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�-