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