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