Loading...
HomeMy WebLinkAboutR-84-0263J-84-172 RESOLUTION NO. 8,1— ,(j3 A RESOLUTIONI ACCEPTING THE BID OF LOU'S TAILORING AND UNIFORM COMPANY, INC. FOR FURNISHING UNIFORM CLOTHING ON A CONTRACT BASIS FOR TWO (2) YEARS, RENEWABLE ANNUALLY,TO THE DEPARTMENT OF POLICE AT PROPOSED FIRST AND SECOND YEAR COSTS OF $454,376.00 AND $482,622.00 RESPECTIVELY, AT A TOTAL PROPOSED COST OF $936,998.00; ALLOCATING FUNDS THEREFOR FROM THE 1983-84 OPERATING BUDGET OF THAT DEPARTMENT; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE PURCHASING AGENT TO ISSUE PURCHASE ORDERS FOR THESE MATERIALS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were ' received January 4, 1984 for the furnishing of Complete Uniform Requirements on a Contract Basis for two (2) years, renewable annu- ally, to the Department of Police; and WHEREAS, invitations were mailed to 55 potential suppliers and 5 bids were received; and WHEREAS, funds for this purchase are available in the 1983-84 Operating Budget; and WHEREAS, these materials will be used by the Department of Police for the purpose of providing regular replacement of worn uniforms and new garments for new personnel; and WHEREAS, the City Manager and the Director of the Depart- ment of Police recommend that the bid received from Lou's Tailoring and Uniform Company, Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The January 4, 1984 bid of Lou's Tailoring and Uniform Company, Inc. at proposed first and second year costs of $454,376.00 and $482,622.00,respectively,for furnishing Uniform Clothing on a contract basis for two (2) years, renewable annually, " to the Department of Police at a total proposed cost of $936,998.00 is hereby accepted with funds therefor hereby allocated from the 1983-84 Operating Budget of that Department. CITY COMMIS IS O MEETING OF MAR 8 1984 L RESOluuuii nu, S•� REMARKS. Section 2. That the City Manager is hereby authorized to instruct the Purchasing Agent to issue Purchase Orders for these materials, subject to the availability of funds. PASSED AND ADOPTED this 8th day of March, 1984. Maurice A. Ferre MAURICE A. FERRE r M A Y O R F�RaALH' ATTE G. ONGIE, CITY CI&KkK PREPARED AND APPRCN7rD BY: ROBERT F. CLARK DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 4X410 "" _4 FT E R. GARCIA-PEDROSA Y ATTORNEY r - f 84-263 -70 Uniforms - Dept. Police KjM-- . oiMfii:�O� Mt��1�0 - January 4. .1984 3:00 P.M. 83-84-19 "TIC OF stawl? • Jules Bros. Uniforms, Inc. 8340 Biscayne Blvd. s ' shier Ca Check Ca Miami, F1 33138 Broken down by items $5,000 1ier 19467 Public Safety Devices,Inc. Cashier's Check 322 N. E. 80th Terrace TE 594240 , Miami, Fl 33138 Broken down by items $5,000 Champion Products, Inc. P. 0. Box 87 Perry, New fork 14530 Broken down by items NONE: Lou's Tailoring & Uniform Co.Inc 30 N.E. 17th Street Cashier's Check Miami, Fl 33132 Broken down by items $5,000 No. 880060 Julie Hat Co. P. 0. Box 186 Patterson, GA 31557 Broken down by items NONE MO RTT)- Angelica Uniform Group Howard Uniform Co. Metro Public Safety Distributors Inc. Max Schertzer & Assoc., Inc. Miami Silk Screen Industries Inc Sears Tamiami Distributors,Inc. Some's Uniforms, Inc. Caleb V. Smith & Son, Inc. Lion Uniform Lamar Uniforms Robins Uniforms 4116101ra 04 101P1,61. Wi(V �Gl # �1.'3�i'/1 l/6ir j �� C?.y� �'GG�-• Mau"" ("Isaw 4 CITY OF MIAM1. FLORIDA INTER -OFFICE MEMORANDUM TO Howard V. Gary DATE. FEB 2 1984 FILE: FIN 7 City Manager SUBJECT: Recommendation for Resolution do Award of Bid No. #83-84-19 r- Police Uniforms v FROM• Herbert Breslow REFERENCES: Chief of Police ENCLOSURES: It is recommended that the award be made and a Resolution be passed accepting the most advantageous bid as received from Lou's Tailoring and Uniform Company Inc. for the Department of Police for a first year amount of $ 454,376 and a second year option in the amount of $ 482,622 for a total cost not to exceed $ 936t998 Pursuant to public notice, sealed bids were received on December 7, 1983, for furnishing Uniforms for the Department of Police. This is a regular purchase of uniforms for the Department of Police. Funds are available from the Fiscal year 1983-84 General Fund budget. HB:ls 84-263. I lJ ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: TABULATION: FUNDS: BID EVALUATION: Category Prior Bidders Black American Hispanic American Non -Minority New Bidders Black American Hispanic American Non -Minority Courtesy Notifications "No Bids" Late Bids AWARD OF BID Bid No. 83-84-19 Police Uniforms Police Contract for two (2) years Regular Replacement of Worn Uniforms 55 5 Attached 1983-84 Operating Budget The bids of Champion Products, Inc. and Julie Hat Company were determined non- responsive due to bidders' failure to include Bid Security as required. Lou's Tailoring and Uniform Company was the low bidder on 52 of 66 items, and his total bid for all items was low overall. Public Safety Devices submitted low bids for items 40 (Riding Boots) and 41 (Leather Jacket) for Mounted and Motorcycle units. Award of these items to Public Safety is not recommended due to failure to meet boot spec- ifications for laces and toe style (boot offered had pointed rather than rounded toe) and due to failure to submit a jacket sample for evaluation as required. For another 13 items (for various accessories such as scarves, ties, belts and emblems) low bids were submitted by either Jules Brothers Uniforms, Inc.or Public Safety Devices. However, the total savings afforded, $2,172,50 (first year) is less than 1% (0.47%) of the proposed award and does not justify the added administrative expense and travel time incurred for a split award. All other bids meet the specifications. Follow- ing is an analysis of the invitation to bid: Number of Bid Invitations Mailed Totals 1 0 15 4 4 31 6 61 Number of Responses 0 0 4 0 0 1 -0- 16 21 Page 1 of 2 84-265 I r MINORITY PARTICIPATION: Bid invitations were sent to five (5) Black and four (4) Hispanic firms, that have registered with the City as being engaged in the businesses of Uniforms, Police Supplies, and/or Protective Clothing. Two (2) "no bid" were received from Hispanic businesses. Reasons for "No Bid" were as follows: 1. "Cannot meet dressing room requirement." 2. "We do not have these items." 3. "We cannot comply with special conditions." 4. "We are unable to quote at this time." 5. "Merchandise is not available at this time." 6. "Unable to quote at this time." 7. "Prior commitments require our complete staff to fulfill current obligations." 8. "Cannot supply clothing." (Hispanic firm) 9. "No room in production at this time." 10. "Unable to bid at this time." 11. "We will not be able to bid on the items you've requested." 12. "We are not set up handle contract as specified." (Hispanic firm). 13. "Not of our manufacture." 14. "We have insufficient history in order to properly bid this contract." 15. "We do not carry uniforms in our current assortment plan and have no facilities for alterations." 16. "We cannot supply garments to meet your specifications." RECOMM::NDATI ON : IT IS RECOMMENDED THAT THE AWARD BE MADE TO LOU'S TAILORING AND UNIFORM COMPANY, INC. !N THE PROPOSED FIRST YEAR AMOUNT OF $454,376.00, IN THE PROPOSED AMOUNT OF $482,622,00 FOR THE SECOND YEAR, FOR A TOTAL PROPOSED AMOUNT OF $936,998.00. Purchasing Agent Date The above award meets the requirements of the Department of Police, and approval is recommended. Director Date Page 2 of 2 84*--263 TABV#�/�►TiQN OF OS FOR MI C 2 0r rtt CFI � of 0 3 ca' �f raw:. ra..a .t 3�: ` �. � ci �..4 ti .�. U1stC i�iCE tw. Of3CniVTt0N UtUtr �rzaGP" Lve t,'a,c,ctu esee 9.35' VIL "t IA(1%(-i - iC 141 S• �c+rr t{ctc.N' ;? t!.t , ►' c--+I1 �n� r•'c't l.+rJc`t=- 14 ��' I3 �..5..- t.TA CAVT. I.�J` ( Lt Ci\v tatE{� r 3 „ / ��r. C 3. n o Ila 3 3. U 5 n u l Ems` 31 b 3 { C C n �U . �jri� tc vrZ � i r c��' • U ILI Sr 3 ECt Sw' • " 8ua� CIS SU SS c n rr a \ taI fC a '5D S .✓' ti N 4 H C m a L ' // b 5 2-1 Q Of) 31 5n - TABULATION OF BIDS FOR �01cp _22L,CF 0)�V;nvjk-k c�fsr� ,-,/moo Y cam- -D�,�y-,Tm- cy' GOT mo Gti as& N e3. R�e.•ai ti +�+ ��. - t~ �.�wP4,uC ro �S uc, I iCeS jAc . Owe DESCRIPTION V� i i Pt"� Icc VU tf `i'IZfC � • � L)A-�tt 63 3. gS 4T 3- cA -3 r , _ I gr 41 to ._Inc it It A. z lO (o n u - a- Is, OtJ U T3 l D n U 1 1- / !C 1 1� 70 I TAElVLATIO OF BIOS FOR t"Z rat"', oc tart v.r, Gti ww.�.q cowcobof r; w:. f y.. A at _ -� OU P. tl. R.ea•d fr.�+ .. _-4-. I'"= OESCNP'Fton 4". +1 Let J W0Ti I cC- fllk6c l oJ- 10 �,1Er aF f �r��' • Lac tr •f A a_ I