Loading...
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 ..