Loading...
HomeMy WebLinkAboutR-93-0508J-93-589 8/18/93 RESOLUTION NO. 9 .11- �1 L)8 A RESOLUTION ACCEPTING THE BID OF PUBLIC SAFETY DEVICES FOR THE FURNISHING OF ONE HUNDRED SEVENTY (170) BUCKET SEAT PROTECTORS TO BE INSTALLED IN POLICE PATROL CARS FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/FLEET MANAGEMENT DIVISION AT A TOTAL PROPOSED AMOUNT OF $7,650.00; ALLOCATING FUNDS THEREFOR FROM THE GENERAL SERVICES ADMINISTRATION/FLEET MANAGEMENT DIVISION, OPERATING BUDGET, ACCOUNT CODE NO. 420901-840, PROTECT CODE NO. 509000; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received April 26, 1993 for the furnishing of one hundred seventy (170) bucket seat protectors to be installed in police patrol cars for the Department of General Services Administration and Solid Waste/Fleet Management Division; and WHEREAS, invitations were mailed to thirty-five (35) potential bidders and five (5) bids were received; and WHEREAS, funds for this purchase are available from the Department of General Services Administration/Fleet Management Division, Operating Budget, Account Code No. 420901-840, Project No. 509000; and CITY COM.TISSION M EI TI" 17 .' Or SFP 0 7 "'9 Resolution No, 93- 5 �q WHEREAS, this equipment will be used to protect police officers from back seat passengers while riding in patrol cars; and WHEREAS, the City Manager and the Assistant City Manager in charge of the Department of General Services Administration and Solid Waste recommend that the bid received from Public Safety Devices be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 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 April 26, 1993 bid of Public Safety Devices for the furnishing of one hundred seventy (170) Bucket Seat Protectors to be installed in police cars for the Department of General Services Administration and Solid Waste/Fleet Management Division at a total proposed amount of $7,650.00 is hereby accepted, with funds therefor hereby allocated from the General Services Administration and Solid Waste/Fleet Management Division Operating Budget, Account Code No. 420901-840, Project No. 509000. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this acquisition. Section 2. This Resolution shall become effective immediately upon its adoption. 93- 598 -2- PASSED AND ADOPTED this 7th day of September 1993. XAVIER L. SUARRIZ, MAYOR AT S MATTY HIRAI { CITY CLERK } 1 PREPARED AND APPROVED BY: RAFAEL 0. DIAZ DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: i 1 A. Q UfN J II CITY ATTO N ROD:osk: 3800 I { 93- 508 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANC CA=4 TO The Honorable Mayor and Members DATE AUU Z 6 WJ FILE of the City Commission Resolution Authorizing SUBJECT Award of Bid No. 92-93-087 Bucket Seat Protectors FROM Ce dio Ci n ger 71 REFERENCES ENCLOSURES. It is respectfully recommended that the City Commission pass the attached resolution, authorizing the purchase of one hundred seventy (170) Bucket Seat Protectors for the Department of General Services Administration and Solid Waste/Fleet Management Division, to be awarded to Public Safety Devices Inc., a local, female vendor located at 320 N.E. 80 Terrace Miami, Florida, as the lowest responsive and responsible bidder in accordance with Bid No. 92-93-087. The total cost of this acquisition is estimated to be $7,650.00, in which funds for this purchase are available from the Department of General Services Administration and Solid Waste/Fleet Management Division, Operating Budget, Account Code No. 420901-840, Project Code 509000. The Department of General Services Administration and Solid Waste/Fleet Management Division has analyzed bids received pursuant to Bid No. 92-93-087, for the bucket seat protector. This equipment will be used in police patrol cars as protection from backseat passengers. A total of five (5) bids were received, two (2) Female, one (1) Hispanic and two (2) Non Minorities. It was determined that Public Safety Devices was the lowest responsible and responsive bidder meeting all City requirements using the 10% local preference, and is therefore recommended for award at a total proposed cost of $7,650.00. Funding is available from the General Services Administration and Solid Waste Department/ Fleet Management Division Operating Budget, Account Code No. 420901-840, Project No. 509000. CAO 93- 508 SEN7 BY : PROCLREMER'T M AGI:Mr ,' 7-22-83 7 : 27,V ; C I TY OF ' �M 1 3055796081 s # 2/ 4 CITY Ur MIAMI, FLOkIUA INTEROFFICE MEMORANDUM TO Judy S • Carter DATE FILE Chief Procurement Officer Purchase of one hundred eeventy (170) Bucket Seat Protectors MOM Nr.rERENCE5 Ron E. Williams Assistant City Manager Enclos..aes This Department of General. Services Adminiatration and Solid Waste has verified available funding with the Department of Management & Budget that funds are available to cover the coat of the subjQct bid in the amount of $7,650.00 from the General. Services Administration and Solid Waste /Fleet Management Division, Operating Budggt~r Account Code No, 420901--840, PrQject No. 509000. BUDGETARY REVIEW & APPROVED BBC t Manoha.r Surana, D rictor Department of Management and Budget pp$t•lt"' brand tax transmittal memo 7�1 N °' p.9e� +..r prom C,rytirQ C. r•x. r.,::.. r"r _•JC: ai 3 93- 508 1,10 NO. 92-93-087 DID SHEET (Continued) ~- IMPORTANT: BID SHEET Ai.- ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE, ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPEIIINC'. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT ()R B011D IS SUBMITTED IN THIS ENVELOPE. .erms: NET 30 _ _(Include cash di -,count for prompt payment, if any) ,dditional discount of `s if: awarded all items. ,arranty and/or guarani 2e :,`�. :livery: 30 calendar days required upon receipt of Purchase Order or Notice f Award. 30 Number of calendar days required to complete work after start. n accordance with the In-itation to Bid, the Specifications, General Conditions, Special onditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices ndicated on the attached b'.d sheet(s). NAMES OF COMPANY OWNER(S): M.J. COWEN/PRESIDENT NAMES OF COMPANY OFFICER(S): GLADYS COWEN/SEC'Y-T::EAS. ELIZABETH COWEN/VICE "RRSLD.NT List principal business address: (street address) 320 NF, 80TH TFR''ACF. NTTAMT . FT. 1! 1 1R List all other offices located in the State of Florida: (street address) Please use the back of this page if more space is necessary) MTNORTTY PROC 1 F.MRNT COMPLIANCE :e undersigned bidder acknowledges that (s)he has received a copy of ordinance 1110062 as j vended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all plicable substantive and procedural provisions therein, including any amendments thereto. drier; PUBLIC SAFETY D VICES, INC., Signature:_ ( company r_ame ) I ate: 4/26/93 Print Name: ELIZABETH COWEN/VICE PRESIDENT idicate if Business is 51% Minority -owned: (Check one box only) BLACK [ j HISPANIC [`,Xj FEMALE AFFIRMLiTIVE A .TTON P -.AN firm has an existing pla,,., effective date of implementation:_ 1=1-2—,92 firm does not have an existing plan, the Successful Bidder(s) shall be required to :ablish an Affirmative Action Policy, pursuant to ordinance #10062 as amended. See Appendix `or sample. dder: P1TRT.Tr SAT -,FT), n"t1TrFg TN.r Signature: (company name) � 5 08 Bucket Seat Protectors General Services Administration and Solid Waste/Fleet Management Division Short Term Contract This equipment will be used to protect Police Officers from backseat passengers while riding in patrol cars. 35 5 General Services Administration and Solid Waste/Fleet Management Division, Operating Budget, Account Code No 420901-840, Project Code 509000. See Attached BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 35 5 MINORITY/FEMALE (M/F) VENDORS.......... 9 3 Within City limits .................. 2 0 Registered with City ................ 1 2 Black (B) Vendors ...................... 0 0 Located within City limits.......... 0 0 Registered with City ................ 0 0 Female (F) Vendors.... ............... 5 2 Located within City limits.......... 1 1 Registered with City ................ 1 1 Hispanic (H) Vendors ................... 4 1 Located within City limits.......... 1 0 Registered with City ................ 0 1 NON MINORITY (NM) VENDORS .............. 26 2 Located within City limits.......... 0 0 "No Bids.. .............................. - 11 7 9 3- 508 The reasons for NO BIDS are as follows: CAIRNS & BROS., INC. - "DO NOT CARRY ITEMS REQUESTED" INTERSTATE ARMS CORP. - "DO NOT CARRY THIS TYPE OF ITEM" PHOENIX INDUSTRIES INC.- "DUE TO WORKLOAD CAN'T QUOTE" PRICELESS SALES - "NO LONGER IN BUSINESS" CUSTOM ARMORING CORP. - "DON'T CARRY THIS TYPE OF PRODUCT" JONES EQUIPMENT CO. - "UNABLE TO SUPPLY SPECIFIED ITEMS" AMERICAN BODY ARMOR - "DO NOT MANUFACTURE OR SUPPLY ITEMS" ENTREMARES INVESTMENTS- "NOT IN OUR LINE OF PRODUCTS ANYMORE" INDUSTRIAL SAFETY EQP - "NOT OUR LINE OF PRODUCT" PACORP, INC. - "CAN'T MEET SPECS BY BID OPENING" MORNING PRIDE MANUF. - "WE SUPPLY PROTECTIVE CLOTHING" Al IT IS RECOMMENDED THAT AWARD BE MADE TO PUBLIC SAFETY DEVICES, INC. A FEMALE/LOCAL VENDOR AT A TOTAL PROPOSED AMOUNT OF $7,650.00. Zht Procu O icer -�1(2q 9 3 Da e 93- 508 DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION-- LIGHT FLEET SECTION BID #92-93-087 BUCKET SEAT PROTECTORS JULY 9, 1993 'PABULA,rION OF BIDS PROPOSALS RECEIVED: Bucket Seat Protectors VENDOR UP1IT PRICE TOTAL WARRANTY DELIVERY Law Enforcement Equipment Co. 2520 Summit Kansas City, 140 64108 $41.22 $7,007.40 Against Manufacture 30 DAYS FEMALE, NON -LOCAL Defects ---____-----____-.---•--___- -____-____.__------- _----_-______. __----- ___________-___.______.___ __-_ ____-_W-------- Oaks Wholesale Distributor 954 Florida Avenue Rockledge, FL 3295 $42.00 $7,140.00 Against Factory 21 DAYS Defects IISPANIC 4etro Distributors USA 3280 N.W. 27 ST. #510 •9iami, FL 33122 $43.75 $7,437.50 5 Years Factory 21 DAYS 40T AVAILABLE Page 2 (CONT'D) Bucket Seat Protectors VENDOR UNIT PRICE Tipewater Police & Sportsman Supplies 7328 Warwick Blvd. Newport News, VA 23607 $44.56 NOT AVAYLABLE *Public Safety Devices $45.00 Inc. 320 N.E. 80 Terrace Miami, FL 33138 FEMALE — LOCAL TOTAL ------____ WARRANTY DELIVERY $7,575.20 Manufactors 30 DAYS $7,650.00 Defect & Materials 30 DAYS * LOWEST RESPONSIVE AND RESPONSIBLE VENDOR USING 10% LOCAL PREFERENCE 1.70 13W.Kl��1.' N11'1' I'].b']'I��:C']'O1tE;-�������- Ilan no•a 92-93-087 SATZ lrb(f) GPIVIDS APRIL 26, 1993 10:30 a.m. Or 704®L D�+IPt j!j? #j&2U7r� E UIPMENT CO. $7,007.40WHSL.' 7,140.00 FNFORCEMENT DIST (one copy) DISTRIBUTORS, U.S.A. 7,437.50 7,575.20 7,650.00 A'rR POLICE & SPORTSMAN SUPPLIES (one copy) PUBLIC SAFETY DEV-ICES, INC. NO BID: • CAIRNS & BRO., INC,. INTERSTATE ARMS CORP PHOENIX INDUSTRIES, INC. PRICELESS SALES SUC. _ • CUSTOM ARMORING CORP. EQUIPMENT COMPANY, INC. ' A1,1ERICAN BODY ARMOR & equip., INC. NTREMARES INVESTMENTS, INC. • RIAL SAFETY EQUIPMENT, INC. �`�.jRIDE MANUFACTURING` INC:.�.t - �_.._._�_m...,_.._.... ._m-�..�o�. .�...�.--------- .m..o�.. --P- -••-'_ i -- -a....----om_e_--- v_.,�®or�..o�_4_m>.• a__�.�sa_.._.�a. ......_,--- a.,-_.s_ ..mm..eso._a,..__ �_._ _a _ems,.. �..® ._ • - ----.,_----------_i _.mar...,.....R - ,_ -------------- m.�so -------------- ---- .•....a•...----_------ r c,� _ T recaivad (�) +asgriepos on UsAait o8 GSA/1601id Waste -Procurement IDivision SIGHS top j r c/ LEGAL ADVERTISEMENT BID NO. 92--93-087 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 laver than 10:30 a,m•�1 ,1 26, 1993 _for the furnishing of approximately one hundred and seventy (170) Bucket Seat Protectors as or equal to Pro Guard Model UA-3107 for the Department of General Services Administration and Solid Waste/Motor Pool Division. 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, as amended, 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 NW 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 is not more than ten percent (10%) in excess of the lowest other responsible bidder. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1305) Cesar H. Odio City Manager t..... ..... , ,>:<<.� ,n1a .;.a.4n;•e ,a ,,'ti. .. �x;,. N .. s t`.r r a.:.. , . { ,. ,l:Y, .e �f-i`'d;-:�>r rsq<+r:Ci >ar�ip.+;3 ar $y;P1' 8, City of REQUISITION FOR Miami ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please ty a and attach a copy of the advertis m rnt with thi r ii i ion. 1. Department: 3. Account Code number: 4. Is this a confirmation: i , ; , ; ❑ Yes ❑ No --- 'Size 2. Division. 5. Prepared by: -------- — --- 6. of advertisement: 7. Starting date: 8 Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: published: is `; ❑ Legal ❑ Classified ❑ 11. Remarks: Display 12. Publication G. .A. (Pro urement Manag2MgQ USE ONLY Date(s) of Advertisement Invoice No. Amount rxl ,i'1 i , i'1'r1Mq it 1 i i 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date I C JGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department