Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-90-0850
J-90-923 10/30/90 RESOLUTION NO. 9 U -- g 5 Q A RESOLUTION ACCEPTING THE BID OF PUBLIC SAFETY DEVICES, INC. FOR THE FURNISHING OF PROTECTIVE GEAR TO THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED COST NOT TO EXCEED $37,565.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROJECT NO. 312018, ACCOUNT CODE NO. 299401-840; 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 August 22, 1990 for the furnishing of protective gear consisting of helmets and gas masks for the Department of Police; and WHEREAS, invitations were mailed to fifteen (15) potential suppliers and six (6) bids were received; and WHEREAS, funds for this purchase are available from Capital Improvement Project No. 312018, Account Code No. 299401-840; and WHEREAS, this equipment will be used by the Department of Police to equip officers during civil disturbances or other periods of civil unrest; and WHEREAS, the City Manager and the Chief of Police Department recommend that the bid received from Safety Public Devices, Inc. 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 August 22, 1990 bid of Public Safety Devices, Inc. for the furnishing of protective gear to the CITY COUMUSSION K ETING OF N u v 6 1990 8E60LMON 2 0 - :850 I Department of Police at a total proposed cost not to exceed $37,565.00 is hereby accepted with funds therefore hereby allocated from Capital Improvement Project No. 312018, Account Code No. 299401-840. 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 8th day of November , 1990. c VIER L . ,.SU*EZ , MAJOR CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: r JO GE L. FJfRNANDEZ CITY ATTOR EY ROD/db/M1859 Y BID SECURITY LIST ----------------- BID ITEM. _ Field Control Ecjuipment —---- ______________________________ _—epr—men—t Police —_______________________________ ------ BID NO.: 89-90-162 DATE BIDS RECEIVED: _ August 22� 1990 _3:00 P.M. ____________ ----- -------------- TOTAL BID 'BOND or A460 ----- --------- BIDDER BID AMOUNT CASHIER'S CHECK ---------------------------------- -------------------------------- Oaks Wholesale Distributors -------------- It See attached bid ------------------------- ------------------------- -------------------------------- SER Distributors --------- " if Public Safety Devices toit Lawmen's & Shooters Supply,Inc "- if Super Seer Corporation It to ---------------------------------------------------- Law Enforcement Equipment Cc ofto ------------------------------------------- ------------------------------------------------------------------ ---------------------------------------------------------------- -------------------------- - ---------------- r--------------- i ----------------------------------------- ------------------------- NOBID: ----- ------------------- L-------------- ------------------- Metro Distributors, Inc. ------------------------- --------------------------------'-------------- ------------------------- -------------------------------- -------------- -------------------------------- -------------- ------------------------- ------------------------- -------------------------------- -------------- ---------------------------------------- -------------------------------------------------- ------- ----- b�-f—�� --� ---- L__ -------------- t ------------------------- received ( �) envelopes on behalf of ------------------------------- — (Person receiving bids) _-r 3 GSA - Procurement Office ________________on ___-_-__- (City __ Department) l Q SIGNED:4__J,�_�it _1� _ -.. 7� uty C-Clerk)- J) LEGAL ADVERTISEMENT BID NO. 89-90-162 t <, r 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 later than huaasu 0 for the furnishing of Field ControT Equipment for the epartment 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. _E Ordinance No. 10538 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 of Miami Minority/Women Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. (Ad No. 7965) Cesar H. Od io City Manager 0 R 0 .,•.3. �� Jai% 'ti•5'� N '�, '�". [8 ro., �r .: .x'SXf• •7i+'." - �`[.�. "'t7a' '..fY' ".r._Fi a-`c�'Y� , t9"`0 ; . 4' .�i: ,,5,'.. 6i } •`mow"-�A' R?viw:.., i ..nKf.. :*.*;'.S aX �.. k '1^b'r+.?X' *i r r Jam. 1� wl L_t r' LED - - REQUISITION FOR ADVERTISEMp#�Tr,f�� _8 �, T umberrimustsemeappear DEPT/bIV. Prucuremeht for (Police) ] i ACCOUNT CODE 290201-287 DATE 8/3/90 575-5174 ,' ', +` `��, FL'b, PHONE APPROV !#Y: PREPARED BY Maritzai Pages i DIREC OR OF ISSUING DEPARTMENT j E Publish the attached advertisement one Al) times. p (number of times) Type 'o-1 advertisement: legal %� classified display (6t a One) i Size LeQa1 f Starting date August 8, 19 90 First four words of advertisement: #Bid No. 89--90-i62: Sealed hidLi will hn _ - � i Remarks: Field Control E ui merit _ # (open 8/22/90 _ 3.00 2-Wit ) DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. I DATE(S) OF LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT \Miami Review A-f7717 I B-2 C-3 i D-4 ; F3 F4 F5 F7 F8 F9" F10 F11 LINE TRANS - VOUCHER DUE DATE YY MM OD Adv. Doc. Reference VENDOR INDEX COPEf* , PRCt�I ' T 11 13 17 18 1 534 3942 4S 50151 : 56 57 0 1 2i I IVIPI2 02 I' $7 1 2 3 4 "' : ? a V P 12 14 _ i15 DESCRIPTION 56 ©1600U.N .. fill! : ;" A 5 2 00201 r _ fl Approved � ey ; Nhiip Purchasing Yellow - Finance Pink - Department u yellow copy; Sij.via Mendoza, City Clerk's Office Pink copy; Ma(rttza, Procurement Management � Sit �N i. 9 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=3 TO: The Honorable Mayor and Members DATE of t City Commission SUBJECT . FROM Cesar H. Odlo REFERENCES: City Manager ENCLOSURES: mail).011 _ V i _ _ OCT ^ 0 19` o FILE : Recommendation for Resolution b Award of Bid No. 89-90-162, Protective Gear It is respectfully recommended that an award be made and a resolution be passed accepting the bid of Public Safety Devices, Inc., in the amount of $37,565, for furnishing protective gear. BACKGROUND: The Police Department has analyzed the bids received on August 22, 1990, for the furnishing of protective gear. This equipment will be utilized to equip officers of the Police Department during civil disturbances and other periods of civil unrest. Public Safety Devices, Inc. provided the most responsive bid on Seer Helmets and Gas Masks, in the amount of $37,565. On August 7, 1990, invitations prospective vendors. Bids were six (6) vendors submitting bids "no -bid." for sealed bids were sent to opened on August 22, 1990, with and one (1) vendor submitting Although the bid of Oak Wholesale was the lowest, they did not meet the Department's specifications for the construction of the helmet. Public Safety Devices, Inc.'s bid met the Police Department's requirements and specifications, and is within 10% of all acceptable bids. Additionally, Public Safety Devices, Inc. is the only vendor located within the City of Miami. Ms. Ann Whittaker was contacted reference to Minority Participation and she concurs with the Department's recommendation. It is, therefore, recommended that an award of bid be made to Public Safety Devices, Inc., in the amount of $37,565. The Department's specifications have been met, and the funding source will be the Capital Improvement Bond Program, Project No. 312018, Index Code 299401-840. 90- 850 V The Honorable Mayor and Members Bid No. of the City Commission 89-90-162 Page 2 Amount of Bid % of Cost Estimate: $37,565 100% Cost estimate./Budgeted Amount: $37,565 Source of Funds: Capital Improvement Bond Program Minority Representation: Minority Vendor Public Hearings/Notices N/A Assessable Project: N/A D 0 - 8 15 0 z CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: William J. Schaut Chief Procurement Officer FROM Perry L. Anders n, Jr. Chief of Police DATE : OCT 1 2 1990 FILE : SUBJECT : Bid Approval, Bid No. 89-90-16 Protective Gear REFERENCES: ENCLOSURES: This department has verified that funds are available with the Departments of Finance and Budget to cover the cost of furnishing the Police Department with protective gear at a cost of $37,565. Funding is to be from the Captial Improvement Bond Program, Project No. 312018, Index Code 299401-840. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: w')1V Manohar Su ana, Director Departmen of Budget ADDITIONAL APPROVALS (IF REQUIRED) Eduardo Rodriguez/, CIP Manager City Man is Office Frank Ca9taneda, Director Community Development (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.) 96 -- 850 0 d ..AMI, FLORIDA P.O. BOX 330708 ..:MENT MANAGEMENT• Miami ®ml 33233-0708 .tSION TELEPIK E NO. 575-5174 BID NO. 89-90-152 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE 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 BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 30 (Include cash discount for prompt payment, if any) Additional discount of -------- I if awarded all items. Warranty and/or guarantee: 90 days State any variances to specifications (use separate sheet if necessary): see bid Delivery:30-45 calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami Police Department Property Bureau 400 NW 2nd Avenue Miami, FL 33128 In accordance with the Invitation to Bid, the Specifications, Genera Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: M.J. Cowen ----- President E. Cowen ----- Vice President G. Cowen ----- Secretary -Treasurer Please use the back of this page if more space is necessary Name of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amen4imejo thereto. BIDDER: Public Safety Devices Inc. Signature: /Fft company name '— Print Naet M. . Cowen Indicate if Minority Business: Date:_ t 22, 199 C ] Black C J Hispanic (xx] women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS �.- _ - V . ITEM: Protection Gear Police Single Purchase REASON: This equipment will be utilized to equip officers during civil disturbances and other periods of civil unrest. %* 4_4-0-siou TABULATION: Attached FUNDS: Capital Improvement Project No. 312018 Account Code No. 299401-840. MINORITY/WOMAN PARTICIPATION: Invitations to bid were sent to four (4) Woman and four (4) Hispanic owned firms engaged in the protective law enforcement business located in these sources. 1. New Vendor_ Applications 2. City of Miami Minority Register 3. Prior Bids on file in Procurement Mgmt. Office Minority response consisted of bids received from two (2) Woman owned firms. BID EVALUATION: Following is an analysis of the Invitations to Bid: Prior Bidders Black American Hispanic American Woman owned Non -Minority New Bidders Black American Hispanic American Woman owned Non -Minority Number of Bid Invitations Mailed 0 2 5 0 1 2 3 "No Bids" - Late Bids Totals _ Reason for "No Bid" was as follows: I. Metro Distributors, Inc. - "No bid". Number of Responses 0 2 4 0 0 0 0 1 7 RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO PUBLIC SAFETY DEVICES, INC. FOR A TOTAL �ROFOSgD AMOUNT OF $371565, 00/. Procurement Sbpervisor Date Page 1 of 1 9 0 850 El TABULATION OF BIDS FOR Protective Gear BID 89-90-162 City Atonoger, City Clark A. AL Received by the City Commission, City Clark, City of Mionmi, Florida of P. M. Bidder OAK WHOLESALE SER DI T SAFETY & SHOOTERS CORP. Lj item No. DESCRIPTION TY Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 1 O BID 79.50 26,235 N4 24,42 0 1 MashDef 1 ' Totql -A] inn 111.127T37,565 11,1271 26 928 IRREGULARITIES LEGEND. A —(ale P•«er•4I-Attorney � 1T IS RECOMMENDED THAT sr award of bid be made to � r r !� — No Allidovh as to Capitol S Surplus of Bending Company Public Safety Devices, Inc. , in the mount of C - Corrected Irtenstons $37,565. D — Pn*Dsel 1%nsigned or improperly ?,j#t&d or No Corporate Seal f—Questinhitaire Not Filled Out BID F_ G _ limp Nid -Bond