Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0718
e LT— 95-859 10/18/95 RESOLUTION NO 5 - 718 A RESOLUTION ACCEPTING THE BID OF I.P.S. FOR THE PURCHASE OF PERSONAL PROTECTION PACKS FOR THE DEPARTMENT OF POLICE, AT A TOTAL PROPOSED AMOUNT OF $14,610.00; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT GENERAL OPERATING BUDGET, ACCOUNT NO. 290201-719; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received June 14, 1995, for the purchase of Personal Protection asks for the Department of Police; and WHEREAS, invitations for Bid No. 94-95-131 were mailed to thirty-two (32) potential bidders and four (4) bids were received; and WHEREAS, bio-hazardous exposure is a routine threat for Police Department employees, and the personal protection packs will safeguard employees from such exposure, and are required by OSHA and the Florida Department of Labor and Employment Security; and WHEREAS, the City Manager and the Chief of Police recommend that the bid received from I.P.S. be accepted as the lowest responsive and responsible bid; and CITY CaMMSSION MEETMG OF o c r 2 6 1995 AeIIolufion No. 95- 71b WHEREAS, funds for said purchase are available from the Police Department General Operating Budget, Account Code No. 290201-719; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITi'Y 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 June 14, 1995 bid of I.P.S. for the purchase of personal protection packs, at a total proposed amount of $14,610.00, is hereby accepted, with funds therefor hereby allocated from the Police Department 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 said acquisition. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 26th day s--�ctober ATTESTA STEPHEN P. CLERK � W9L ER J . V.DEMAN, CITY CLERK -2- 1995. ►YOR 95- 718 IV i CITY OF MIA(.1!. FLORIDA CA = Ad INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the Cite Commission Ces io FROM Cit ger RECOMMENDATION: DATE OCT 13 1005 FILE SUBJECT Bid Approval, Bid No. 94-95-131, Personal Protection Packs REFERENCES ENCLOSURES It is respectfully recommended that a Resolution authorizing the purchase of personal protection packs, from I.P.S., a non - minority, non -local vendor, located at 1861 N. Federal Highway, Suite 193, Hollywood, Florida, 33020, in the amount of $14,610, be approved. Funding is to be from the Police Department General Operating Budget, Index Code 290201-719, in the amount of $14,610. BACKGROUND: Bio-hazardous exposure is a routine threat for Police Department employees. The personal protection packs will safeguard employees from such exposure. Furthermore, they are also required by OSHA and the Florida Department of Labor and Employment Security. On May 26, 1995, invitations for sealed bids were mailed to prospective vendors. Bids were opened on June 14, 1995, with five (5) responsive vendors. The Police Department analyzed the bids received on June 14, 1995, for the provision of these items. Ani Safety, Inc. provided the lowest initial bid; however, the substitute brand CPR mask and the full-length impervious open -back gown they quoted in their bid does not meet the specifications of the Police Department. Specifically, the mask does not allow enough air to flow through it and the gown is of an inferior quality. It is, therefore, recommended that the bid be awarded to I.P.S., who is the second lowest bidder. They met the specifications established by the Police Department. CAZ - ` 95- 718 ,ram The Honorable Mayor and Members Bid No. of the City Commission 94-95-131 Page 2 Amount of Bid $14,610 t Estimate/Bud eted Amount: 95% Cos g $15,375 Source of Funds: Police Department General Operating Budget Index Code 290201-719 Amount $14,610 Minority Representation: N/A Public Hearings/Notices N/A Assessable Project: N/A CITY OF MIAMI, FLORIDA btu INTER -OFFICE MEMORANDUM jL TO Judy S . Carter DATE SEP 1 5 1995 FILE: LEG 7-2 Chief Procurement Officer SUBJECT. Bid Approval, Bid No. 1 � 94-95-131, Personal L��......�•®. Protection Packs Donald H. Warshaw FROM: Chief of 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 personal protection packs. Funding is to be from the Police Department General Operating Budget, Index Code 290201-719, in the amount of $14,610. BUDGETARY REVIEW & APPROVED BY: Manohar Suran �. irector / Department of ,, dget I 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- 718 =� IAMI , FLORIDA T (Continued) s BID SHEET AND ATTACHMENTS MUST BE /%ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, IF SECURITY IS REQUIRED, A BID WILL NOT BE !17 BID NO. 94-95-131 RETURNED IN TRIPLICATE IN THi TIME AND DATE OF BID OPENING. ACCEPTED UNLESS THE DEPOSIT Oi BOND IS SUBMITTED IN THIS ENVELOPE. __7 © R Po 4 !rms: u) U (Include cash discount for prompt payment, if any) lditional discount of IV % if awarded all items. .rranty and/or guarantee: livery: I V calendar days required upon receipt of Purchase Order or Notict Award. -- Jtm e_ Number of calendar days.required to complete work after start. accordance with the Invitation to Bid, the Specifications, General conditions, Specia editions, and General Information to Bidders, we agree to furnish the Item(s) at Price iicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): aLTIER F. PHlL6RiCK NAMES OF COMPANY OFFICER(S): WP� U_GR F. PRILWoCK_ List principal business address: (street address.) (:Po)q Noll�t, p ` Ivy. {�I! yLA) D, `F 330 List all other offices located in the State of Florida: (street address) 20 l q Hbj N wo-v-b `__B I vt) . lease use the back of this page if more space is necessary) MINORITY PROMIRE ENT COMPLIANCE undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 +nded, the Minority Procurement Ordinance of the City of Miami and agrees to comply with a: )licable substantive and procedural provisions therein, including any amendjknen,,ps thereto. Ider: %N',rb�WIROMI P0076 nlvc,F0RU/CE, Signature: (company.name) te: ,/0 _Q5' Print Name: 3icate if Business is 51% Minority -owned: (Check ,one box only) ] BLACK [ ] HISPANIC [ ] FEMALE AF MA T � p �'�I PUN . firm has an existing plan, effective date of implementation: 2 firm does not have an existing plan, the Successful Bidder(s) shall be required .ablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. see Append or sample. ider: lPJTL2NA,iw4L- 90ECrj1*- �V/BPS Signature: / (company name) i ILURE.i'0_C_OMP_LETE._ SUNLAND_RETURN_THIS FORM MAY DISQUALIFY THIS BID. 95- 718 ::`,r of Mimi -'"'OR i f68) VENDGR 2 (994945-,i VE'"•• 3 (994994-2i F'RICE ANALYSIS (WITH EXTENDED TOTALS) ------------------- ------------------------- -. ----------------- ATLANTIC MILLS CO MED PROTECT INC I,-S =0 NO. MF'HS 5 3270 HiRLE4H FL 1) -WO PLANO TX 750K H➢LL'IMGOD FL 33G20 - "PART. DELIVERY DELIVERY DATE: BUYER: Robin hiIair ➢ELIVERY DAYS: Er. DATE: TERMS: NET 30 NET 3G NET 30 ;='EN TIME: 0:00p ^..UF°'E➢; GTHEF; is OTHER 2: DID NO. 94-95-131 DID NO. 94-95-131 BID NO. 94-95-131 ENTERED: 06/16/75 NOTE: FU NTED: 09/26/95 CODE,.- 1 PERSONAL PROTECIION PACK 750 EA 20.550 20.340 19.4601 EST: 15375.00 REQUISITION SUBTOTAL 15412.50 15255.00 14610.00 L DISCOUNT 0.00 0.003: 0.00 0.00% -------------- -------------- 0.00 0.001, -------------- 15412.50 15255.00 14610.00 PREFERENCE 0.00 0.00 0.00 BID NO. 94.95.131 ITEM: Personal Protection Packs DEPARTMENT: Police TYPE OF PURCHASE: Single Purchase REASON: To provide safeguard employees from blo-hazardous exposure. POTENTIAL BIDDERS: thirty-two (32) BIDS RECEIVED: four (4) FUNDING ALLOCATION: Police Department General Operating Budget Account Code No 290201-719 BID TABULATION: See Attached BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS 32 4 MINORITY/FEMALE VENDORS 13 2 Within City limits 1 0 Registered with City 13 2 Black Vendors 4 l Located within City limits 0 0 Registered with City 4 1 Female Vendors 7 1 Located within City limits 1 0 Registered with City 7 1 Hispanic Vendors 2 0 Located within City limits 0 0 Registered with City 2 0 NON MINORITY VENDORS 19 Located within City limits 6 2 "No Bids" 14 1 Reason for NOT awarding to local vendor. Local vendor did not respond to invitation to bid Reason for "NO BIDS" are as follows Security Supply - unable to quote Metro Distributors -not in product line Fire and Safety Tech.- unable to bid at this time ATD American- not in the business Atlas Container Corp. - unable to quote at this time Valor Corp. - out of field )ones Equipment Company - not in the business of personal packs East CO Industrial - not in product line Pro Gear Equipment - do not carry requested merchandise Almark Enterprises - unable to supply at this time The Barkin Company - we don't sell specified items K Medical Inc. - does not carry personal packs C8z6 Medical - not in product line RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO I.P.S. A NON- MINORITY/NON-LOCAL VENDOR AT PROPOSED COST OF $14,610.00. ief Procurement Off r s- Date C� 95- 718 ITix: 750 PERSONAL PROTECTION PACKS --------------------------------------------- ilf0. a 94-95-131____.___,____o.__...._...._____________...__..�___ S HID(E) OPENED. -- JUNE�14,_ 1995 .—__10_00 1w111_____________________....,.__� ' r 1 Ir TOTAL BID SODdD_1211 iIDDER D_ID AMOUNT CASHIER'S CHECK J SAFETY & SUPPLY, INC. --------------------------- See attached hid 'LANTIC MILLS CO. IDUSTRIAL SAFETY EQUIPMENT ;D PROTECT, INC. IS n ii 1 BID ,CURITY SUPPLY ;TRO DISTRIBUTORS :RE AND SAFETY TECH 'D AMERICAN CO. -" - -I 'LAS CONTAINER CORP. - - - - - - - - - ---- ----- ----- IERICAN I.D. PRODUCTS INC. ---------------L-------------- ! -_- . ------------_--------- �LOR CORP. I )NES EQUIPMENT CO. 6TCO IND. SAFETY CORP. - �- ,0 GEAR EQUIPMENT, INC. ,M.ARK ENTERPRISES IE BARKIN CO. MEDICAL, INC. & B INDUSTRIAL -----_---------- = ~`� - --------- N __ P�CCi1J(?C1 V C'. o .±:;j v.. 1 1,2T 0 rS,,, :t?f_t 1'.i ] _'-..:..' to i h( a:J'' -,� 4 received (irl ) envelopes an behalf of (Person teceivinE bids) A/SOLID WASTE -PROCUREMENT DIVISION-(,j-`�` (City Department) _--�_.__...©n .1:.--*--1=-----------------�' LEGAL ADVERTISEMENT BID NO. 94-95-131 Sealed bids will be received by the City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 331 33 not later 10:00 a.m. dune 14, 1995 for the furnishing of approximately seven hundred fifty (750) Personal Protection Packs, as or equal to kit #250001 in accordinr_e with the Occupational Safety and Health Administration regulations and/or any other State or Federal hazardous material safety regulation(s) for the Department of Police. 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 51 % 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 300 Biscayne Blvd. Way, Suite 210 (305) 579-6845. 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 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. The City Manager may reject all bids and readvertise. (Ad No.2029_) Cesar H. Odio City Manager I C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and canary to u.ba. remon management) oou mm/n nn^ oon»