Loading...
HomeMy WebLinkAboutR-93-0235e7-93-339 Ab RESOLUTION NO. 9 3 _ 235 _ A RESOLUTION AMENDING SECTIONS 2 AND 3 OF RESOLUTION NO. 93-181, } = ADOPTED MARCH 11, 1993, ACCEPTING THE BID OF MARTIN'S LAMAR UNIFORMS FOR THE FURNISHING OF - UNIFORMS, ON A ONE YEAR CONTRACT BASIS, 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, THEREBY (A) INCLUDING THE OPTION TO EXTEND SAID CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS AND (B) _ AUTHORIZING THE CITY MANAGER TO INSTRUCT THE - CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SUPPLIES AND THEREAFTER TO EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, PROVIDING FOR INCREASES AS STATED IN MARTIN'S LAMAR UNIFORMS BID RESPONSE, AND SUB9ECT TO THE AVAILABILITY OF - FUNDS. WHEREAS, pursuant to publics notice, sealed bids were received October 3.9, 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, the City Manager and the Chief of Police recommended 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 aooepted for one year only; and [vt I ��..:, •1. APR 15 1993 93- 235 -r ;CITY MIAMI Aft WHEREAS, the City Commission reviewed this matter during the April 18, 1903 Commission Meeting and determined that it would be more oost effioient if the award of the uniforms was made under the original bid basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Seotion 1. Seotion 2 and 3 of Resolution No. 93-161, adopted Maroh 11, 1993 are hereby amended in the following partioulars :.1/ "Seotion 2. The Ootober 19, 1992 bid of Martin's Lamar Uniforms for furnishing uniforms on a oontraot basis for a pertud of one ilk. year with the option to extend said contract for two (2) additional one (1) year periods for the Department of Polioe at a total proposed first year oost of $381,133.00 is hereby aooepted, with funds therefor hereby allooated from the Operation Budget, A000unt Code No. 290201--075. Seotion 3. The City Manager is hereby authorized }f , the herein authorization is further sub jeot to oonDlianoe with &11 retjuirQments that m&ga imposed by the City Attorney, inoludind but not limited to those Fresoribed by avvplioable City Charter and Code provisions. to instruot the Chief Proourement Offioer to issue Purohase Orders for said supplies. and words and/or figures strioken through shall be deleted. Undersoored words and/or figures shall be added. The remaining provisions are now in effeot and remain unohanged. -2- 9 3 - 235 thavaafter to extiand this contract ininreaggeg, as stated in Martin's Lamar - Unifoi-ma bid t aubjeot to the availabilitl of funds," immediately upon its adoption. PASSED AND ADOPTED this Meth day of ATT S NATTY HIRAI CITY CLERK PREPARED AND APPROVED BY: CARMEN L . LEON ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. Q CITY CLL : osk : ft616 S, 5�z XAVIER L. 1993. . MAYOR 93- 235 was contacted with reference to Minority she concurs with the Department's StMr 9Y:BOGET U\17 -31-93 :12:36PI ;CITY Of MiM CITY OF MIAMI. FLORIDA CAW4 INTER -OFFICE MEMORANDUM fA: the Honorable Mayor and Members ow AP11 of the ity commission SUsrECT : Recommendation for Resolution i Award of Bid No. 92-93-011, Leather Goode FROM Cesar Odin REPERENUS City Manager 9NCla6UpES: g�rn,� nA _ It is respectfully recommended that an award be made and a resolution be passed accepting the bid of Martin's Lamar Uniforms, a publicly held, non -minority, Dade County vendor located at 1230 N.W. 46 Street, Miami, Florida, 33152► with a satellite office located at 16e7 west Flagler Street, Miami, Florida, at a first year coat not to exceed $67,465+ and providing for two annual increases thereafter, for the furnishing of leather goods to the Miami pOlice enDepartment. Operating eudgetg _ source will be the Police Department General Index Code 290201-075. EAcKQRQSNQt The Police Department has analyzed the bids received on November -'� 16, 1992, for the provision of leather goods on a contract basis _ -? for one year, renewable annually at an increased cost to the City. The Department has found Martin's Lamar Uniforms has met -=_ the Department's requirements and specifications. Harrison Uniform Company provided a lower bid than Martin's Lamar — Uniforms, however, most of their products are of a lower quality, and according to the store manager, Gary I. Berg, Harriaon'e will tot open an office within the City of Miami's limits. Don Hume's did not bid on all items andalso will not open an office considered inthe City. Therefore, Harrison's andln on - responsive bidders. On October 201, 1992, invitations for sealed bids were sent to prospective vendors. Bids were opened on November 16, 19921 with a total of 15 vendors submitting responses. Two (2) of the vendors submitted responsive bids, eight (8) vendors submitted "no -bids," and five of the vendors were non -responsible. Me. Anne Whittaker Participation and recommendation. The Honorable Mayor and Members of the City Commission Page 2 Aid No. 92-93-010 It is, therefore, recommended that an award of bid be made to Martin's Lamar uniforms, at a first year cost not to exceed $67,405, renewable annually at an increased cost to the City. The Department's specifications have been met, and the funding source will be the Police Department General operating Budget, Index Code 290201-075. Amount of Bide $67,405 c2st est; matel8Udgeted AmQ40L % $67,405 source of ru da General Operating nudget Index Code 290201-075 minor R$uresentationt Publicly Held Company NIA 0 MAR-31-93 WED 13:36 100% 305 5796634 MT 4 Y p CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM '3 FILE DATE . , s To. Judy S. Carter Chief Procurement Officer SUBJECT t n'#RoN— ef of Police Bid Approval, Bid No. 92-93-011, Leather Goode t ified that funds are available wig This department has verthe to cover the cost of furnishing the Police Department of Budget Department with Leather Goods, at a firs* year cost not to exceed — ' $67,405. Funding is to be from the Police Department General Operating Budget, in Code 290201�075. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: Manohar Surana, rector Department of get ADDITIONAL APPROVALS (IF REQUIRED) Eduardo Rodriguez, CIP Manager City Manager's Office (This form properly signed is part of the recos d toithe p esotion c ver. memdorandum ) attache bid evaluation and agenda and must he 93- 235 i; r x z 1 CITY OF MIAMI , FLORt�� 8 '10. ' 92A 3-d 11 ,BID SHEET (Continued) 1rxPn: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE TO THE OFFICE OF THE CITY CLERK, AT THE ADDRESS GIV N ON ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, 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 not less than 60% of the annual estimated requirement of each item during the contract period. Terms: NET 30 DAI(Include cash discount for prompt payment, if any) Additional discount of -0- % if awarded all items. Warranty and/or guarantee: WE GUARANTEE AGAINST DEFECTS IN MATERIALS AND WORKMANSHIP FOR THE LIFE OF THE ITEM. State any variances to specifications (use separate sheet if necessary): NONE Delivery: 30 calendar days after order. Special order items 60 calendar days PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED On PRICE LISTS While the City has listed all major items'on the bid solicitation which are utilized 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. Percentage Discount: CITY Off' MIAMt FLORIDA Bti AO. 92-93-011 BID SHEET (Continued) NAMES OF COMPANY 0MR (S) : WE ARE A DIVISION OF A_PUBLICLY . r NAMES OF COMPANY OFFICERS: OWNED COMPANY TRADED ON -THE_ SAUL SCHECTERr EXECUTIVE VICE PRESIDENT AMERICAN STOCK_EXCHANGE. WALTER A. LAVIGNE. n1V SIQN PRESIDENT (Please use the back of this page if more space is necessary) The undersigned bidder acknowledges that it has received a copy of. Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to complk with all applicable substantive rocedural provisions therein, including any amendments th eto. /�3n0 D A. BIDDER: MARTIN'S LAMAR UNIFORMS Signat (company name) Print Name: WALTER_A. LAVIGNE Indicate if Minority Business: Date:. NOVEMBER 13. 1992 [ ] Black [ ] Hispanic [ ] Women - Information requested on the following pages, to be submitted by bidders, — is explained below. a) Sample submit: 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. b) Manufacturer and Model or Style Number: indicate for the particular products you intend to supply to the City, in the space provided. - c) ynit Pricing: Bidders shall indicate the actual firm unit price, or maximum percentage increase where allowed for each item. All unit prices shall be "each", unless if otherwise noted. FAILURE TO COMPLETE, SIGNAND RS"I'URN THIS FORM _0150ALI!'Y Mrs, BID. } C. e +f i_ 93_ 235 _ page 2 of 3 - s�- ryY� ' k y k"l Y OF MIAMI nolkltrn "0. 92"01=011 ,Etta SHEET (Continued) ` d) r rst.,Year.Pricet 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 of the contract. If price is identical to that bid for lot year, indicate "same" f) Third Year._Price: Pricing for this period of the agreement may be either firm prices (different from or identical to 1st and 2nd year price), or may be a maximum percentage increase over lot year prices. Bidders to indicate price, "same as ", or per cent. Social Security or Federal Employer Identification No. 11-1385670 BIDDER: -MARTIN'S LAMAR UNIFORMS Signatur C444- (company name) 0 Print Name: WAIT -ERA. Date: NOVEMBER 13, 1992 page 3 of 3 93- 235. �X { -�+ r 3 x F awAnta OF 81D Bid No.-92'-g�1 purchase of leather goods Police T"t, OF PuRCHAHE. t On a contract basis for a period of one (1) two O - year with option to extend for additional one (1) year periods. For the provision of leather accessories for _ RRASON the police officers pnT jNTI BIDDERS t 21 ATDs RNCSIVSDt 2 t Attached Operating Budget Account Code No. 290201-075 FUNDSt Bid BID EVALUATIOW Invitations — Ma lgd Bid 8esn _ es 21 2 ALL VENDORS............................ MINORITY/FSNALE (M/F) VENDORS .......... 13 1 0 Within City limits ............... ••• 2 7 1 Registered with City ................ — 0 0 - Black (B) Vendors. ..................... 0 0 Located within City limits.......... 0 Registered with City ................ 0 — Female (F) Vendors. .................... 9 2 1 0 - Located within City limits.......... 1 Registered with City... ............. 4 = Hispanic (H) Vendors ................... 4 0 0 0 Located within City limits.......... 0 Registered with City ................ 3 _ NON MINORITY (NK) VENDORS ........... 1 0 Located within City limits.......... "No Bids" - 5 — "Non Responsible .......... - 1 r Reasoner for ,No Bids" were as follows: _ 1. Metro Distributors USA - "No location within the City" "Do not specialize in goods required" 2. Nightline, Inc. "Due to woork overload can not bid" 3. Phoenix Industries, Inc "No representation in the area" 4. LEECO "unable to compete; not in City" S. Lawmen's and Shooters Supply „Do not sell these items" 6. Iron Horse Safety " Do not manufacture leather goodsk 7. Super Seer Coporation - - -"Can't compete with 10$ local $. Tidewater Police & Sportsman Sup. preference" - = IT IS RECOMMENDED THAT THE AWARD BE MADE TO MARTIN'S LAMAR A NON MINORITY VENDOR AT A TOTAL FIRST YEAR COST OF $67,405.00. Chi Procu nt facer � �J Da 93- 235 II III ,I111 , 1 '!- !;a, . ITEM # 1 3 4 5 6 7 8 10 11 12 13 TOTALS CITY OF MIAMI, FLORIDA BID NO. 92-93-011 UNIFORM CONTRACT MARTIN'S LAMAR 1st YEAR 2nd YEAR 3rd YEAR DESCRIPTION QUANTITY EACH ___ EAC-_- EACH ------ -- - 21.50 22.00 23.00 HONOR GUARD CROSS STRAP 48 4.45 4.50 4.60 D-Ring 24, 8.00 8.50-� 9.00 Garrison Belt 36.75. 38.95 41.30 Uniform Shoes* •'24 62.30 66.95 68.55 Safety Shoes 24 28.55 30.25 31.50 Staff Trouser Belt 24 10.25 10.75 11.25 Staff Magazine Pouch 24 22.50 23.00 24.00 Staff Duty Holster 500 25.30 27.20 28-50 Tiara Duty Holster S00 23.35 24.75 25.90 Duty Belt 500 10.75 11.55 11.95 Magazine Pouch 1000 1.65 1.75 1.85 Belt Keepers 500 13.40 14..10 14.75 Handcuff Case *The Department Selected Martin Lamar's Alternate Which Was The .Same as PSD � , -$67-405_00 _$71,641_80 _$75,270_00 j r CITY OF MIAMI , FLORIDA BID NO. 92-93-011 UNIFORM CONTRACT Y� PUBLIC SAFETY DEVICES INC 1st YEAR 2nd YEAR 3rd YEAR ITEM DESCRIPTION QUANTITY EACH EACH EACH 1----- Honor Gard Cross Strap 12 18.65 19.65 4.05 20.43 4.22 2 D-Ring 48 24 3.85 10.00 10.55 10.55 3 4 Garrison Belt Uniform Shoes %700 47.45 49.95 51.96 5 Safety Shoes , 24 58.60 12.15 61.70 12.80 64.17 13.30 6 7 Staff Trouser Belt Staff Mhga2ine Pouch 24 24 9.50 10.00 10.40 8 Staff Duty Holster 24 29.87 29.87 31.45 31.45 32.71 32.71 9 Leather Duty.Holster 500 500 23.35 24.60 25.57 10 11 . Duty Belt Magazine Pouch 500 9.95 10.50 10.90 1.75 12 Belt - Keepers 1000 500 - 1..60 12.57 1.6g 13.25 13.76 13 Handcuff Case TOTALS $75,976.48 $80,011.20-$83,196.44 co W i 0 LEATHER GOODS FOR POLICE DEPARTMENT his s0.s 92-93-011 Llovember 16, 1992 11:00 a.m. formt DID Vx! WRIBR I D CRICE _ — dARTIN'S UBLIC SECURITY LAMAR UNIFORMS (SAMPLES) osit Barnett = —_ SAFETY DEVICE, INC.(SAMPLE SUPPLY* We received on Seeattached y 'r De $ 5,000.00 24ALLWOOD' S, INC. We received on y Bank A ;tom 1IGHTLINE, INC. HOE:IIX IDEWATER INDUSTRIES-01 IRC. POLICE & SPORTSMAN SUP IESgCO — IRO1Q US ' SUPPLY HORSE SAFETY �' i METRO SUPER DISTRIBUTORS j- SEER CORPORATION _ - Mom...... a S 4. soeotos� i S i Per seeeioiss iMits�"�T""' envelopes os *shalt •t v . GtA/Bolid wasto-Procurement Division (.., C'7.. Ala Ulu sepastmestl �+ S I M � il�r rao�arnr rctlr.o ere„ - O+ ANK OF MIAMI - - ttr eon � ye�rpbr oa go to -oumm" boft"o +o Of 1740 w. MAW W-11e4, 46100 e►„wNu,e MIAMI, oa Mm i'ie.°"''ewao►ew .. _ :Aid A92-5_3-011atse Lea h�roods acr-*ovember 12.: s 92 "sho+i ^♦''� �.�� i• _ w... ~ ._-r .�L •'mow r •w' • "" - 'i'• �. PAl .ng -.r' . a+ae�a :i clerk, 3t,It_.tif�I�ia , .flnris�I _ - A .-$000.00 -SANK -OF DOLLARS �; - - �•- � =�'OOOti6L00p�+:iO3i02i5i�: +�'i1�009600i@M'=-`.•:-- . -- • -=_ -- -- -- , _Cashier Chech - SEMINOLE12563525 .. . -3 APS%'&M SiMICAL WG. CO, INC.U$$ Pau i t DtM OCT 30, 199E :y a°wdwo .SSCITY.OF Istst s,OQ0.00 -� .cs:. ;_..:_-_.ts; ate: •.a r- =�si;�is A ---=s .. .. .i �•f�.t�.i _v.:...+.' - - • • 1�,J. .t♦�NiJ •a �. $ �-�►t1�•it.ha.�:--•••.t•E try . ' FIVE THOUSAND AND DAm Fic,+rid� � q� - g�= t - - .t ice'` ., c • s• - .r.s.'f.R. ` f t .. ...t',= •.s : mod - ! � _ �.•Z..! ems. �.� _._ �,..s R+r •-t. ,w• .. 1X. .'rw,k•.•"'tt�1 _ _ t_C�«'.. 1 WAk �._�-J���.K. f•in �- 7a �"' - 'Y'�i"�" ♦ ��' .♦f,.�K� �� � �:ii• .1:'�R ✓,n .;• ,�"' S. . �wl� �. i.�+7 .•Tw: Y ��„%fe.GP� ql. �w. � •• _�,• �t Y� '�..' � ����.� w �4 t� �,� ��� �� �ao�F�I�- � � ; gtDat 3�" �,t i t C I TY a0F ;,�1 IAN� � �(- '�• �:, �=,.'}��+►' �r ti ,��y-� �: �` �C — n �s �y. �1 iJ' .1► �� �,,,,r ��•' r1�� SECT � Chid bra* hd d TOM {' a.. -.:�- 3.i'.�,�. .�:, ,.•r _ +: .�'� *F'o '� �tRfi ��� '-7�O' 1st• �iw (, j/� /�j ,*,�„+-�:IOb+ill-� — ..t� >. mow. r: �,.1j-. (• .?��LR����`M�:.. • 00 20 LOGO ?IF s:0 6 3 LO 5168.3e: L00000 3 2 36r y� r t 'y ai w o '7 'JJ;y »�:r �`'��"'l k',r7 Z. y 4'' .t;:a �a q�• ,� �016920-35,) r ." : a-•r; .`SOUTR .. ,r•� � ` ,�� -r.,, y ,r d� ,,, r • 1.•��� i .aSw�1:: _ - . •( ",r .. s ,.- .. yw'.-JET• .. 3gCa!$1[M18R � 4• _ t 1 •AILIX B,. S• a + !.. � Ae�k a W. io p016o 910 3 SO' fp0 a 3 &0 S 6133110 400000 31 HowILL ,..._ ... w_..- .... , . _.__ .. -: . Mr Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than 11%00 a.m. Nbvembe 16,.'1292 for the furnishing of bather goods 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. Q7- ) Cesar H. Odio City Manager i 0 i i. 00firun6htr2.'Di`risi0h ; Procurement 3. Aecount Code dumber: #. Is thls ik OWfinhAtl0h: 5. Prepared by: 2 9 l 2 01-2 8 ? 8. Site of advertisement Stattirtp date: 8. telephone number Le al 10 .19 9 .. t 9. Number of times this advertisement is, to be 10. TvDe of advertisement ubiished: one ❑ . tiDijgJaV 11. Remarks: Leather Goods aid No, 92-93--011 12. — Publication Datefsl Of'-- 1 i i f f ❑ Approved ❑ Disapproved a 1 Director/04 iI C S/PC 503 Rev. 12/89 { t 1 S a � , p Date Approved for Payment ftu&W.LF2Lward White and Canary to GSA. (Procurement ManapemenQ and rataln Pink WhNe • O.SA• Canary •Department .r�-