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