The Honorable Mayor and Members DATE ` .lUN 2 9 t995 FILE
of the City Commission
SUBJECT : Bid Approval, Bid No. 94-95-
117, Unmarked Prisoner
Transport Van
FROM t CGS io REFERENCES:
Cit ager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the award of Bid No. 94-95-
117 and a Resolution accepting said bid be granted to Phoenix
Worldwide Industries, Inc., a Hispanic, Dade County vendor,
located at 3785 N.W. 82nd Avenue, M.S. 211, Miami, Florida,
33166, in the amount of $25,400, for furnishing an unmarked
prisoner transport van to the Police Department's P.O.P. Unit.
BACKGROUND:
The Miami Police Department's P.O.P. Unit was established to
reduce the amount of narcotics within the Liberty City/Little
Haiti area of the City of Miami. The Unit conducts plain clothes
surveillances on suspected narcotics distribution locations.
Numerous arrests have been made during the Unit 's efforts to
accomplish their goal. The unmarked prisoner transport van will
reduce the waiting time of transporting their prisoners by having
the van closer to targeted sites.
Phoenix Worldwide Industries, Inc., submitted the only bid and
meets the department's specificatidns.
i
On April "7, 1995, invitations for sealed bids were sent to
prospective vendors. Bids were opened on April 26, 1995, with
one (1) responsive vendor.
It is, therefore, recommended that the award of the bid be made
to Phoenix Worldwide Industries, Inc., at a cost of $25,400, for
the provision of an unmarked prisoner transport van.
b J-SECURITY-LIST
DID ITIMt FURNISHING OF EMPLOYEE SERVICE AWARDS N_--°�__-------M'-_wrw°w____-___r r------ws-.s-wr__w.
----------------w_w____-__----_w------------w---
DID 1i0. s 94-95-095 _,�_
. ...w__°sw_-_-w__--w_ __r_r_w.--__-w__.�_--_------ -
S OPENSD s MARCH 2 7 1995 --- 1- 0 0«_-m--------------------- -°
DATE DID ( )' N.� MARCH 2 7 ------TOTAL SID EOND�as�
KIDDER DID AMOUNT CASEIZR I S— rHBCDC_--
....�_._�---- ------
J J. D. CFEATIONS ( One COPY)
THE ROBBINS.CCMPANY
-----__ --
-------------.:
----—-------------------
MARTIN'S LAMAR UNIFORMS
METRO DISTRIBUTORS
HSA ENTERPRISES,.INC.
_
MICHELSONS TROPHIES, INC.
"Offers from the vendors
racalwa
other offers submitted in re
the only offers
-a -mil--_ -__--
citation, if any.
fisted herein are
-Opewaq �
onso to this sol
-----------------
-------------
-__
----
--_---------
------------L--------------
-----•---------
---- --
d-----------------------
L--N
—
------------------
--
-------------------�--
------ -----_
_-- -- --- -
--------------
_......—_.� ---
--------�0—
<
— -------- N---_
-------------
--
--- —.-------------------
--- -----'ter--------------
------------------
___ _ •sai�s8 ( envelopes on behalf of
7nTTD
o race via i000-
GSA/ WASTE -PRO UREMENT DIVISION on
(City Dspartaaent)
SIGNEDt
a1�+
LEGAL ADVERTISEMENT
DID NO.94-95-095
Sealed bids will be received by the City Clerk at her office located at.City Hall, 3500 Pan
American Drive, Miami, Florida 33133 not later than 1.1j:00 a.m. March 27.1995 for the
furnishing of Employee Service awards on a contract basis for one (1) year with an option
to extend for the Department of Personnel Management.
Bids submitted past such deadline and/or submitted to any other location or office shall
be deemed non -responsive and will be rejected.
Ordinance No. 10062, as amended, established a goal of awarding 5 1 % of the City's total
dollar volume of all expenditures for all good 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 located at 1390 Northwest 20th Street, 2nd Floor, (305) 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
ible nd b'dd
respons a responsive r er.
The City reserves the right to request copies of the occupational license, professional
and/or trade licenses, corporate chart 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 Northwest 20th Street, 2nd Floor, telephone (305) 575-5174.
The City.Manager may reject all bids and readvertise.
(Ad No. 1982)
Cesar H. Odio
City Manager
.. - - ..M1y
..