HomeMy WebLinkAboutR-92-010111
J-92-32
2/13/92
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF MARTIN
LAMAR UNIFORMS FOR FURNISHING ON A CONTRACT
BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE
OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE
(1) YEAR PERIODS UNIFORMS AND ACCESSORIES FOR
THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED
FIRST YEAR COST OF $385,179.00; ALLOCATING
FUNDS THEREFOR FROM THE GENERAL OPERATING
BUDGET ACCOUNT CODE NO. 290201-075;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR THESE SUPPLIES AND THEREAFTER TO
EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL
ONE (1) YEAR PERIODS AT THE PRICES, TERMS AND
CONDITIONS SET FORTH IN SAID VENDOR'S BID
RESPONSE (BID NO. 90-91-146), SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received September 23, 1991 for furnishing uniforms and
accessories 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, invitations were mailed to twenty-five (25)
potential suppliers and two (2) bids were received; and
WHEREAS, funds for this purchase are available from the
General Operating Budget, Account Code No. 290201-075; and
WHEREAS, these uniforms and accessories will be used to
equip City of Miami police officers; and
CITY COVM9SION
Mr'E'I 1"G OF .�
FEB 13 1992
RFdOlUT�ON No.
0
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Martin Lamar Uniforms be accepted as
the lowest responsible and responsive bid; and
WHEREAS, the City Commission has reviewed the individual
items to be furnished, and has determined that the motor helmets
(item #16), puttees (item #35), riding boots mounted (item #41),
riding boots enforcement (item #42), and leather jackets (item
#43) shall be excluded from the bid award;
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 September 23, 1991 bid of Martin Lamar
Uniforms for furnishing uniforms and accessories to the
Department of Police at a total proposed first year cost of
$385,179.00 is hereby accepted with funds therefor hereby
allocated from the General
No. 290201-075.
Operating Budget, Account Code
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue Purchase Orders
for these supplies and thereafter to extend this contractI/ for
The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
2
. 0 0
two (2) additional one (1) year periods at the prices, terms and
conditions set forth in said vendor's bid response (Bid. No.
90-91-146), subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 13th day of February. 1992.
XAVIER ,L . ,$`UAREZ , MAYOR
ATTE
MATTY HIRAI
CITY CLERK
PREPARED AND APPROVED BY:
CARMEN L. LEON I
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
JINN JON , II
ATTORN
ROD:bss:ovzk:M2734
DID _SECURITY _LIST
DID ITEM: UNIFORMS FOR POLICE
-----------------------------------------------------
DIDN O. r ..._� 0_ 91_ 14 6 -------------------------------_—__-------
DATE BIDS) OPENED: -_ SEPTEMBER 23`-1991 -- 2:30 p.m.
TOTAL AID_EOND_SorZ
DIDDER DID AMOUNT CASHIER'S CHECK
----------------
SMAI,LWOOD'S, INC.
-------- ---
See attached
_ n i d
-------------------------
Check # 053075 NCNBNAT. B
MARTIN'S LAMAR UNIFORMS
-------
_
of it
--------
—
Check #787754—Southeast
SUPERIOR S U RG I
NO BID:
DON HUME LEATHERGOODS, INC.
METRO DISTRIBUTORS USA
--------------
F. SCHMIDT/ELBECO
-----------------
-------
-----------------------------
----------------------
------------------------
PUBLIC SAFETY DEVICES, INC.
---------------
L--------------
FAME INTL. BAY INC.
----------------
--
---
-------------------------
RECEIVED AFTER THE STIPULATED
---------------------------------------------------------
FLORIDA MICRO BUSINESS ASSOC.
----------------------------------------------------------
EADLINE:
------------
-- -----------
---------------- 6----------------
� 11�
received (__-) envelopes on behalf of
(P raoa receiviaE-bids)
GSA/Solid Waste -Procurement Division (City Department)
- -part--------------------- ------------ ------------
SIGNED
(De uty City Clerk)
NK
C.
ank
AL M
f
}
fhv
LEGAL ADVERTISEMENT
.10=14MU1.
/e, (f
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. SA,.ptember 23. 1991 for
the supply of uniform clothing 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, 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. 340)
N
O1
CA
C
�A1
�
C7
Cesar H. Odio
City Manager
0
CD
P
_—�
t
REQUISITION FOR ADVERTISEMENT This number must appear
I in the advertisement.
DEPT/DIV. Procuremt,nt (iOr Palicc,)v v
ACCOUNT CODE 2 9 01 01-- 2 8 7
DATE August 26, -1991 PHONE 575--5174
PREPARED BY Maritz`'I Yaqe_
Publish the attached advertisement one (1)
(number of times)
Type of advertisement: legal. x classified
(Check One)
APPROVED BY:J--,
display
DIRECTOR OF ISSUING DEPARTMENT
times.
— Size: Lc;�qa.l' Starting date
II/i9/91.
i
First four words of advertisement, Bid No. 90-•91--,1.46: Settled bids will bc'..
Remarks: Uniform's iol- Police
(a1�cn 9/?3/91. -- 1: 30
DO NbT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
LINE
PUBLICATION
ADVERTISEMENT
INVOICE
AMOUNT
0
Mliami Re%view
--
A-1
-�
B-2
_; t � ---{ c•�
co
o
rn
C-3
' r-
_ -.
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER •
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13
1
17
18 1 125,34
39,42
45
50
51 56
57 62
63 65.66
71
0
1
2
4
1
V
P
I
I I
1
1
2
10121
2
8
7
1
2
3
4
7
8 V P 121314
15 DESCRIPTION
36
64DISCOUNT 69
72
AMOUNT 80
5
2
0
0
2
0
1
2
z
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
YAlow colic:
?1-li}:
V
} t
U J.
�
r
7
City of Miami
Cash:
Checks: .1000d. IT-4
WLLr-to I iGNS nr-rvni Total: I 1 9
1 Report of CollectionAFor: P/ 7Da
DR No_9 9 8 Sig,"6epartment/Division. , , Prepared By:
Signature
LN
NO
TRANS.
CODE
DOCUMENT
REFERENCE NO.
V SUBSIDIARY
ACCOUNT
INDEX
CODE
OBJ.
OF
REV.
PROJECT
AMOUNT
(KEYPUNCH LEFT
ZERO FILLED)
DESCRIPTION
&4 zgz
no. �RJPS'
F.
servesl
G/L
no,
series
no.
I
I
C9
D
rg.
00000
,,q 0-13o7,6 NcNA
F77-
0
01010
7.9Z 75/
0
0
010161a,
o'
4�
roil,
V-;
M
DISTRIBUTION: White - Treasury Management Canary - Department (After validated by Treasury Management)
jt^//, - . , � I , - I I A
11
C C C C C 6 4
Official Check
0916051 (2-90) Florida - East Coast (Replaces 09 04718)
i�Cy3
Official
Check
No. 053075
NCNB National Bank Of Florida 63.623/670 Date
City and Branch
FT. LAUDERDALE SOUTH HARSOR
Pay To The
Order Of
**rTTY OF miAmi FL**
NOTICE TO
PURCHASER -
The purchase of
a surety bond
may be required
FIVE THOUSPiND AND 00/100 Dolla
before M official
chtck :111 be
roplamd or
Munded In the
N- I
VALID IF OVER it 5, 0Cj. Of' .
event It Is lost,
destroyed, or
stolen.
-qmi I L.jnnr,, cz, T t,-�L
0 7 C, c';
2 2 15 Remitter or Purchased By Authorized Signature
-1
4k
11805307511l 1:06?006238i:IO100IO13 55116
Southeast Bank, N.A.
REGION 11 N
Tampa, Florida
REMITTER StlDerior Surgical Mf4,Inc.
5. 0
PAY —
TO
THE
ORDER
OF
**city of Miami**
No. 787754
September 18,1q91- 63--
63
r'A
of
?a ? ? S title 1:063 10 1,10 G 611: 9906 ISO IS",
A
Cashier's
AUTHOWfD SIGNATURE
CITY OF MIAMI, FLORIDA
1
INTER -OFFICE MEMORANDUM
10, The Honorable Mayor and Members DATE
of th City Commission SUBJECT
FROM Cesar H . Odio REFERENCES
City Manager
ENCLOSURES:
RECOMMENDATION•
FILE
Recommendation for Resolution &
Award of Bid No. 90-91-146,
Uniforms
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 7230 N.W. 46 Street, Miami, Florida, 33152, with a
satellite office located at 1887 West Flagler Street, Miami,
Florida, in an amount not to exceed $400,000, for the furnishing
of uniforms to the Miami Police Department. The funding source
will be the Police Department General Operating Budget, Index
Code 290201-075.
BACKGROUND:
The Police Department has analyzed the bids received on September
23, 1991, for the provision of uniforms on a contract basis for
one year, renewable annually. The Department has found Martin's
Lamar Uniforms has met the Department's requirements and
specifications and provided the lowest bid. As a result of
pending labor negotiations involving the F.O.P. and the Police
Department, estimates for the provision of leather products have
been obtained along with uniforms. Should labor and management
reach an agreement on this item, officers would be given the
option of substituting leather for portions of their clothing
allotment. The proposals submitted by both vendors reflect the
cost of providing all officers with leather and uniforms.
On August 29, 1991, invitations for sealed bids were sent to
prospective vendors. Bids were opened on September 23, 1991,
with two (2) vendors submitting responsive bids and six (6)
vendors submitting "No -Bids."
Ms. Anne Whittaker was contacted with reference to Minority
Participation and she concurs with the Department's
recommendation.
It is, therefore, recommended that an award of bid be made to
Martin's Lamar Uniforms, in an amount not to exceed $400,000.
The Department's specifications have been met, and the funding
source will be the Police Department General Operating Budget,
Index Code 290201-075.
The Honorable Mayor and Members Bid No.
of the City Commission 90-91-146
Page 2
Amount of Bid % of Cost Estimate:
$400,000 100%
Cost estimate/Budgeted Amount:
$400,000
Source of Funds:
General Operating Budget
Index Code 290201-075
Minority Representation:
Publicly Held Company
Public HearingsfNotices
N/A
Assessable Project:
N/A
k
4
9
A
IJ
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
I
TO Judy S. Carter
Chief Procurement Officer
'D fu-)
PROM Major Donald Warshaw
Commander
Business Management Section
DATE
NOV 0 7 1991 / FILE
i
j
SUEUECT Bid Approval, Bid No. 90-91-146,
Uniforms
REFERENCES
ENCLOSURES
This department has verified that funds are available with the
Department of Budget to cover the cost of furnishing the Police
Department with Uniforms, at a cost not to exceed $400,000.
Funding is to be from the Police Department General Operating
Budget, Index Code 290201-075.
FINANCE REVIEW & APPROVED BY:
Carlos Garcia, Director
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
Manoha na, Director
Departme of Budget
ADDITIONAL APPROVALS
(IF REQUIRED)
Eduardo Rodriguez, CIP Manager
City Manager's Office
(This form properly signed is part of the bid evaluation and
recommendation package to be placed on the agenda and must be
attached to the resolution cover memorandum.)
�i JF MIAMI, FLORIDA BID NO. 90-91-146
SHEET (Continued),
.MPQ$TB11T: BID SHE AND ATTACHMENTS MUST BE RETURNED TRIPLICATE IN THE
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 OR
' •►u „ N e BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: NET 30 DAYS .(Include cash discount for prompt payment, if any)
Additional discount of NONE 8 if awarded all items.
Purchase of other items not listed on this bid solicitation based on the most
recently published retail supply catalog(s): 10 8
Catalog(s): MARTIN'S REGULAR MARTIN'S SUPPLEMENTARY; FASHION SEAL
Warranty and/or guarantee: NEAR AGAINST DEFECTIVE MATERIALS AND/OR WORKMANSHIP.
Delivery: 15 calendar days required upon receipt of Purchase Order or Notice
of Award.
Delivery/City Pick Up: 1-5 calendar days after measurement, for items nat
requiring alterations.
Delivery/City Pick Up: 3-10 calendar days after measurement, for items
i requiring alterations.
Special order items 15-75 calendar days
i
Name of Local Licensed Tailor: MARTIN'S LAMAR UNIFORMS
Location of Tailor Facilities: 1887 W. FLAGLER ST. MIAMI, FL 33155
(Pick -Up Site) SAME AS ABOVE
I
State any variances to Specifications (use separate sheet if necessary):
` NONE
In accordance with the Invitation to Bid, the Specifications, General Conditions, special
Ij Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices
indicated on the attached bid eheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS :
WE ARE A DIVISION OF SUPERIOR GERALD M. BENSTOCK-CHAIRMAN/Cl0
SURGICAL MFG, CO.. A PUBLICLY HELD SAUL SCHECTER, EXEC. VICE PRESIDENT
COMPANY LISTED ON THE AMERICAN STK EX ALAN D. SCHWARTZ EXEC VICE PRESIDENT
a) List principal business address: (street address)
10099 SEMINOLE BLVD. SEMINOLE, FL 34642
b) List all other offices located in the State of Florida: (street address)
7230 N.W. 46th ST. miami. fl 33166
5201 N. ARMENIA AVE., TAMPA, FL 33673
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMP.IANrit
The undersigned bidder acknowledges that (s)he has receive y a Ordinance #10062 as
amended, the Minority Procurement Ordinance of the City of lam nd reee to comply with all
applicable substantive and procedural provisions therein, pclu ng amgndments thereto.
Bidder: MARTIN'S LAMAR UNIFORMS Signatur�,
(company name)
Date:_SEPTEMBER21. 1991 Print Name:WALTER A. LAVI NE
Indicate if Business is 51% Minority -owned: (Check ans box ly)
( J BLACK ( ] HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLAN
If firm has an existing plan, effective date of implementations OCTOBER 10, 1988
If firm does not have an existing plan, the Successful Bidder(s) shall be required to
establish an Affirmative Action Policy, pursuant to Ordinance 110062 as amen See Appendix
I for sample. / /----
Bidder: __ MARTIN'S IAMAR_ MARTIN'S(IN(FORMS Signatu
(company name)
• •�
AWARD OF BID
Bid No. 90-91-146
Purchase of uniforms
Police
On a contract basis for a period of one (1)
year with option to extend for two (2)
additional one (1) year periods.
For the provision of uniforms for the police
officers.
25
2
Attached
General Operating Budget Account Code No.
290201-075
Bid
Invitations Bid
Mailed Responses
ALL VENDORS ............................ 25 2
MINORITY/FEMALE (M/F) VENDORS.......... 17
Within City limits .................. 5
Registered with City ................ 4
Black (B) Vendors ......................
'Located within City limits..........
.Registered with City ................
Female (F) Vendors ...... ..............
Located within City limits..........
Registered with City ................
Hispanic (H) Vendors ...................
Located within City limits..........
Registered with City ................
NON MINORITY (NM) VENDORS ..............
Located within City limits..........
"No Bids" ..............................
7
2
6
3
1
2
7
2
6
1
0
0
0
0
0
1
0
0
0
0
0
0
-0
Reason for "No Bid" s as follows:
r
1. Don Hume Leathergoods, Inc. - "Unable to meet specifications".
2. Metro Distributors USA - "No Bid".
3. F. Schmidt/Elbeco - "Bidding through retailer".
4. Public Safety Devices - "Unable to supply at this time".
5. Fame International Bay, Inc. - "Unable to bid".
ZK20MI DJ \ I 8X 0
IT IS RECOMMENDED THAT THE AWARD BE MADE TO
MARTIN LAMAR UNIFORMS AT A TOTAL FIRST YEAR
COST OF $400,000.00.
() q
CITY OF MIAMI, FLORIDA
AID N0. 90-91-146
TABULATION UNIFORM CONTRACT
MARTIN'S LAMAR UNIFORM Page 1 of 2
7230 N.W. 46th St. Miami
1887 West•Flagler St. Miami
(Non -Minority)
1st YEAR
2nd YEAR
3rd YEAR
ITEM /
DESCRIPTION
QUANTITY
EACH
EACH
EACH
1
Blue Trousers
3,500
26.21
27.00
27,90
2
Blue Trousers gld/silver
12
28.56
29.45
30.30
3
Blue Uniform Breeches
165
82.32
86.50
89.95
4
Police Woman Blue Slacks
50D
26.21
27.00
27.90
5
Swat Fatigue Trousers
125
25.76
26.75
27.15
r,
Police Woman Skirts
125
21.78
26.25
30.25
7
Blue Jacket heavy/W W/L
75
110.32
125.00
115.00
8
Heavy/W Jacket liner Only
200
30.55
32.85
35.50
9
Blue Jacket Light/W No/Li
190
35.84
42,00
45.70
10
Blue Jacket L/W liner
190
9.52
9.90
10.25
11
Blue Jacket L/W Motors
20
53.2.5
55.90
57.60
12
Blue Cap Off-Sgt W/C-Stra
885
18.98
22.60
25.30
13
Blue Uniform Wave Hat Wom
120
12.32
16.95
18.25
14
Blue Uni. Cap Lt. b Above
96
21.28
25.00
27.50
15
Pith Ilelrnet
15
10.02
10.25
10.50
16
Motor Helmet
20
95.00
97.50
99.75
17
Blue Uni. Cap Major -Chief
25
52.08
57.50
59.95
18
Baseball Cap
1300
2.65
2.95
3.10
19
Swat Fatigue Shirts
125
25.76
27.50
29,95
20
Staff white Shirt L/S
40
30.80
30.80
30.80
21
Patrol Uni. Shirt L/S HA.
1465
29.68
30.60
31.45
22
Patrol Uni, Shirt L/S Fem
300
29.68
30.60
31.45
23
Patrol Uni. Shirt S/S MA.
3325
24.36
25.00
25.90
24
Patrol Uni. Shirt S/S Fe.
300
24.36
25.00
25.90
25
Blue,Shirt Li. Blue Civi.
975
17.08
18.75
19.95
26
Blue Shirt Li, Blue L/s C
200
18.98
20.90
21.95
27
Coveralls Blue Emb, b Pa.
200
31.92
31.95
31.95
28
One Piece Raincoat W/Cap
135
60.48
68.00
75.60
29
Two Piece Raincoat Orange
20
61.62
62.60
63.90
30
Honor Guard Cross Strap
65
21.29
22.30
23.40
31
D-Ring
10
4.42
4.45
4.50
32
White Gloves
12
2,18
2.20
2.25
33
Scarf
12
4,31
4.35
4.40
34
Rope/cord
12
5.88
7.00
7.65
35
Puttees
12
100.80
115.00
125.00
36
Athletic Coaching Shorts
24
16.24
17.95
19.25
37
S/S T-Shirt W/silk Screen
60
5.32
6.75
7.50
38
S/S Knit Shirt W/silk Scr
100
11.03
11.50
11.75
19
Gym Shorts W/Silk Screen
60
7.00
8.25
9.75
40
Sweat Pants W/Silk Screen
24
9.52
10.65
11.70
41
Riding Boots Mounted
12
250.00
259.50
267.50
42
Riding Boots Enforcement
12
416.00
433.00
446.00
TABUALTION
MARTIN'S LAMAR UNIFORMS
ITEM
A DESCRIPTION
QUANTITY
EACH
EACH
43
leather Jackets
12
310.OU
320.00
44
Cowboy Hat
35
23.52
26.55
45
Marine Patrol S/S Shirt
150
11,95
15.10
46
Marine Patrol Pants
24
47.04
47.05
41
Marine Patrol Shorts
24
33.04
33.05
48
Web Belt W/Silver Buckle
35
2.80
2.80
49
Omega Boat Shoes
10
57.75
60.60
5o
Winter Down Jacket
10
53.50
58.25
51
Deck Boots White Non -Skid
2
19.95
20.95
52
Black Tie
20
3.08
3.08
53
Cross Tie
5
2.75
2.75
54
Garrison Belt W/GS Buckle
35
11.48
11.50
55
Web Belt Black W/8 Buckle
35
2.80
2.80
56
P Buttons
4,000
0.38
0.45
57
Police Emblem Shoulder
2,500
1.12
1.30
58
Chin Straps
100
1.96
2.10
54
Police Dress Blouse W/FP
5
207.20
210.00
60
Police Dress Trousers W/S
5
79.50
84.00
61
Police Dress Skirt W/Stri
2
79.50
84.00
62
Sleeve Stripe Gold
24
2.80
3.50
0
Name Board Pocket W/BADGE
6
64.95
68.20
64
flame Board Pocket w/Ct Se
6
47.50
49.90
65
Shoulder Board Coat
6
30.80
45.00
66
Staff Sweaters
6
35.00
44.15
67
Staff Dress Trousers
125
35.65
37.00
68
Staff Dress Skirt
12.
40.00
42.50
69
Staff Dress Blazers
50
75,00
1.95
70
Staff Dress Suits
23
135.00
145.00
71
Dress Shoes
1,000
43.68
46.00
72
Safety Shoes
24
72.80
73.00
73
Staff Trouser Gun Belt BW
25
23.52
24.75
74
Staff Magazine Puch B/W
25
11.76
11.80
75
Staff Holster Basket Wave
25
22.34
22.40
76
Name Tapes
81000
1.06
1.10
77
Raid Jackets
100
16.05
16.95
78
K-9 Work Shirt
48
26.95
28.85
79
K-9 Work Pants
48
26.95
28.85
80
Leather Holster
1,000
20.00
20.60
81
Duty Belt
1,000
23.00
23.75
82
Magazine Pouch
1,000
10.70
11.00
93
Keepers
3,600
1.45
1.55
84
Handcuff Case
1,000
13 40
14.10
EACH
330.00
29.55
15.75
47.50
34.15
2.80
63.60
60.00
21.95
3.08
2.75
11.50
2.80
0.47
1.45
2.25
225.00
89.50
89.50
4.50
71,65
52.40
50.00
51.50
38.50
45.00
96.50
157.00
47.50
74.00
25.75
11.95
23.00
1.20
17.95
30.95
30.95
20.95
24.45
11.35
1.65
14.55
Page 2 of 2
MARTIN`S LAMAR UNIFORMS IS THE LOWEST MOST RESPONSIBLE AND RESPONSIVE
BIDDER IN THE AGGREGATE.
10
CITY OF MIAM1, FLORIDA
TABULATION BID NO. 90.91,146
UNIFORM CONTRACT
SMALLWOODS Page I of 2
1001 SE 17 ST
Ft. Luaderdale
( female)
1st YEAR
2nd YEAR
3rd YEAR
ITEM 1
DESCRIPTION
QUANTITY
EACH
EACH
EACH
1
Blue Trousers
3,500
25.50
27.03
28.56
2
Blue Trousers gld/silver
12
29.00
30.74
32.48
3
Blue Uniform Breeches
165
87.75
93.02
98.28
4
Police Woman Blue Slacks
500
25.50
27.03
28.56
5
Swat Fatigue Trousers
125
26.25
27.83
29.40
6
Police Woman Skirts
125
24.00
25.44
26.88
7
Blue Jacket Heavy/W W/L
75
123.00
130.38
137.76
8
Heavy/W Jacket liner Only
200
16.75
17.76
18.76
9
Blue Jacket light/W No/Li
190
42.00
44.52
47.04
10
Blue Jacket L/W liner
190
16.75
17.76
18.76
11
Blue Jacket L/W Motors
20
50.15
53.80
56.84
12
Blue Cap Off-Sgt W/C-Stra
885
22.25
23.59
24.92
13
Blue Uniform Wave Hat Wom
120
16.00
16.96
17.92
14
Blue Uni. Cap Lt. & Above
96
25.25
26.77
28.28
15
Pith Helmet
15
9.00
9.54
10.08
16
Motor Helmet
20
97.00
102.82
108.64
17
Blue Uni. Cap Major -Chief
25
61.00
64.66
68.32
18
Baseball Cap
1300
4.50
4.77
5.04
19
Swat Fatigue Shirts
125
28.00
29.68
31.36
20
Staff White Shirt L/S
40
14.00
14.84
15.68
21
Patrol Uni, Shirt L/S MA.
1465
30.00
31.80
33.60
22
Patrol Uni. Shirt L/S Fem
300
30.00
31.80
33.60
23
Patrol Uni. Shirt S/S HA.
3325
25.50
27.03
28.56
24
Patrol Uni. Shirt S/S Fe.
300
25.50
27.03
28.56
25
Buie Shirt Li. Blue Civi.
975
19.30
20.46
21.62
?6
Blue Shirt Li, Blue L/s C
200
21.50
22.79
24.08
?7
Coveralls Blue Emb. & Pa.
200
31.85
33.76
35.67
?8
One Piece Raincoat W/Cap
135
97.50
103.35
109.20
?9
Two Piece Raincoat Orange
20
73.25
77.65
82.04
30
Honor Guard Cross Strap
65
25.25
26.77
28.28
jl
D-ring With Keeper
70
4.35
4.61
4.87
32
White Gloves
12
2.70
2.86
3.02
33
Scarf
12
3.15
3.34
3.53
14
Rope/cord
12
6.75
7.16
7.56
i5
Puttees
12
199.95
211.95
223.94
16
Athletic Coaching Shorts
24
19.60
20.78
21.95
17
S/S T-Shirt W/silk Screen
60
6.70
7.10
7.50
18
S/5 Knit Shirt W/silk Scr
100
11.60
12.30
12,99
39
Gym Shorts W/Silk Screen
60
7-OD
7.42
7.84
10
Sweat Pants W/Silk Screen
24
10.50
11.13
11.76
11
Riding Boots Mounted
12
350.00
371.00
392.00
12
Riding Boots Enforcement
12
209.95
222.56
235.14
TABULATION
SMALLWOODS
Pacq� 2 of 2
1st YEAR
2nd YEAR
3rd YEAR
ITEM I
DESCRIPTION
QUANTITY
EACH
EACH
EACH
43
Leather Jackets
12
259.95
275.55
291.14
44
Cowbuy Hat
35
25.90
27.45
29.01
45
Marine Patrol S/S Shirt
150
13.60
14.42
15.23
46
Marine Patrol Pants
24
45.75
48.50
51.24
47
Marine Patrol Shorts
24
28.00
29.68
31.36
48
Web Belt W/Silver Buckle
35
2.80
2.97
3.14
49
Omega Boat Shoes
10
52.00
55.12
58.24
50
Winter Down Jacket
10
81.25
86.13
91.00
51
Deck Boots White Non -Skid
2
19.50
20.67
21.84
52
Black Tie
20
3.15
3.34
3.53
53
Crass Tie
5
2.60
2.76
2.91
54
Garrison Belt W/GS Buckle
35
18.00
19.08
20.16
55
Web Belt Black W/B Buckle
35
2.80
2.91
3.14
56
P Buttons
4,000
0.35
0.37
0.39
57
Police Emblem Shoulder
2,500
1.00
1.06
1.12
58
Chin Straps
100
3.40
3.60
3.81
59
Police Dress Blouse W/FP
5
200.00
212.00
224.00
60
Police Dress Trousers W/S
5
60.00
63.60
61.20
61
Police Dress Skirt W/Stri
2
28.50
30.21
31.92
62
Sleeve Stripe Gold
24
4.00
4.24
4.48
63
Na,ne Board Pocket W/BADGE
6
32.00
33.92
35.84
64
Name Board Pocket w/Ct Se
6
32.00
33.92
35.64
65
Shoulder Board Coat
6
33.00
34.98
36.96
66
Staff Sweaters
6
36.75
38.96
41.16
67
Staff Dress Trousers
125
36.00
38.16
40.32
66
Staff Dress Skirt
12
38.00
40.28
42.56
69
Staff Dress Blazers
50
82.00
86.92
91.84
70
Staff Dress Suits
23
130.00
137.80
145.60
71
Dress Shoes
1.000
46.25
49.03
51,80
72
Safety Shoes
24
61.00
64.66
68.32
73
Staff Trouser Gun Belt BW
25
12.25
12.99
13.72
74
Staff Magazine Puch B/W
25
11.55
12.24
12.94
75
Staff Holster Basket Wave
25
30.50
39.17
34,16
76
Name Tapes
81000
1.05
1.11
1.18
77
Raid Jackets
100
15.75
16.70
17.64
78
K-9 Work Shirt
48
26.50
28.09
29.68
19
K-9 Work Pants
48
26.75
28.36
29.96
BO
Leather Holster
1,000
30.50
39.75
34.16
81
Duty Belt
1,000
21.75
23.06
24.36
82
Magazine Pouch
1,000
11.55
12.24
12.94
63
Keepers
3,600
1.00
1.06
1.12
84
Handcuff Case
11000
12.25
12.99
13.72
1