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 -