Loading...
HomeMy WebLinkAboutR-90-000762 RESOLUTION NO. 907 A RESOLUTION ACCEPTING Tile BID OF PUBLIC SAFETY DEVICES FOR THE FURNISHING OF 460 VEHICLE TRUNK ORGANIZERS FOR THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED COST NOT TO EXCEED $29,109.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENTS 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 September 29, 1989 for the furnishing of 460 Vehicle Trunk Organizers for the Department of Police; and WHEREAS, invitations were mailed to fourteen (14) potential suppliers and five (5) bids were received; and WHEREAS, funds for this purchase will be available from the Capital Improvements Project No. 312018, Account Code No. 299401- 840; and WHEREAS, this equipment will be used by the Department of Police for the purpose of installing the organizers in all patrol cars in an effort to better maintain the emergency equipment stored in the trunks as without these organizers the equipment is tossed about the trunk area causing damage to some equipment and difficulty in locating other equipment; and WHEREAS, the City Manager and the Director of the Department of Police recommend that .the bid received from Public Safety Devices be accepted as the lowest responsible and responsive bid after applying the 10% local preference as allowed by the City Charter; �5 g ley.._. ... Section 2. The August 9, 1989 bid of Public Safety Devices for the furnishing of 460 Vehicle Trunk Organizers for the Department of police at a total proposed cost not to exceed $29,109.00 is hereby accepted with funds therefor hereby allocated from the Capital Improvements 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 llth day of January , 1990. PREPARED BY: DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: DID SECURITY LIST - jo MM:Police Vehicles Trunk Organizers - `WD NO.* 89-90-004 s; I'?ATEBIDS RECEIVED: September 29, 1989 2:30 p.m. BIDDER TOTAL 61D AMOUNT BID BOND 400 � CASHIER'S CHECK = Lawmen's and Shooter's $26,790.40 Okas Wholesale Distr. $27,025,00 SER Distributors, Inc. $28,147.40 Law Enforcement Equip.. Co. $28,497.00 - Public Safety Devices $29,108.80 NO BID: Jones Equipment Co., Inc. Southeast Gun & Tackle Inc. Safety Equipment Co. LEGAL ADVERTISEMENT BID NO. 89-90-004 449RECEIVED 1989 SEP 13 AN 9: 41 MATTY J11RA1 CITY CLERK (:IT'( OF 141AMI, FLA. Sealed bids will be received by the City of Miami City Clerk at her office 1 a at 3500 Pan American Drive, Miami, Florida not later, than p.m. a tem er for the furnishing of 460 Police Vehi or equal to Pro -Guard Model No. 3G3800D 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. 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 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. The City Manager may reject all bids and readvertise. (Ad No. 6322 ) Cesar H. Odio City Manager Remarks: PAice Vehicles Trunk Organizers (open 9_-29-89 2:30 p.zzt. DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. i LINE PUBLICATIO14 Dl Miami R6view E-5 — F3 FA_ LINE Ti — 11 13 0 5 _1 -f 4 I IFS VGUCHER 18 ! 718'- V Pi 1203114116 DATE(S) OF ADVERTISEMENT F7 FS DUE DATE Y MM DD Adv. Doc. Reference 3942 145 50 51 2 10121 DESCRIPTION F9 VENDOR Fid ; F11 F1' INDEX CODE ...E 56 57 - 162 43 � 38 JU DISCOUW%i2 i V1fii;e Purchasing Ye l w - Finance I A ri fj !` - -, Approved !or Paym m .fink ZI Dep"Wt AM CA CITY OF MIAMI. FLORIDA __ INTEROFFICE MEMORANDUM _- f3S �• � ,, C?2 DATE DEC 2 0 1989 FILE r� The Honorable Mayor and Members . of t City Commission sua,Ecr Recommendation for Resnlutio Award of Bid No. 89-90-004, Vehicle Trunk Organizers FROM: Cesar H. Odio REFERENCES . City Manager ENCLOSURES It is respectfully recommended that an award be made and a resolution be passed accepting the bid of Public Safety Devices, in the amount of $29,109, for furnishing 460 Vehicle Trunk Organizers. The Police Department has analyzed the bids received on September 29, 1989, for the furnishing of vehicle trunk organizers. This equipment will be utilized in the trunks of all patrol cars in an effort to better maintain the emergency equipment stored there. Without the organizers the equipment is tossed about the trunk area causing damage to some equipment and difficulty in locating other equipment. On September 13, 1989, invitations for sealed bids were sent to prospective vendors. Bids were opened on September 29, 1989, with five vendors submitting bids and three (3) vendors submitting "no -bids." The bid of Public Safety devices, a woman Minority Vendor, was the highest bid. Upon applying the local vendor preference of 10%, enumerated in Resolution No. 87-679, Public Safety Devices became the lowest bidder. Ms. Ann Whittacker was contacted in reference to Minority Participation and she concurs with the Department's recommendation. it is, therefore, recommended that the award of bid be made to Public Safety Devices, in the amount of $29,109, for the furnishing of Vehicle Trunk Organizers. Funding will be the Capital Improvement Bond Project, Project No. 312018, Index Code 299401-840. A The Honorable Mayor and Members of the City Commission Page 2 Aunt of aid $29,109 Cost estimate/Budgted Amount: $29,109 Source of Funds: Capital improvement Bond Project Minority Representation: Minority vendor / Woman Public eari_ngs/Notices N/A Bid No . 89-90-004 % of Cost Estimate: 100% a" IN `J CITY OF MIAMI, FLORIDA x INTER -OFFICE MEMORANDUM � i •,:, I LI s 1.,4 TO : 'William J • Schaut DATE : Nov 8 1989 • FILE Chief Procurement Officer SUBJECT Bid Approval, Bid No 89-90; Police Vehicle Trunk Organizers FROM REFERENCES Perry L. Anderson, r. Chief of Police ENCLOSURES This department has verified that funds are available to cover the cost of Police Vehicle Trunk Organizers at a cost of $29,109. Funding is to be from the Capital Improvement Bond Project, Project No. 312018, Index Code 299401--840. FINANCE REVIEW & APPROVED BYs Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: Manohar Surana, Director Department of Budget ADDITIONAL APPROVALS (IF REQUIRED) E uardo Rodriguez, CIP Manager City Man's Office Frank Castaneda, Director Community Development ('phis form properly signed is part of the bid evaluation and recommendation package to be ple.ced on the agenda and must be attached to the resolution cover memorandum.) 1Z Y JP MTAMI, FLOP-W P.elk X 330708 00 EROCUREMENT MANAGEh,,4�?'- Mianti-F1 33233-0708 DIVISION TELEPHONE NO. 575-5174 BID NO. 89-90-004 DID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT DUST BE RETURNED IN = DUU LLUXTE IN THE ATTACHED MWELOPE IDENTIFIED BY 131D 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 - $ if awarded all items. warranty and/or guarantee: 30 days State any variances to specifications (use separate sheet if necessary): Delivery: 30 days required upon receipt of Purchase Order. Delivery Foint(s): City of Miami Police Department - Property Bureau or. ■ . afJs I 400 N.W. 2nd Avenue Miami, F1 33128 In accordance witwitH 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 OWNERM : M.J. Cowen NAMES OF COMPANY OFFICERS: President E. Cowen Vice-President/Sales-General Manaq G. Cowen Secretary/Treasurer Please use the back of this page if more space is necessary Robert Steinherq-Vice-President/Mar Nacre 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 amendments hereto. BIDDER: Pilhlic Safety Devices Inc. Signature: _ company name)"" - Print Namei M.J./Cower, Indicate if Minority Business:. Date: Septem 22, 1989 C ] Black [ ] Hispanic CX] women _= FAILURE TO COMPLETE, SIGN, AND RS'TURN THIS FORM MAY DISQUALIFY THIS AWARD OF 8ID Bid No. 88-89-004 ITEM: 460 Vehicle Trunk Organizers DEPARTMENT: Police TYPE OF PURCHASE: Single Purchase REASON: This equipment will be utilized in the trunk of all patrol cars in an effort to better maintain the emergency equipment stored there. Without these organizers the equipment is tossed about the trunk area causing damage to some equipment and difficulty in locating other equipment POTENTIAL BIDDERS: 14 BIDS RECEIVED: 5 TABULATION: Attached FUNDS: CIP Project No. 312018 Account Code No. 299401-840 MINORITY/WOMAN PARTICIPATION: Invitations to Bid were sent to four t4 Hispanic and three (3) woman owned firms engaged in the Police Equipment business as located in the following sources: 1. New Vendors Applications 2. City of Miami Minority Register 3. Previous bids in file in the Procurement Mgmt. Office 4. Yellow Pages Telephone Directory Minority response consisted in two bids (2) from Woman -owned firms. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman Owned Non -Minority The bids meet the specifications. Following is an analysis of the Invitations to Bid: Number of Bid Number of Invitations Mailed Responses 0 0 2 0 1 1 5 3 New Bidders Black American 0 0 Reasons for "No Bid" were as follows: 1. Jones Equipment Co., Inc. - "Unable to furnish." 2.'Southeast Gun & Tackle., Inc. - We do not sell this item." 3. Safety Equipment Co. - Unable to supply items at this time." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO PUBLIC SAFETY DEVICES FOR A TOTAL PROPOSED AMOUNT OF $29,109.00. curement Supervisor Dat e e City MO."". Cloy CIO& A. M Reteiwi by tlro City Comen.edee, City Clerk, City of Mieal. Pltrilt ar_P, M. blilre Lawmen's and Shooters Dist. Inc. Iowa Me. DESCIIIPTION Uw.e Pelee Twel Uwli Pelee 70161 Unie Pelee Te1� U" Felts TeO� took PNtt TMtI Uwn Psi" TMd 26,790.4 58,75 2 025. 0 61.19 28 147.4 61.95 4 7 00 ' .63. 28 9 108..80 1 _ 119RE LA#11TIES LEGEND. A-seeptnw.-eel.Iuewwq IT 13 RECOMMENDED THAT the award be made to Public Safety -16 ANide-le as to Capital S %vtol.e of 16nd.erip C.ar.wr Devices even though they are the highest bidder. Upon C-C«.eeetd Era applying the local vendor preference of they become D - 06rowel U66I9'd ere lw*•Wwly Sgwe1 or No Cerpeeewe Seel the lowest bidder. •-i�lewlstiermin#re t Fllled out 810 89-90-004 . fi ..1w�e�r3i�! S..ei ::• _ ♦ • eeM.