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