Loading...
HomeMy WebLinkAboutR-92-0004R J-92-30 ," 12/17/91 :i 2 ... 4 RESOLUTION NO. A RESOLUTION .ACCEPTING THE BID OF PUBLIC SAFETY DEVICES FOR FURNISHING VEHICLE PARTITION CONVERSION KITS, LIGHTBARS AND ACCESSORIES FOR NEW POLICE PATROL VEHICLES FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/FLEET MANAGEMENT DIVISION, AT A TOTAL COST OF $28,535.00; ALLOCATING FUNDS THEREFOR FROM THE 1991-92 OPERATING BUDGET, ACCOUNT CODE NO. 420901-850; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received November 18, 1991 for furnishing vehicle partition conversion kits, lightbars and accessories for new police patrol vehicles for the Department of General Services Administration and Solid Waste/Fleet Management Division; and WHEREAS, invitations were mailed to thirty (30) potential suppliers and six (6) bids were received; and WHEREAS, funds for this purchase are available from the 1991-92 Operating Budget, Account Code No. 420901-850; and WHEREAS, this equipment will be used by the Department of General Services Administration and Solid Waste/Fleet Management Division, for the purpose of equipping new police patrol vehicle partition conversion kits, lightbars and accessories; and WHEREAS, the City Manager and the Administrator of the Department of General Services Administration and Solid Waste recommend that the bid received from Public Safety Devices be accepted as the lowest most responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 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 November 18, 1991 bid of Public Safety Devices for furnishing vehicle partition conversion kits, lightbars and accessories to equip new police patrol vehicles for the Department of General Services Administration and Solid Waste/Fleet Management Division, at a total proposed cost of $28,535.00 is hereby accepted, with funds therefor hereby allocated from the 1991-92 Operating Budget, Account Code No. 420901-850. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 9th day of Jmuar , 1992 .10 ATTE L MAT HIRAI, CITY CLERK PREPARED AND APPROVED BY: RAFAEL- 0/ DIA71— CHIEF ASSISTANT CIT7:6 TO EY APPROVED AS TO FORM CORRECTNESS: QUTNN J,-01JES, III CITY ATTO Y - 2 - XAVIER L. /SUAREZ,-J MAYOR 9 2 - 4 DID _SECURITY _LIST DIDITEK s ----ww----------------------- -------------------------------------------------- DID NO.t 91-92-011 DATE BID(S) OPENED: _E2VEMBER-18_ 1991 2;30 p m_-_________ j' TOTAL DID DOND Sort DIDDER DID_AHOUNT CASHIHR_'S_CHECR___ �_—_...---------- --------------- PUBLIC SAFECTY DEVICES METRO DISTRIBUTORS -w------------------- 'LAWMEN"S & SHOOTERS SUP. LEECO --- See attached -_Bid; It of —---- 11 -------------- t - -------_.-------w- ----- --------------- SO. VEHICLE PROD._ _______it _ ______ LAW ENFORCEMENT SUPPLY- -.. We received- �h_�a�_I my one copy od the bid t tq, the Procurement De t. --------------- -------------- ----------i-- ---------------------- ------------------------------ NO BID: _ _N__,___ -�-----w w-- N �--------.www-ww- NIGHTLINE, INC. -w^•ww-ww--w-w JONES EQUIPMENT CO. ) ---_—_—_ --__-------------- OAKS WHOLESALE --- ----------L------------- ----------------------- MORAN EQUIPMENT ------- _---_—_------__ —CORP —_------------------------- PHOENIX INDUSTRIES LED CO. _ SUPER SEER, INC---------------- ------------- __ _ __ — ——— -- -- -------------------- ------------ ----------- --- ------------ -- --------- ------------------- --- ----------- ---- ----------- -------------- ------------- •--------------- ------------- ------- --- __________ received (i3 ) envelopes on behalf of (Person recaNY_ni_bids) -� a.oIgl GSA/Solid Waste -Procurement Division --------------------------- (City Department) SIGNED: _ __i_ t CIO �rk) _ e utj C LEGAL ADVERTISEMENT. 131D NO. 91-92-011119dej OCT 30 A i l U 1 Y GI-E?l�l ,N' . I, FLA. Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than _2:30 p.m. Novembgr 18, 1911 for the furnishing of police vehicle equipment - partitions, light bars and accessories for the Department of General Services Administration and Solid Waste/Fleet Management 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 N.W. 20th Street, Second Floor, Telephone 575-5174. 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. 8042) Cesar H. Odio City Manager RFCEWED c9a1 �OV 8 PIA Z 30 �.FiAT'C`I f� MI CI i Y CLFkK Cii �F 1d1AP�1, FLA- n nv REQUISITION FOR ADVERTISEMENT DEPT/DIV. Procurement (for GSA/5W-Fleet t.) I ACCOUNT CODE 420901t287 DATE 10/28/91 ► -PHONE 575-5174 APPROVED BY PR . EPMED By Maritza JPaqes Publish the attached advertisement . one times. (number of times) Type. of advertisement: legs( X classified display (Check One) This number must appear in the advertisement. 8 01 /1 2 Size:, Legal Starting date 11/1/91 First four words of advertisement Bid No. 91-92-03.1; Scaled bids will be.... Police Vehicle Equipment. (open 11/18/91 2:30 12.m.) DO f OT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. DATE(S) OF LINE ADVERTISEMENT INVOICE AMOUNT 'PUBLICATION. 0 Miami RevieX4 A-1 Miami Times B-2 io Las Americas 'Diar Am f :Lr-�t T C-3 D-4 6-3 'E-51 r F4 F5 F7 F8 F9- F10 F11 F12 LINE TRANS VOUCHE� DUE DATE YY MM Do Adv. Doc. Reference VENDOR INDEX CODE IOBJEC� PROJECT ,11 113 1 11718 I 125,34 39,42 145 50 51 56 — 57 62 — - 16365166 71 .01 T. 1 2 4 1 1 — V P II I I I 11 1 112101211 1 1 17111 1 1 -1- 11H 2 111 8 7 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 30164DISCOUMT�6972 AMOUNT 80 7 2 0' 0 2 0 1 Approved for Payment White -Purchasing Yellow -Finance Pink -Department Yellow copy: J%Ilriam Parr&, Cit,, Clerk's Office Pirik copy: 14aritza, Procueemerit Management ` CITY OF MIAMI, FLORIDA CA=3 INTER -OFFICE MEMORANDUM Honorable Mayor and Members To : of the City Commission FROmCesar H. OdioV City Manager MAR •. 4 I Na 03 • DATE a _ ! ni ' 1 1:) , L. 1, j j d Resolution Authorizing SUBJEcgid No. 91-92-011 REFERENCES: ENCLOSUREProposed Resolution FILE Award It is respectfully recommended that the City Commission adopt the attached resolution for the purchase of vehicle partition conversion kits, lightbars and accessories to be installed on police vehicles from Public Safety Devices, a female -owned/ local vendor located at 320 N. E. 80th Terrace, Miami, Florida for the General Services and Solid Waste Department in the amount of $28,535.00. The Department of General Services Administration and Solid Waste/Fleet Management Division has analyzed the bids pursuant to Bid No. 91-92-011 for the furnishing of vehicle partition conversion kits, lightbars and accessories. These items are needed to equip one hundred (100) new 1992 four -door Chevrolet Caprice automobiles to be used as police patrol/pursuit vehicles. Funds for this purchase are available from the 1991-92 Operating Budget, General Services Administration and Solid Waste/Fleet Management Division's Account Code No. 420901-850 for a total amount of $28,535.00. AMOUNT OF BID: $28,535.00 SOURCE OF FUNS,: 1991-92 Operating Budget Account Code No. 420901-850 MINORITY PARTICIPATION: Invitation to bids were sent to thirty (30) vendors including twenty-one (21) minority/female-owned firms. 92- 4 0193-1 DUO, 0 -- 0 i 09t CITY OF MIAMI, FLQRIDA INTER•OF!'ICE MEMORANDUM TQ : Jildy 0 Carter oA7• : DEC 0 8 1991 PILE Chief lPkocsulranent Officer Departmbnt of aeneral Servicos sueJ64T : Vehicle Partit:ionA, and Spl id at Lightbar.•e and 11cGee8GYi.es FROM: �CalIM9, Administrator REWENCEa: Rid No. 91-92-011 .-n uePartm4nti of oenerhl Service" ENCLMUAE5 ,] and iS61id Waste Thic department: has verified available running with the Budgot Departmaht to Ascertain that: hinds are available tc) cover the cost of the subject bid in the amount of $20,53+0.00. Account coda No. 420901-850, OIJIDGNTARY REVIEW & APPROVrD BY: Aosisten City Nana rector Depawtmet, t of Budget: 92- 4 3 _.,MI, FLORIDA ,,IeET (Continued) 1.i BID NO. 91-92-011 IMPORTAi3Ti BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN TH1 ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING, IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT Of BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 30 DAYS (Include cash discount for prompt payment, if any) Additional discount of N/A % if awarded all items. Warranty and/or guarantee: AS STATED Delivery:30/45 calendar days required upon receipt of Purchase Order or Notice of Award. Delivery Point(s): To be supplied at time of delivery In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): M.J. COWEN E. COWEN NAMES OF COMPANY OFFICER(S): GLADYS COWEN a) List principal business address: (street address) 320 NE BOTH TERRACE b) List all other offices located in the State of Florida: (street address) NONE (Please use the back of this page if more space is necessary) ' MINORITY PROCILEEMF.NT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, includin any amendments thereto. Bidder: PUBLIC SAFETY DEVICES, INC. Signature:• company name) Date: 11/1 /91 Print Name: �- C Indicate if Business is 51% Minority -owned: (Check sing box only) ( ] BLACK [ ] HISPANIC [Xk FEMALE AF I MATT _ A -TION PLAN If firm has an existing plan, effective date of implementation:_ If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance f10062 as mended. See Appendix I for sample. �i 9 2 ... , 4 Bidder: PUBLIC SAFETY DEVICES, INC. Signature: (company name) r S AWARD OF B I ITEM: DEPARTMENT: Bid No. 91-92-011 Vehicle Partition Conversion Kits. General Services Administration and Solid Waste/Fleet Management Division Single Purchase To equip 100 new police patrol vehicles. 30 6 Attached Department of General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-850. Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 30 6 21 3 3 1 0 MINORITY/FEMALE (M/F) VENDORS......... Within City limits ................. Registered with City ................ 9 Black (B) Vendors.. .... ............ 4 Located within City limits.......... 0 Registered with City ................ 1 Female (F) Vendors ..................... 11 Located within City limits.......... 2 Registered with City ................ 6 Hispanic (H) Vendors ................... 6 Located within City limits.......... 1 Registered with City ................ 2 NON MINORITY (NM) VENDORS .............. Located within City limits.......... "No Bids.. .............................. 9 1 0 0 2 1 0 1 0 0 3 0 7 92-- 7 Reasons for "No Bid" were as follows: 1. Nightline, Inc. - "Can not meet specifications". 2. ,Tones Equipment Co. - "Unable to furnish". 3. Oaks Wholesale - "Can not supply •this equipment at this time". 4. Moran Equipment Corp. - "We can not bid at this time". 5. Phoenix Industries - "Due to overload can not bid at this time". 6. Led Co. - "No bid". 7. Super Seer, Inc. - "We do not manufacture this item". RECOMMENDATION: IT IS RECOMMENDED THAT AWARDS BE MADE TO PUBLIC SAFETY DEVICES FOR A TOTAL AMOUNT OF $28,235.00. hief Nocurk1wnt 0 fice91 Da tr MR- DEPARTMENT OF GENERAL SERVICES AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS RECEIVED 11-21-91 PARTITIONS, LIGHT BARS AND ACCESSORIES BID # 91-92-011 iv BID TITLE & nr-QrPTVTTn9 mrnnvp MAKP r- Mnnf;r. ftNTr VRtrP vnTar. PRT(,V. WARRAgmv nFT.TVV.RV f"nmmrh"C Item #1 Law Enforcement Federal 685.00 $27,400.00 2 years 30 Days Non 40 Light Bars Supply Co., Inc. Signal Minoritj 1814 Beck Avenue SlB Panama City, FL 32405 Lawmen's & Shooters Emergency $719.19 $28,767.60 Factory 30 Days Non Supply Equipment Minority, 7750 9th Street S.W. Corp. Vero Beach, FL #8884 Light 32968 Bar Package Southern Vehicle 2248 Bar $817-00 $32,680.00 2 Yrs/Bar Not Non Products, Inc. SB-2000 1 Yr/Sw.Bx. Available Rinoritj 12475 44th St. N CLW Switch Box 3 Yrs/Spkr. Pinellas Park, FL D-2000 Spkr. 5 Yrs/Siren 34664 SA-450 Siren LEECO Fed. Signal $695.00 $27,800.00 2 Yrs/Parts 30/45 Female 2520 Summit S1B12 W/TS100# 1 Yr/Labor Days Kansas City, MO PA300MIAPD, 64108-2456 SHKCP91 "Public Safety Devices Fed. Signal $599.95 $23r9l84P 2 Yrs 30/45 Fem a 320 N.E. 80 Terrace Corp. Parts & ays Miami, FL 33138 SIB, TS100, Labor SHK-CP91, PA300 Metro Distributors Whelen Eng. $849.00 $33,960.00 2 Yrs 5 Days Hispania 8280 N. W. 27 St. Co. Suite 510 Advantage I Miami, FL 33122 4400/SA,32OA/ W5295 I I **Located within City of Miami limits DEPARTMENT OF GENERA& SERVICES AND SOLID WASTE FLUT MANAGEMENT DIVISION TABULATION OF BIDS RECEIVED 11-21-91 PARTITIONS, LIGHTBARS AND ACCESSORIES BID # 91-92-011 r Page Two BID TITLE -„ M �oT„L- mnmar_ Dorry WARRANTV nFT.TVF.RY CnMMFNTS Item #2 Law Enforcement Federal $ 9.93 $595.80 1 Yr 30 Days Non ' 60 Conversion Supply Co., Inc. Signal tiinor�y Kit Mounting 1814 Beck Avenue SIB Systems for Panama City, FL "Streethawk" Federal Signal 32405 Mounting Kit — Lawmen's & Shooters No bid No Bid No Bid N/A N/A Non #SIB "Streethawk' Light Bars Supply Minority 7750 9th Street SW Vero Beach, FL 32968 Southern Vehicle No Bid No Bid No Bid N/A N/A Non Products, Inc. Minority 12475 44th St. N CLW Pinellas Park, FL 34664,— LEECO Federal $ 35.00 $2,100.00 1 Year 30/45 Female 2520 Summit Signal Days Kansas City, MO SGCK-M 64108-2456 Mounting Kit __-_ _ *Public Safety Devices Federal $ 12.35 $741.00 1 Year 30/45 Female 320 N.E. 80 Terrace Signal Days CC Miami, FL 33138 SIB "Streethawk" Mounting Kit Metro Distributors No Bid No Bid No Bid N/A N/A hispanic •8280 N.W. 27 St. Suite 510 Miami, FL 33122 DEPARTMENT OF GENERAL SERVICES AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS RECEIVED 11-21-91 PARTITIONS, LIGHTSARS A D ACCESSORIES BID # 91-92-011 Page Three BID TITLE & nRcr•urnmrn9 RrnnEa MAKE. & MODEL ❑NTT PRICE TOTAL PRICE WARRANTY DELIVERY COMMENT - Item #3 Law Enforcement Trans Kit $ 46.80 $3,744.00 1 Yr 30 Days Non 80 Police Supply Co., Inc. Goetz Minority Vehicles 1814 Beck Avenue Engineering, Partitions Panama City, FL Inc. Conversion Kits 32405 Lawmen's & Shooters Supply Setina Mfg. Co. $ 43.83 $3,506.40 1 Yr 30 Days Non Minorit. 7750 9th Street SW Conversion Vero Beach, FL Kit 32968 Southern Vehicle No Bid No Bid No Bid N/A N/A Non Products Minority 12475 44th St. N CL''W Pinellas Park, FL 34664 LEECO No Bid No Bid No Bid N/A N/A Female 2520 Summit Kansas City, MO ` f 64108-2456 "Public Safety Devices Setina Mfg. $ 47.45 $ 3,796.00 1 Yr 30/45 Female 320 N.E. 80 Terrace Co. Days Miami, FL 33138 #MBK No Bid Metro Distributors 8280 N. W. 27 St. Suite 510 No Bid No Bid N/A N/A Hispanic Miami, FL 33122 ,�—bocatea wltnln (:ILy oL fil.iml ILIn1L5