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