Loading...
HomeMy WebLinkAboutR-87-0329J-87-326 3/26/87 8 -329� RESOLUTION NO. A RESOLUTION ACCEPTING THE BIDS OF LAWMEN'S & SHOOTERS SUPPLY CO. AT A PROPOSED COST OF $17,761.34 AND PUBLIC SAFETY DEVICES AT A PROPOSED COST OF $63,349.55 FOR FURNISHING ' POLICE AUTO EQUIPMENT CONSISTING OF PARTITIONS, AND LIGHTBAR-SIREN PACKAGE FOR THE GENERAL SERVICES ADMINISTRATION DEPARTMENT AT A TOTAL PROPOSED COST OF ' $82,862.39; ALLOCATING FUNDS THEREFOR FROM THE PROCEEDS FROM THE CERTIFICATES OF PARTICIPATION NOTES WHICH SHALL BE APPROPRIATED TO THE 1986-87 HEAVY EQUIPMENT MAINTENANCE DIVISION OF GENERAL SERVICES ADMINISTRATION DEPARTMENT OPERATING BUDGET; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS EQUIPMENT SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received February 2, 1987 for the furnishing of police auto equipment consisting of partitions and light bar -siren package for the General Services Administration Department; and WHEREAS, invitations were mailed to thirty four (34) potential suppliers and ten (10) bids were received; and WHEREAS, funds for this purchase will be available from the proceeds of the certificates of participation notes which shall be appropriated to the 1986-87 Heavy Equipment Maintenance Division of General Services Administration Department Operating Budget; and WHEREAS, this equipment will be used by General Services Administration Department to equip new police pursuit vehicles with the proper equipment; and WHEREAS, the City Manager and the Director of the General Services Administration Department recommend that the bids received from Lawmen's & Shooters Supply Co. and Public Safety Devices be 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 February 2, 1987 bids of Lawmen's & Shooters Supply Co. at a proposed cost $17,761.34 and Public Safety Devices at a proposed cost of $63,349.55 for furnishing police auto equipment consisting of partitions, light bars and siren package for the Department of General Services Administration at a total proposed cost of $82,862.39 is hereby accepted with funds therefor hereby allocated from the proceeds of the certificates of participation notes which shall be appropriated to the 1986-87 Heavy Equipment Maintenance Division of General Services Administration Department Operating Budget. Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this equipment. 1/ PASSED AND ADOPTED this 9th day of April , 1987. ATTEST: At25::��= MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: XAVIER L. SUAR1tW, MAYOR BUDGETARY REVIEW & APPROVED BY: MANOHAR SUP , DIRECTOR FINANCE REVIEW & APPROVED BY: (101A RO ERT F. CLARK CAMOV GARCIA, DIRECTOR CHIEF DEPUTY CITY ATTORNEY TO FORM AND CORRECTNESS: "W%I &AM.9i. wwwwl CITY ATTORNEY 1/ Subject to the availability of funds. 3' CITY OF MIAMI. FLORIDA 0 INTER -OFFICE MEMORANDUM TO; The Honorable Mayor and Members of the City Commission FROM: l Cesar H. Odio City Manager RECOMMENDATION: DATE: ,, r R 31987 F,LEi sunar_T: Resolution Authorizing Award of Bid #86-87-042 Purchase of Police 11EFERENC Auto Equipment ENCLOsuREC It is respectfully recommended that the City Commission adopt the attached resolution awarding contracts for purchase of police auto equipment to Lawmen's & Shooters Supply Company and Public Safety Devices as the lowest complete responsive bidders in accord with Bid No. 86-87-042. Total cost of these purchases funds shall be available from Participation Notes and which Management Division operating Administration Department. BACKGROUND: is estimated to be $81,110.89, which the proceeds of the Certificates of shall be appropriated to the Fleet budget of the General Services The General Services Administration Department has analyzed bids received pursuant to bid #86-87-042, to furnish police auto equipment. Awards are recommended to be made as listed below. Vendor Qty. Description/Cost Item I awmen's & Shooters 113 Supply Company A non -minority vendor Item II u c Safety Devices 121 A non -minority vendor Setina 6S Lexan, Police Auto Partition. Cost $179761•34 Federal #IS1B Streethawk Light Bar and Siren Package with TS100, PA30OLM/MNCT. Cost $63,349.55 30-1 N� 1 r The Honorable Mayor and Members of the City Commission -2- The equipment being ordered under this award is for use in the Police Department's Patrol vehicles. Budgeted Amount: $81,110.89 Source of Funds: Proceeds from the Certificates of Participation Notes which sha 1 be appropriated to the 1986-87 Heavy Equipment Maintenance Division of the General Services Administration Department Operating Budget. Public Hearings/Notices: N/A Assessable Project: N/A Attachment: Proposed Resolution Tabulation of Bids . \4 ITEM: DEPARTMENT: AWARD OF BID Bid No. 86-87-042 Police Auto Equipment General Services Administration TYPE OF PURCHASE: Single Purchase REASON: To equip police pursuit vehicles POTENTIAL BIDDERS: 34 BIDS RECEIVED: 10 TABULATION: Attached FUNDS: Proceeds from the certificates of participation notes which shall be appropriated to the 1986-87 Heavy Equipment Maintenance Division of the General Services Administration Department Operating Budget. MINORITY/WOMEN PARTICIPATION: Invitations to bid were sent to four 4 Black, four 4) Hispanic and one (1) woman owned firms engaged in the Police Auto Equipment as located in the following sources. 1. Dade County Minority Register 2. Yellow pages telephone Directory 3. Vendors Application on file in Procurement Management 4. Previous bids on file in Procurement Management Minority response consisted of two (2) bids from Hispanic firms and one bid from a woman -owned firm. BID EVALUATION: Category All the bids meet the specifications. Following is an analysis of the Invi.r^i- -un to Bid: Number of Bid Invitations Mailed Prior Bidders B ac American 0 Hispanic American 1 Woman 1 Non -Minority 22 New Bidders Number of Responses 0 1 1 7 Black American 4 0 Hispanic American 3 1 Woman 0 0 Non -Minority 2 0 Courtesy Notifications 15 0 "No Bids" - 5 Late Bids - 0 Totals 48 15 Reasons for "No Bid" were as follows: 1. East Coast Fire Equipment, Inc. "Unable to meet thj specifications at this time." 2. Fairchild-Lowel Corp. "We do not handle these brands." 3. Smith & Wesson. "No Bid" 4. Baker Associates. "No Bid" S. Bargay Eximport, Inc. "We do not handle this equipment." Page 1 of 2 RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO LAWMEN'S & SHOOTERS SUPPLY CO. AT A PROPOSED COST OF $17,761.34 AND - PUBLIC SAFETY DEVICES AT A PROPOSED COST OF $63,349.55 FOR A TOTAL PROPOSED AMOUNT OF $82,862.39 i ,ChiefProcurement Officer Date The Minority & 'Women Business Administrator concurs with the above recommendation. Minority & Women Business Administrator LL Z-jG 1 )fF7 Date Page 2 of 2 ss_ y{ DEPARTMENT OF GENERAL SERVICES ADMINISTRATION FLEET MANAGEMENT DIVISION TABULATIONS OF BIDS RECEIVED ON FEB. 2, 1987 PURCHASE OF POLICE AUTO EQUIPMENT BID 086-87-042 ITEM # 1 POLICE AUTO PARTITIONS BIDDER, MAKE, MODEL DELIVERY UNIT PRICE Natl. Police Supply 60-90 days $259.80 5421 Old Dowd Rd. Terms:Net 30 Charlotte, N.C.28208 Warranty: Not shown Pro -Gard 03B3102 Public Safety Devices 320 N.E. 80 Terrace Miami, FL. 33138 Pro -Gard #3B3102 Metro Public Safety Distributors 8200 N.W. 103rd St. Hialeah Gardens, F1. 33016 Pro -Gard #383102 Lawmen's b Shooters Supply Company 1306 29th Street Vero Beach, F1 32960 $190.75 Terms:Net 30 Warranty: 90 days - 35-40 days 2 years if total award $254.90 Terms:Net 30 Warranty: as provided by manufacturer 45-60 days SETINA 6S LEXAN 60-90 days Setina 6S Plexiglas Margarde-Setina 6S Terms:Net 10 Warranty: one year EXCEPTIONS COMMENTS $157.18 LOWEST ACCEPTABLE $146.80 DOES NOT MEET SPEC $171.88 �W] 62 r DEPARTMENT OF GENERAL SERVICES ADMINISTRATION FLEET MANAGEMENT DIVISION TABULATIONS OF BIDS RECEIVED ON FEB. 2, 1987 PURCHASE OF POLICE AUTO EQUIPMENT BID 086-87-042 ITEM # 1 POLICE AUTO PARTITIONS BIDDER, MAKE, MODEL DELIVERY UNIT PRICE EXCEPTIONS Kennedy b Kennedy,Inc $235.00 1310 Gateway Rd. #210 Terms Net:30 Lake Park, F1. 33403 ARO Warranty: Pro -Gard #3B3102 30 45 days manufacturer Jones Equipment $158.68 5617 Dawson St. Terms Net:30 P.O. Box 4708 Warranty: Hollywood, F1. 5 years 33083-4708 Setina Model 6S 60-90 days EMI -Emergency Medical $243.50 International, Inc. Terms:Net 20 P.O. Box 420457 Warranty: Miami, Fla. 33142 Manufacturer Pro -Gard #3B3102 COMMENTS 4). DEPARTMENT OF GENERAL SERVICES ADMINISTRATION FLEET MANAGEMENT DIVISION TABULATIONS OF BIDS RECEIVED ON FEB. 2, 1987 PURCHASE OF POLICE AUTO EQUIPMENT BID i86-87-042 ITEM 02 BIDDER, MAKE, MODEL DELIVERY UNIT PRICE EXCEPTIONS COMMENTS LIGHT BAR/SIREN PACKAGE Natl. Police Supply 60-90 days 5421 Old Dowd Rd. Terms:Net 30 Charlotte, N.C.28208 Warranty: Not shown S & W 8884, #674135 Alley lights, 5-1000 Speaker.554000 microphone $706.00 Sanford Fire Apparatus Terms:Net 30 P.O. Boa 430 Warranty: East Syracuse, N.Y. one year 13057 S 6 W 8884 30-60 days $759.10 Public Safety Devices 320 N.E. 80 Terrace Terms:Net 30 Miami, FL. 33138 Warranty: 2 years Federal JATH, 35-40 days $719.75 PA30OLM/MNCT ALTERNATE Federal #SIB 35-40 days $523.55 LOWEST ACCEPTABLE Streethawk, TSI00, PA300LM/MNCT r V DEPARTMENT OF GENERAL SERVICES ADMINISTRATION FLEET MANAGEMENT DIVISION TABULATIONS OF BIDS RECEIVED ON FEB. 2, 1987 PURCHASE OF POLICE AUTO EQUIPMENT BID #86-87-042 ITEM #2 BIDDER, MAKE, MODEL DELIVERY UNIT PRICE LIGHT BAR/SIREN PACKAGE Metro Public Safety Distributors Terms:Net 30 8200 N.W. 103rd St. Warranty: Hialeah Gardens, F1. as provided 33016 by manufacturer Jetson1c JS1 with 45-60 days $738.00 Takedown&Alley lights Sayco #400 Siren & Southern VP speaker Lawmen's & Shooters Supply Company 1306 29th Street Vero Beach, F1 32960 S & W 8884 60-90 days Kennedy & Kennedy,Inc 1310 Gateway Rd. #230 Lake Park, F1. 33403 #6236 R.Public Safety Equip. St.Louis 30-45 days Terms:Net 10 Warranty: one year $559.37 Terms Net:30 ARO Warranty: manufacturer $745.00 EXCEPTIONS COMMENTS 10) DEPARTMENT OF GENERAL SERVICES ADMINISTRATION FLEET MANAGEMENT DIVISION TABULATIONS OF BIDS RECEIVED ON FEB. 2, 1987 PURCHASE OF POLICE AUTO EQUIPMENT BID #86-87-042 ITEM #2 BIDDER, MAKE, MODEL DELIVERY UNIT PRICE EXCEPTIONS COMMENTS LIGHT BAR/SIREN PACKAGE Jones Equipment 5617 Dawson St. Terms Net:30 P.O. Box 4708 Warranty: Hollywood, F1. 12 months 33083-4708 S 6 W 8884, with take down alleylights r85OSW 100watt siren /627SW100watt speaker #840BSW switch cntrl.60-90 days $576.84 Municipal Equipment Terms Net:10 P.O. Box 5057 Warranty: Orlando, Fla. 32855 manufacturer Federal JATH*012 w/PA30OLM, w.1 MNCT mike 30-40 days $752.00 Moran Equipment Corp. Terms Net:30 4801 Swift Rd. Warranty: Sarasota, Fla. 33581 2 years Federal JATH*012 100watt speaker,take down lights,alley lighta,PA20A siren " microphone 30 days $1,711.66 , • s DEPARTMENT OF GENERAL SERVICES ADMINISTRATION FLEET MANAGEMENT DIVISION TABULATIONS OF BIDS RECEIVED ON FEB. 2, 1987 PURCHASE OF POLICE AUTO EQUIPMENT BID 086-87-042 ITEM #2 BIDDER, MAKE, MODEL DELIVERY UNIT PRICE LIGHT BAR/SIREN PACKAGE EMI -Emergency Medical International, Inc. Terms:Net 20 P.O. Box 420457 Warranty: Miami, Fla. 33142 Manufacturer Federal JATH*012 w/PA300*012-LM &MNC 60 days $869.02 EXCEPTIONS COMMENTS 0