Loading...
HomeMy WebLinkAboutR-93-0161J-93-185 3/11/93 RESOLUTION NO. 93- 161 A RESOLUTION ACCEPTING THE BID OF MARTIN'S LAMAR UNIFORMS FOR THE FURNISHING OF UNIFORMS ON A CONTRACT BASIS FOR A PERIOD OF ONE YEAR FOR THE DEPARTMENT OF POLICE, AT A TOTAL PROPOSED COST OF $381,133.00; ALLOCATING FUNDS THEREFOR FROM THE OPERATING BUDGET, ACCOUNT CODE NO. 290201-075; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SUPPLIES. WHEREAS, pursuant to public notice, sealed bids were received October 19, 1992 for the furnishing of. uniforms on a contract basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods for the Department of Police; and WHEREAS, invitations were mailed to twenty-nine (29) potential bidders and two (2) bids were received; and WHEREAS, funds for said purchase are available from the Operating Budget, Account Code No. 290201-075; and WHEREAS, these uniforms and accessories will be used to equip City of Miami police officers; and WHEREAS, the City Manager and the Chief of Police recommend the bid received from Martin's Lamar Uniforms be accepted as the lowest most responsible and responsive bid; and WHEREAS, at its March 11, 1993 Meeting, the City Commission specified that said bid be accepted for one year only; ''! i�ESCiNfli�'D►' A XrADED ST. CITY COMOSMOX MEETING OF. MAR 1 1 W3 Repaudm I" 93- 161 4 OF MIAMI, FLORIDA: Section 1. The recitals and finding's 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 Ootober 19, 1992 bid of Martin's Lamar Uniforms for furnishing uniforms on a oontraot basis for a period of one year for the Department of Police at a total proposed oost of $381,133.00 is hereby aooepted, with funds therefor hereby allocated from the Operating Budget, Aeoount Code No. 290201-075. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue Purchase Orders for said supplies. — Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 11th day of A NATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: r �? CARMEN L. LEON ASSISTANT CITY ATTORNEY M3510/BSS WAI , 1993. XAVIER V. SUAREZ, MAYOR APPROVED AS TO FORM AND CORRECTNESS: A ! QUZ CITY A 93- 161 17 ' t INTER -OFFICE MEMORANDUM TO : DATE FILE The Hojaorable Mayor and Members °�1 s r+ry of th it4 Commission - i�3 sucuEcr : Recommendation for Resolution & Award of Bid No. 92-93-010, Uniforms FROM : Cesa H. Odio REFERENCES City Manager ENCLOSURES: It is respectfully recommended that an award be made and a resolution be passed accepting the bid of Martin's Isamar Uniforms, a publicly held, non -minority, Dade County vendor located at 7230 N.W. 46 Street, Miami, Florida, 33152, with a satellite office located at 1887 West Flagler Street, Miami, Florida, at a first year cost not to exceed $381,133, for the furnishing of uniforms to the Miami Police Department. The funding source will be the Police Department General Operating Budget, Index Code 290201-075. The Police Department has analyzed the bids received on November 16, 1992, for the provision of uniforms on a contract basis for one year, renewable annually. The Department has found Martin's Lamar Uniforms has met the Department's requirements and specifications and provided the lowest bid. On October 20, 1992, invitations for sealed bids were sent to prospective vendors. Bids were opened on November 16, 1992, with five (5) vendors submitting responses. Two (2) vendors submitted responsive bids, one (1) vendor submitted a "no -bid," and two of the bids received were non -responsive. Psis. Anne Whittaker was contacted with reference to Minority Participation and she concurs with the Department's recommendation. It is, therefore, recommended that an award of bid be made to Martin's Lamar Uniforms, at a first year cost not to exceed $381,133. The Department's specifications have been met, and the funding source will be the Police Department General Operating Budget, Index Code 290201-075. 93- 161 OF MHA'Ah. INTER -OFFICE MEMORANDUM tO Judy S. Carter DALE : .TAN 1 31993 FILE Chief P ent Officer SUFMEC7 : Bid Approval, Rid No. 92-93�-010, Uniforms FROM : C i Ohs REFERENCES: ief 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 Uniforms, at a first year cost not to exceed $381,133. Funding is to be from the Police Department General Operating Budget, Index Code 290201-075. FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS - (IF REQUIRED) Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY$ Mannar Nel- a, virec Department � Budget 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.) 93- 161 CITY Of MIAkIZ, FLCIFtI NO. 92--93-010 BID SHEET (Continued) INEORTAM BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE TO THE OFFICE OF THE CITY CLERIC, AT THE ADDRESS GIVEN ON ATTACHED ENVELOPE IDENTIFIED BY BID DUMBER, TIME AND DATE OF BID OPENING. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we the undersigned, agree to furnish the Items at Pricing indicated on the attached Bid on a contract basis. We further agree to abide by the terms and conditions given on these Bid Sheets if accepted by the City of Miami, and shall maintain an inventory of axon. leas i.iusi& 60; of the annual estimated requirement of each item during the contract period. — Terms:NET 30 DAY(Include cash discount for prompt payment, if any) Additional discount of -0- $ if awarded all item. Warranty and/or guarantee: WE GUARANTEE AGAYNST DEFECTS IN M?,TERIALS AND WORKMANSHIP FOR THE LIFE OF THE ITEM. State any variances to specifications (use separate sheet if necessary):NONE Delivery/City Pick Up: 30 calendar days after measurement, for items not requiring alterations. Delivery/City Pick Up: 30 calendar days after measurement, for items requiring alterations. Special order items 60 calendar days Uniform alterations costs. Shirts -0- Pants -0- EACH EACH While the City has listed all major items on the bid solicitation which are utilised by the Police Department in conjunction with its operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, bidders are requested to quote the percentage discount that will be offered to the City for items Which do not appear on this bid solicitation. This discount shall be offered for all items listed in nationally established annual retail supply catalogs. The most recently published catalog shall serve as the basis for establishing the retail price to be discounted. page 1 of 3 93- 161 CITY OF MIAM,I, FLOhI`+� P' �,✓ 92-93-OiO BID SHEET (Continued) -w AF Percentage Discount: --- -_15% No" of Local Licensed Tailor: MARTIN'S LAMAR UNIFORMS 1867 W. FLAGLER STREET 33135 Location of Tailor Facilities: - — (1PiC3c-Site} 1887 W. FLAGLER STREET 33135 NAMES OF COMPANY ONMR(S) o NAMES OF COMPANY OFFICERS: Wr 'AVr A n-TVJrTn*1 pF h PUBLICLY GERALD M. BENSTOCK • CHAIRMAN CEO OWNED COMPAR�Y TRADED ON THE SAUL SCHECTER, EXECUTTVE VICE PRESIDENT MA EpICAN STOCK EXCHANGE.htALTF.Ri A LAyiGNF• DIVTSION PRESIDENT (Please use the back of this gage if more space is necessary) The undersigned bidder acknowledges that it has received a copy of Ordinance No. 100621, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive rocedural provisions thereinr including any amendments th�e,,teto • ct BIDDERS MARTIN'S LAMAR UNIFORMS Signature: (,ejTH&!= !{. N= (company name) Print Names WALTER A.-LAVIG Indicate if Kinority Busineae: Datez NOVEMBER 13, 1992 ( ] Black [ ] Hispanic [ ] Women FAIL aR = COI+BPLBTE, SIGH,$,LiD RE'rttsr�t THIS FORM Na DISOMI)a TH .-. Information requested on the following pages, to be submitted by bidders, is explained below. a) 5 =,le a3tttmittnd: Circle yes or not to indicate whether sample has been submitted as required. Failure to include actual or comparable sample as stipulated (in. Special Conditions, paragraph 13 will be caused for rejection of bid. page 2 of 3 93-- 161 CITY OF MIAMI, FLOh:r-% '? NO. 92--93-010 BID SHEET (Continued, E.; b) fl,anufactuxer and Model owl. Style NURDA : indicate for the particular products you intend to supply to the City, in the space provided. c) ]Unit ,Rricing: Bidders shall indicate the actual firm unit maximum percentage increase where allowed for each item. prices shall be "each", unless if otherwise noted. price, or All unit d) First Year Price: shall be firm for the first 12 months of the contract beginning with date of award or Purchase order acceptance. e) Second Year Price: shall be firm for the first 12 months contract. If price is identical to that bid for 1st year, "same" of the indicate f) Third Year Price: Pricing for this period of the agreement may be either firm prices (different from or identicall to 1st and 2nd year price), or may be a maximum percentage increase over Sat year prices. Bidders to indicate price, "same as ", or per cent. _ g) No additional addendum will be included on prices, all garments to include patches and stripes. — h) Vendor will accept 75 uniform chits per week. Social Security or Federal Employer Identification No._il_ Ile, WALTER A. LAVIGNE Date: NOVEMBEE 13, 1992 UILIMETO COMPLETE. SIGN. R FIRM THIS FORM NU DYSQMIFY T HYS BI@. BIDDER: MARTIN'S LAMAR UNiEQRMS SignatureF✓ (company name) Print dame: i AWARD OF J31_D_ Bid No. 22-3--010 a Purchase of uniforms TYPE OF P.URC ASFs Police On a contract basis for a period of one (1) year with option to extend for two (2) additional one (1) year periods. For the provision of uniforms for the Police Department. 28 2 Attached General Operating Budget Account Code No. 290201-075 Bid Invitations Mailed ALLVENDORS ............................ 28 MINORITY/FEMALE (,M/'F) VENDORS .......... 20 Within City limits .................. 4 Registered with City ................ 6 Black (B) Vendors.... 8 Located within City limits.......... 1 Registered with City ................ 4 Female (F) Vendors ..................... 4 Located within City limits.......... 2 Registered with City ................ 2 Hispanic (H) Vendors ................... Located within City limits.......... Registered with City ................ NON MINORITY (NM) VENDORS .............. Located within City limits.......... "No Bids" .............................. 8 1 0 8 1 Bid Hespgnses 2 r 0 0 0 0 0 0 0 0 2 0 1 93- 161 VA C Reason for "No Bid" was as follows: 1. Matra Distributors USA - not within city limits IT IS RECOMMENDED THAT THE AWARD BE MADE TO MARTIN LAMAR UNIFORMS A LOCAL, NON -MINORITY VENDOR AT A TOTAL PROPOSED FIRST YEAR COST OF $381,133.00. Chi Pro mfitei Date ` 10 :TEM .0 .1 .2 .3 .4 .5 .6 .7 .9 0 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 CITY OF MIAMI, FLORIDA BID NO. 92-93-010 UNIFORM CONTRACT I DESCRIPTION Blue Uniform Trousers Blue Trousers gld/silver Blue Uniform Breeches Police Woman Blue Slacks Swat Fatigue Trousers Police Woman Skirts Athletic Coaching Shorts Gym Shorts Sweat Pants Marine.Patrol Pants Long Marine Patrol Pants Short Staff Uni. Dress Trousers Police Dress Staff Skirt Staff Trousers Men -Ladies Staff Skirts 2 Pc Squad Suit Pants(K9) Military Fatigue Bk Shirt Staff Shirts L/S Patches Shirt L/S Sworn Zip. M/F Shirt S/L Sworn Zip. M/F S/L Shirt Civilian L/S Shirt Civilian (M/F) Coveralls S/L Colored T-Shirts S/L Knit Shirts Blue Denim S/L Shirts 2 Pc Squad Suit Shirt K-9 Blue Heavy Weight Jacket English Squire L/'W jacket Weather Jacket Military Police Drs Blouse Jacket Staff Sweater Dress Blazer Men/Ladies Undercover/Raid Nylon Jkt Off/Sgt Blue Uniform Cap Blue Uniform Cap Wave Blue Uniform Cap Lt/Above MARTIN'S LAMAR QUANTITY 3000 24 170 400 125 125 24 60 24 24 24 2 2 125 12 48 125 40 1700 3325 130Q 200 200 48 140 148 48 500 26 2 2 48 72 820 30 72 1st YE EACH • 21.50 28.60 85.50 21.50 25.75 23.55 16.25 7.00 9.55 35.75 26.85 110.00 79.50 35.00 37.50 20.65 25.95 12.50 24.50 24.00 17,10 19.55 29.50. 5.95 10.95 14.60 26.95 139.50 49.50 59.50 225.00 58.00 89.50 • 13.95 10.95 14.95 14.95 2nd YEAR EACH 23.10 30.75 91.50 23.10 27.50 24.75 17.50 7.55 10.60 38.45 28.85 115.00 83.50 37.65 40.50 29.65 28.55 13.45 26.50 25..80 17.95 20.55 31.00 6.25 11.50 15.70 29.00 165.30 53.50 63.95 236.25 60.90 96.20 15.35 12.50 16.15 16.45 3rd YEAR EACH 23.65 31.50 93.50 23.65 28.35 25.90 17.90 7.70 11.15 40.00 29.55 120.00 87.45 39.50 41.50 31.00 29.85 13.95 27.25 26.90 18.80 21.55 32.45 6.55 12.05 16.05 29.75 177.15 54.95 65.50 240.00 63.80 98..45 16.75 17.85 17.95 19.90 1] it rI11�11l'I-III �1� 11l11-I ITEM # 38 39 40 41 42 43 44 45 46 477 48 49 50 51 52 53 54 55 56 57 58 59 TOTALS C1a i .pw MARTIN'S LAMAR DESCRIPTION QUANTITY ------- Pith Helmet -------- 8 Police Cap Staff Embroide 18 Baseball Cap 1300 Mounted Patrol Hat 12 Web Belt Silver Buckle 24 Boat Shoes 2 Deck Boots 2 Web Belt Ord/Br Buckle 48, One -Piece Raincoat 120 Two-Piecb Rainsuit 12 '12 White Gloves Scarf -Scots 12 Citation Cord 12 Tie 12 Cross -Over Tie 12 P Buttoms 4000 Miscellaneous Emblems 2000 Sleeve Strips -Gold 2 Acrylic Brst Nameplate Sn 6 Acrylic Brst Nameplate Ci 6 Shoulder Boards 2 Name Tapes 8500 1st YEAR 2nd YEAR 3rd YEAR EACH EACH EACH. - --9.95 10.50 11.00 55.00 60.00 65.00 2.75 2.995 3.05 35.00 37.00 38.00 2.80 2.80 2.90 59.95 64.45 65.95 22.50 24.20 24.95 2.80 2.80 2.90 59.50 63.95 65.95 60.95 65.55 67.25 2.20 2.25 2.35 4.35 4.50 4.75 7.95 8.55 8.95 3.00 3.00 3.00 2.75 2.85 2.95 0.40 0.42 0.45 1.10 1.15 1.20 1.0..00 12 ..50 15.00 64.95 67.50 70.00 47.50 50.00 52.00 31.00 33.00 35.00 1.10 1.25 1.35 $381,132.95 $417,822.65 $440,106.50 B r ° " � 4 lil I 1 I I it �� �� li Ill 1 � �1� 111 11 flu a 1111 I6I ' 19 Ill Ii� �I, I �III�I�i �� �' ° " � 4 lil I 1 I I it �� �� li Ill 1 � �1� 111 11 flu a 1111 I6I ' 19 Ill Ii� �I, I �III�I�i �� �' l�,.d•.Ilel+._a.�.1.._..I�II Il ilLL� �lij lj II�IL, .I��LILIL_L LJI,Ijl�l,.l._I it i Ig BID NO. 92-93-010 UNIFORM CONTRACT 4 HARRISON UNIFORM CO y 1st YEAR 2nd'YEAR 3rd YEAR ITEM # DESCRIPTION QUANTITY EACH EACH EACH r------ 1 ----------- Blue Uniform Trousers -------- 3000 --- 28.40 29.40 30.25 2 Blue Trousers gld/silver 24 - 30.76 31.84 32.75 3 Blue Uniform Breeches 170 -88.80 91.90 94.55 4 Police Woman Blue Slacks 400 28.40 29.40 30.25 5 Swat Fatigue Trousers 125 27.60 28.55 29.40 6 Police Woman Skirts 125 23.28 24.10 24.80 7 Athletic Coaching Shorts 24 17.33 17.95 118.45 8 Gym Shorts 60 7.50 7.75 8.00 9 Sweat Pants 124 10.20 10.55 10.85 10 Marine Patrol Pants Long 24 50.60 52.35 53.90 11 Marine Patrol Pants Short 24 35.50 36.75 37.80 12 Staff Uni. Dress Trousers 2 85.50 88.50 94.25 13 Police Dress Staff Skirt 2 83.50 86.40 88.90 14 Staff Trousers Men -Ladies 125 38.45 39.80 40.95 15 Staff Skirts 12 42.75 44.25 45.50 16 2 Pc Squad Suit Pants(K9) 48 28.70 29.70 30.60 17 Military Fatigue Bk Shirt .125 27.60 28'.55 29.40 18 Staff Shirts L/S Patches 40 33.15 34.30 35.30 19 Shirt L/S Sworn Zip. M/F 1700 31.85 32.95 33.90 20 Shirt S/L Sworn Zip. M/F 3325 26.20 27.10 27.90 21 S/L Shirt Civilian 1300 18.15 18.80 19.35 22 L/S Shirt Civilian (M/F) .200 20.15 20.85 21.45 23 Coverall Plus Embr 200 34.40 35.60 36.65 24 S/L Colored T-Shirts 48 6.65 6.85 7.10 25 S/1 Knit Shirts PLus Embr 140 11.80 12.20 12.55 26 Blue Denim S/L Shirts 148 12.85 i3.30 13.70 27 2 Pc Squad Suit Shirt K-9 48 28.70 29.70 30.60 W 28 Blue Heavy Weight Jacket S00 159.90 165.50 170.30 29. English Squire L/W Jacket 24 49.20 50.90 52.40 30 Weather Jacket Military 6 47.00 48.65 49.95 31 Police Drs Blouse Jacket 2 222.00 229.00 236.00 32 Staff Sweater 2 37.60 38.95 40.00 33 Dress Blazer Men/Ladies 48 92.50 95.75 98.50 34 Undercover/Raid Nylon Jkt 72 17.25 17.85 18.40 35 Off/Sgt Blue Uniform Cap 820 20.35 21�20 21.70 36 Blue Uniform Cap Wave 30 13.20 13.65 14»10 37 Blue Uniform Cap Lt/Above 72 22.75 23.55 24.25 �I�la l ill I� 1 IIII, I IIIJI 11 J IiI : III, cl 11 1.1 dil I i c! I l o� 6 61 III lii j 11.1 Ii, V, ,111, IR ,.c, . l i 1,,1.. iIJ191,1 L1'L1i }^ A HARRISON UNIFORM CO ITEM # DESCRIPTION j 38---- Pith Helmet 1 39 Police Cap Staff Embroi de 40 Baseball Cap 41 Mounted Patrol Hat 42 We Belt Silver Buckle 43 Boat Shoes 44 Deck Boots 45 Weld Belt Gd/Br Buckle 46 One -Piece Raincoat 47 Two -Piece Rainsuit - 48 White Gloves r 49 Scarf -Scots 50 Citation Cord 51 Tie 52 Cross -Over Tie 53 P Buttoms 54 Miscellaneous Emblems 55 Sleeve Stripe -Gold 56 Acrylic Brst Nameplate Sn 57 Acrylic Brst Nameplate Ci 58 Shoulder Boards 59 Name Tapes TOTALS 1st YEAR 2nd YEAR 3rd: Y" QUANTITY EACH EACH EACH --------- -------- 8 ------- •10.80 --------- 11.20 11.50 18 56.32 58.30 59.98 1300 2.80 2.90 3.00 12 .26.50 27.40 28.20 24 2.95 3.05 3.15 2 61.75 63.90 65.75 2 21.10 21.85 22.50 48 2.95 3.05 3.15 120 64.95 67.25 69.20 12 .137.25 142.00 146.25 . %12 3.25 3.45 3.70 12 4.85 5..00 5.20 12 4.90 5.15 5.35 12 3.25 3..35 3.50 12 2.70 2.80 2.95 4000 0.40 0.42 0.45 2000 1.19' 1.23 1.27 2 2.90 3.00 3.10 6 69'.70 72.15 74.20 6 50.90 52.70 54.20 2 32.50 33.65 34.60 8500 1.12 1•116 1.20 9 $450,491.87 $466,353.26 $480,003.69 A F], I ,': II"' I I c call I ��' 1i al I IJ Ws Ma UNIFORM CLOTHIAG FOR POLICE 92-93-010 WXg1b(S) opsxsbg NOVEMBER 16 1992 10:30 a.m......._...o....r+awrwMr�a....a..n junn See attached RTIN'S LAMAR UNIFORMS b.i•d $ 5,000.00 Cashier's chec it $ 5,000.00 Barnett Bank S S INC. QF�ISON UNIFORM CO. " NO DEPOSIT SI4ALLWOODS' INC. r wwrw.o�.r�w.www �0 BID: ' METRO DISTRIBUTORS rwAr. .�r.�...�w�w.ww.., ww•�w�..�w•oww��w w .�.owN ONwO�MM�C/�. NwM��YIw Nl.��r• NM�.IYwMr•w�r• to�Ywl�r��Yw.�..�. ��r•�w�.�iiMtl�w.Mew r�wwi��wYrOr.�ww wr•ww sw�wMMwr �.�►N�r.O�wM�w.wwNw swow�.saiwr.w�.ww w�ww rw�wwwr.w.o owwr.r��r��w.rrw.�. w.r ar�ws�rrw,w.�.��sw r,w�w.rw��wo� �.�wr.r+.�wr.�.aywr.wr.e w�w�M�wr.M7+Mw wNNw4.wMw�w irk YwNI� wrtwr.�...r.wr.�w M.wf�M�wiM�. r.�wrw� pAr•Ow.i.�i��.�wr.r� M�w.V �fD.�!• Mw�or.w wPYyYw M�w.w�.li .�.MMYr..��r<r lw4.w �M.iMMY.� wY��l.�IwNMOw rr��vw�si.wr•�r•MwM�� wrr.w...ww�wr.w.i.w o..►ww.�.rwww..a rM �..O.Ilnw.nw•wwi N.1►lwNww m I I w 14 r uasmer 3526 PwAm% 1OR SMSICAL '�$G. CO, INC. ### .; _ ' OCT 30, i = p ,edrra�t _#$CITY OF MIAMI##E##EE# -—' - _ _-- FIVE oTHQUSAND'NO 001180E#t#######E####E######X#######E##t#E##E### TRH• moonFO ofpkdds K_ . nr-rscLie E.063000O11:"S 8�0003R°�a' } w0&69203410 i:0631O56831: 2034 ;. • -�t ti„��.��Y,�,.s�t:�' k�• v srT.x.'�'���i'f .y.�.,p ♦.s•.?:, di."�_ ^i. t..y�4�y� ���yytr''S- F�_:'° �-Y_f' 's/,.: xJ i4 - ,•:. iV \.V+T•6mm �' s .bi,li,tis•w. i••.xr_ �"')i.�' e.r � - ��— •+x'� :�_� � pnc�t� i}f aa� 7' Goad a� �e i _ x: k_ _ i su.e�Y oa bdae dMt a r�l 0EitvKw 10000032360 -'$ ***5000.00*** � ai araaf! liat d' �1 7--+•n-';o^S-'R '^_'r_";- _-'•"+'+'X""r •'R-�S'� af •m^-....�.�.-s-:•e.r- �. s :,. «�'l�Y .[+1 t•� ♦ fir x ♦t h ♦F•.•t Y r •�; s �} `f. ' ,.+t ,.�. .., •i�,� -. � �,r K .• t tom. 4 "� � r � •f; r r -- �' Or -r •r t w i x w$ `f .3k i.e� a t $'..fx 's♦ : r ,s.. • c r+C i x : of a ... —�: 4 �F � w s • �z .r 4.».tx y4'"it�i.;.y ''"_'``. "'�-i'Ya t iMrs� =`'lY "�`i'"S .�xis^q api".i'♦ �"'z. ♦ S a 1r ~Y."iir 'y; +{'_ °' ♦ . a`• •+y,•`a4 ♦` 'rt>n� j "'t"a` .q .._� +wl... ! " r S� ♦ T r `q•'r'+F 1c +' . _ _ I �� :.�l��F '�.g! •.-.s� .� K ,`yx ,..tr i' r.-�-.• awl' ;' '! E' � �#-� �` i . �� c , i 6,:p3.,p t#.k:= �'C�°-� ._�'' �'�r �►, c.e LL '•f f f" -'�'� "'c+..= ' 'r = �, • ,� .rtJi• �+ ; A"..�4� y3P-� .r � r ti r �3 :Aa ��y F .� ,.x+� ••4', .sv�±' .; ra.,.r# : e?"X ^�''�R^`i` .a•'+i�:- ,'+. t ^ r s . .r -• Psi, , _- "".•c � p,°,6i�' j�•'�}_ rr ;��p+�``',�� � +': -a ��g� s tea• .'�aj r�4"'��`'s4e-'v'� � '`r► "rw+ r"„a' ♦_'' ,r '1'F�F ...T t, f k. a♦ ��* k ,�'y', s .l i r- s r ;.. s•4 .*- nX., s'11 �z,,' Y _ �€ ♦ ► 1 - { S✓F ,tT t_ - !•" ,� ; �s,7 �{ tr a.lt i �y1"'p-• ,' ' �.'� c .. b, _' Pe t � • Mr'* Y• ++r r ty+9•` y.�F•y�-E4 ��ja,��,�. � ��,�'r � ' ._ g `a 4dp�!�- � .'�.� r; � � a-�� � .r, a. ,�.r'�_•r: t ♦ '++R .•� 7'+�'•� � �� s - �r ,rPA: "'�'.+'�� -"9Gr'��''`�,`... `.'�" y S1 • � ;e�..r •.i, �.y, - ►!!.'ot^ t-. i.aiC ;a'�,.,..r"-`J..•«- ,`:,�` r rs. Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 13133 not later than 1000 . .Nov amber 16, 1192 for the furnishing of uniform clothing on an as needed basis 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 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 may be applied to those vendors whose primary office is located in the City of Miami, provided the amount of the bid or bids is not more than ten percent (10% ) in excess of the lowest other responsible bidder(s). Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. — (Ad No. Cesar H. Odio — City Manager { a N ( 3 G L IN City of Miami 0869 REQUISITION FOR ADVERTISEMENT This number must appear in the . ... .... I .. I. tocsiretuent if or police) 2. Division: ma I'Actount tods number 4. 46 this a conArnmition: 5. Prepared by, CJ No Mar itza paces ske ou"14"iftent 7. Iftardna date: S. Telephone AuMbeC. :- I October 19,, 1992 .-575-5174 Number 6f t1hibs this advertisoment Is I of adverfiseftwit one 1 tLegal Cl Classified 0 Disclay Uniform Clothing for Police Bid No. 92-93-010 V. Publication Date�q) of Dates) Invoice Na. Amount Miami Review Miami Times Diario Las Americas 13. 0 Approved Disapproved rtment DlrectorAftsigb" Date kim- Approved for Payment Date ,rC-1G-S/PC 503 Rev.12181) Rwjftg: U161nolmForward White and G.SA.-. Canary my to GZA (DepartmentProcurement Management] end and r"n copy - ON: Whft - Can -