Loading...
HomeMy WebLinkAboutR-88-0320J-88-262 4/1/88 RESOLUTION NO. A RESOLUTION ACCEPTING THE BIDS OF LAWMAN & SHOOTERS SUPPLY INC. FOR FURNISHING 65 POLICE AUTOMOTIVE PARTITIONS IN THE PROPOSED AMOUNT OF $10,066.55 AND PUBLIC SAFETY DEVICES INC. FOR FURNISHING 86 POLICE PATROL LIGHT BARS IN THE PROPOSED AMOUNT OF $49,880.00 FOR THE GENERAL SERVICES ADMINISTRATION DEPARTMENT AT A TOTAL PROPOSED COST OF $59,946.55; ALLOCATING FUNDS THEREFOR FROM THE 1987-88 OPERATING BUDGET FLEET MANAGEMENT DIVISION ACCOUNT CODE N0. 420301-850 ($57,007.07) AND SENIOR CITIZEN SPECIALIZED POLICING PROGRAM GRANT PROJECT NO. 110034, ACCOUNT CODE NO. 290907-840($2,939.48); AJTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS EQUIPMENT; FURTHER APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REJEC'P A PROTEST RECEIVED IN CONNECTION WITH SAID PROJECT. WHEREAS, pursuant to public notice, sealed bids were received March 21 1988 for the purchase of 65 Police Automotive Partitions and 86 PolicQ Patrol Light Bars for the Department of General Services Administration/Fleet Management Division; and WHEREAS, this equipment will be used by the General Services Administration Department/Fleet Management Division to outfit the new Police Vehicles; and WHEREAS, funds for this purchase will be available from the 1987-88 Operating Budget Fleet Management Division Account Code No. 420301-850 ($57,007.07) and Senior Citizen Specialized Policing Program Grant Project No. 110034 Account Code No. 290907-840 ($2,939.48); and WHEREAS, the City Manager and the Director of the General Services Administration Department recommend that the bids received from Lawman & Shooters Supply Inc. and Public Safety Devices Inc. are accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The March 20, 1988 bids of Lawman & Shooters Supply Inc. for furnishing 65 Police Automotive Partitions at a CITY COMMISSION MEETING OF APR 14Q1988 f' 7 3N No. -3"' It 10 Proposed amount of $10,066.55 and Public Safety Devices, tnc. for furnishing 86 Police Patrol Licht gars at a proposed amount of $490880.00 to the Department of General Services Administration at a total proposed cost of $59,946.55 is hereby accepted; further, the Chief procurement officer's decision rejecting a bid award protest in connection with this project is hereby approved. Section 2. The amount of $59,946.55 is hereby allocated in the 1987-88 Operating Rudget Fleet Management Division Account Code No. 420301-850 ($57,007.07) and Senior Citizen Specialized Policing Program Grant Project No. 110034 Account Code No. 290907-840 ($2,939.48). Section 3. The Chief Procurement Officer has reviewed the protest of Automotive Prototypes 6 Equipment and found their bid nonresponsive due to the fact that it did not meet specifications. Section 4. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this equipment. PASSED AND ADOPTED this 14th day of April 1988. XAVIER L. SUA E , MAYOR ATTE MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVE TO FORM AND CORRECTNESS: !2 CIA A. DO HERTY CITY ATTORNEY -2- 08-3M r BID 87-88-053 8ID SECURITY LIGHT VEHICLES/AUTOMOBILES MARCH 2, 1988 traTATION WAGON. pal Sibs Ikecal%rjo 9 : 30 A.M. TTPE OF stcmu7Y �10tfE� ?MAL BLANCHARD MACHINERY BROKEN DOWN IN ITEMS PALMETTO KAWASAKI SUZUKI BROKEN DOWN IN ITEMS MIA HONDA LINE 11 it TALGER TRAILER INC " " It DODGE COUNTRY INC. if HARLEY DAVIDSON OF MIAMI,INC. " to SHELLEY TRACTOR & EQUIPMENT CO " " It HARLEY DAVIDSON OF FT. LAUDERD LE HONDA KAWASAKI WEST iOLLY1.1OOD CHRYSLER PLYMOUTH LAINBOW DODGE " ►NTHONY ABRAHAM TES KASONIC FLEET (AROONE CHEV. INC. "" RECEIVED on bet4alf Off PURCHASING DIV,/PUBLIC WORKS F r �'�' envelopes. SIGNED: 1� r. k i ')� • DATE: 3 119(v11e/ clock$ Nilo1 ILA Pop mccouMTING DIVISION A L "E L ADVERTISEMENT :'►1r'ILP.40. 87-88-053 Sealed bids will be received by the City Mana Clerk R the City of Miami, Florida not later. tha 900 A.M. March , §d 19> for furnishing approximately 444 Light Ve c es - ;Mc u 9 Automobiles, Station Wagon, Passenger Vans, Pick -Up Truck and Police outfitted Motorcycles and Cars - on a contract basis, to the Department of General Services Administration for use by Various City Departments. Ordinance No. 10062 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 Vendors who are interested in submitting bids and who are not registered with the City as minority vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-6380. 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. 5104) Cesar H. Odio City Manager f •8-32C DEPT'DIV. ACCOUNT CODE DATE ------ PREPARED BY _ n inp REQUISITION FOR ADVERTISEMENT PHONE APPROVED BY: Publish the attached advertisement inumbet 01 times) Type of advertisement. legal classified display (Check One) Size Starting date First four words of advertisement: Remarks: This number must appear in the advertisement DIRECTOR OF ISSUING DEPARTMENT times DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 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 125n34 39 42 145 50 51 56 57 62 63 65 66 71 0 1 2 4 t V P71 2 0 2 FT 2 8 7 1 21314 7 8 V P 12 13114115 DESCRIPTION 36 64 DISCOUNT6 72 AMOUNT 80 5 21010121011 Approved for Payment White — Purchasing Yellow - Finance Pink — Department t 3 -1 tnS-32C J 1 94 04 CITY OR MIAMI. FLORIDA INTER41rRICE MEMORANDUM To The Honorable Mayor and Members oaE MAR 3 1 �g� RILE of the city commission SUOJECT Resolution Authorizing Award of Bid #87-88-054 Purchase of Police FROM Cesar H. Odio Vehicle Equipment City Manager REFERENCES ENCLOSURES RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution awarding contracts for purchase of Police vehicle equipment to Lawmen.& Shooters Supply, Inc., and Public Safety Devices, Inc., as the lowest complete responsive bidders in accord with Bid No. 87-88-054; and approve the Chief Procurement Officer's decision to reject a protest received in connection with said project. Total cost of these purchases is estimated to be $59,946.55, which funds shall be available from the 1987-88 Fleet Management Division, General Services Administration Department Operating Budget, in the amount of $57,007.07 and the Senior Citizen Specialized Policing Program Grant, from the State of Florida, in the amount of $2,939.48. BACKGROUND: The General Services Administration Department has analyzed bids received pursuant to bid #87-86-054, to furnish Police Vehicle Equipment. Below are listed the awards recommended to be made. Vendor 1Y Description/Cost Lawmen 6 Shooters 65 Supply A non -minority vendor Public Safety 86 Devices, Inc. A non -minority vendor Budgeted Amount: $59,946.55 Police Automotive Partitions Unit Cost - $154.87 Cost for 65 - $10,066.55 Police Patrol Light Bar Unit Cost - $580.00 Cost for 86 - $49,880.00 13 "•8_32C aid No. 87-88-04 page Z source of 1967-68 Fleet Management Division, General Services Administration Department Operating Budget, Account Number 420301-850 in the amount of $S7,007.07 and the Senior Citizen Specialized Policing Program Grant, Project Number 110034, Account Number 290907-840 in the amount of $2,939.48. tublic Hearings/Notices: N/A Assegpab_ le Project: N/A Attachment: Proposed Resolution Tabulation of Bids z 47S'-3ZO