HomeMy WebLinkAboutR-82-1098i
J-82-151
4 1
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF JULES
BROTHERS UNIFORMS, INC. FOR FURNISHING
UNIFORMS ON A CONTRACT BASIS FOR ONE YEAR
TO THE DEPARTMENT OF POLICE; AT A TOTAL
ESTIMATED COST OF $337,324.55; ALLOCATING
FUNDS THEREFOR FROM THE 1982-1983 OPERATING
BUDGET OF THAT DEPARTMENT; AUTHORIZING THE
CITY 14ANAGER AND THE PURCHASING AGENT TO
ISSUE PURCHASE ORDERS FOR THESE MATERIALS.
WHEREAS, pursuant to public notice, sealed bids were
received September 21, 1982 for the furnishing of Uniforms on a
contract basis for one year to the Department of Police; and
and;
WHEREAS, invitations were mailed to 13 potential suppliers;
WHEREAS, funds for this purchase are available in the
1982-1933 Operating Budget; and
WHEREAS, these materials will be used by the Department
of Police for the purpose of providing new and replacement uniforms
as required; and
WHEREAS, the City 'Tanager and the Department of Police
recommend that the bid received from Jules Brothers Uniforms, Inc.
be accepted as the most advantageous bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COTff'TISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The September 21, 1982 bid of Jules Brothers
Uniforms, Inc, for furnishing Uniforms on a contract Basis for one
C17Y COMMISSION
MEETING OF.
DEC 9 1982
ior'p1-3A. IC
49
1W
year to the Department of Police at a total estimated cost of
$337,324.55 is hereby accepted with funds therefor hereby allocated
from the 1982-1983 Operating Budget of that department.
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Agent to issue the Purchase Orders for
these materials.
PASSED AND ADOPTED this 9 day of DECEMBER 1982.
MAURICE A. FERRE
M A Y 0 R
ATTEST:
City Clerk
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS:
1 AWO4 -Ie4�
A ;?,
ROBERT F. CLARK OSE R. GARCIA-PEDROSA
DEPUTY CITY ATTORNEY CITY ATTORNEY
8 0 Us8
Mr. Howard V. Garq
City Manager
FROM / : L, `Mullins v a
Purchasing Agent
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
s
«,E November 15, 1982
E� Recommendation for Resolution
and Award of Bid: No. 81-82-130,
Police Uniform Contract
REFERENCES
ENCLCSL.RES Award of Bid, Resolution and
Bid Tabulation
It is recommended that the award be made
and a resolution be passed accepting the
most advantageous bid as received from
Jules Brothers Uniforms Inc. for furnishing
olice Uni orms on a contract basis for one
year at a total estimated cost of $337,324.55.
Pursuant to public notice, sealed bids were received September 21,
1982 for furnishing Uniforms on a contract basis for one year to
the Department of Police.
Invitations were mailed to 13 potential suppliers and 5 bids were
received as per the attached tabulation. Five (5) "No Bids" were
also received.
This is a regular purchase on a contract basis for one year, for
new and replacement uniforms to be worn by officers and staff of
the Department of Police.
Funds for this purchase are available in the 1982-1983 Operating
Budget.
The Department of Police concurs with this recommendation.
8'A:-1'33's
10
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
FUNDS:
RTT) RVAT.TTATTON
Category
Prior Bidders
AWARD OF BID
Bid No. 81-82-130
Officer and Staff Uniforms
Police
Contract for one year.
To provide new and replacement uniforms as
required.
13
5
Attached.
1982-1983 Operating Budget
The low bid of Lou's Tailoring and Uniform Co.,
Inc. is unacceptable because: 1) Their
facilities are inadequate to handle the large
volume of uniform fittings and deliveries. This
bidder is in the process of expanding its
facilities and staff and hopes to be capable of
servicing a contract of this volume next year.
2) They failed to furnish all samples with
their bid, as required. Bidder stated that he
is a new purchaser of these uniforms from the
manufacturer and that the manufacturer could not
provide him with samples at this time.
As indicated on the bid tabulation, a savings
ofapproximately $29,870.20 could be realized
by splitting the bid, when compared to the total
cost of the recommended award. However, because
of the large number of officers and staff to be
measured and serviced, it would not be practical
to require them to go to more than one location
to obtain their uniform.
Following is an analysis of the invitation to bid:
Number of Bid Number of
Invitations Mailed Responses
7 3
New Bidders 6 2
Minority Bidders
Courtesy Notifications
"No Bids"
10
Page 1 of 2
Qi r , 10 98
4 4)
Reasons for "No Bid" were as follows:
1. "Jules Bros. will bid Horace Small products".
2. "The special Uniforms that you are requesting a bid on are
not manufactured by this company".
3. "Unable to bid at this time".
4. "At present, Janesville Apparel/Lion Uniform will not be
able to bid on the items you have requested..."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE
TO JULES BROTHERS UNIFORMS, INC. IN THE
ESTIMATED AMOUNT OF $337,324.55.
The Department of Police concurs.
Purchasing Agent
Date
Page 2 of 2
�M y
ri,-y
( fK •L I c• h )-
TAeULAT1Qt OF JBI05 FOR �
• "t�-•r_tCE 'lll�l•i��'r�t�� �Si-�r--�r>>Pt-r} ���f C'ltCE-
Gvv C- cav Crew
Aece..ed `t the 94".C.ry of V.wn., Pow. do of 16 Ci �1. "icY►,Urr' ) ( �j
` I 1xc1 i .
L.cencee 3 1..s.r•• » Per C•r1 Ord. " f ,
��
(U N
I R
RUN1
d d Fiend Amu.-"
1
1•��.Ir.r.p
—
Item
Me.
OES_atP:.QN
r
u.nt
Or.e•
T•r•i
Teel
?••:•
O.. •
I Tere! {rn.� Tord
� e•e• '
�;n.r
P..ce
Terei
U.••r T:. 1
P..c•
tit I 1, , . ��,, =.'?'
,
0 5
CY �. c
^
5 (d_r:.'. C'
1s '
,, C' ' •G:'
/ 6l
h G
e t ' k y1 o 5
-Nr
1 33. q0
I SaC.`,c v
Y'. ` e
�, `.
32 .:R
,.a,
-c0
(J
f 0, U ;LM
C E5C,G
C 5(.',
q,�,�S.C,
I r
/u41�.
C '
c; LI C
ItIre
La,lroh
11 131 JOI
11 S__C.C1
{�L`'1 . IuK,
-'
^��
'' S5C. cc,
1 u"
1 J � iC• Ct
c ` A
-1ACKE ''r�
l C ,
; sw CC
di) qt
., '��� rr
�r
1 CCU_ cr
,.
9
("Al �cr e �� �rrn ��t.
5�
13 bC
11 � �
3• C
1 'y.5C
/,, •:,�
it C z..��
I
, C
/� iti,[L
� r Lint �r .,
10
CAP( t. u"; r-rn t1�,�.�Ie
I��C►
C`
C:S6 cY
13 r `
5'.0
_ SE � LLC - _ C c •
3.
FG(;�
�.�c
cr; ,,
j''
; lx . CC
-loin 13
ou
` IC.
3
�y
4�`,
/ G
to
617ci
—
1
o,
l
,, o -Ahti 4 "Iti. klo
c
c1s,
' ,
i'
- -
:'
hY-) CL'
--
---
STrjvvlu
I In tm r I i�Iv. _x, rn
Ai
,
aZ Ic
.Cti
��
% ri
n1 Iti'4 , note
5
�1 ?'7
2 < �i+!.(`C
5
'�i.,�`
` c/�
/r, /:7�,.?,:
,� F
��,L � --
UL 1 1r itjt SLc, } q, C' � ,�k
S
�^C U(+
1 �[ p
•;t
5 -
Tel 5c
��
/ r
—
- -
LC4/ ri'Aet�� 'l r.
1 1�.uC
y� CC
a �z
.a
' Cc.'
15G 1'.—
c
sC` 1
.Q
V-00
/3. `:('l
/ b >(
l('
S. C(
L%' ''
1 .Ji.,�_ C
'f 'v• " 4 c-towi he
_
U C'AT Cftivvjcz, ' i ', (Act
►
`Cr'
. wo
-C�
11567U.CL`
��(�-�
;` CY',
.CC`
11 sir. C(
3CC.0
i '�
It= i5
'" . 'C. CL
V
-iX.C�
i i L
-
--
— -_-_
, L-- -
D _
A*4
IIIIII1111111■111111111111111
TA ULAT N OF BIDS FOR
14 1t+ltCF
Gtr reweg«, Coy Clew% A. M.
Rece—ed h tM Suriv. C.ty of M.an•, fte.•de et IU tit okmq.
l.censes S tws„ree ss Per Gty Cade i meets Ord. i ��
S d 8ewd Atwe.. «
f3
1 'R FA I
r
1
i •ItC'�I er.f. ee
�. _
Item
~O
DES_*IPT. N
0
f
Uwtt
Or.ce
Tres
Unit
?r._e Teter
Un.♦
Pr: e
(;w.t
' Tetet e..CG t Terd
�;w.t
Pace
Total
(Jn.•
P..ce
e t ' c�1 'jc�
O 5
�5• v
CJ
CY t. C t
I S�c�,cv
4q).59
^
`C
CYO
S �+
�'1!'.��
C E5c'C.
h •/
�2.y�
C 5l''
rI C' (d,
,, ,
41�.ScJ
/ 6C'
.�
C
E�� [ ✓ -��
3�
5'
3. CL�
.C`L'
3 C JC C .
, ,�.
5
Ce (14, wh
55�
It. 131)0
Q
11 55'.0
-1ACKE ' ° Ir >
>
l C
: Sul cc
•%L
r
COrr13.
unr t, t it
C
,, s
�5
CAT
..
cc
S
P 11ti,cc
.-
1,,
IL
t u�, rrn c��,ti,�le
I��C+
. i�
6-sGLY
13��.`
5.0
/� 5
/•5',��,c�
I ' ,
'
AT' <' c f
,
I CIS
, ,S +
o,
c 3C•t1C
_
• �C
LOW
AL
(foci .art t�
1 .tic'. hetrt
' , lS
a S.CC`
?1T(_',
?C
; �5 1. �;. ��_
;
, , _L
;�
', C`
tm�
rr
?,cll
'�
'Pk'
�.t"t
3� ��
/' CC
EIII-i
0,+1 l
rr �luc 5�WI1 e• C' �i• tnk
S
�^.L
1'�C C
.,,
- c
1��"
t `�c'c�.'' 't kt t-,1
, I
I,�.4C
4�1 CC.
c�
. [�
' Lt,'
15C C'L—
i`
��
={ S rr�' �c• �c.. ((
J c •;rir,tl (r,� tint Y h -
1��IX'% r: 't'�` �. t't
t*I
90
'(�
I ''r`�.(
i7({Z'�.
C(�
�((,[
Lea 1j
S.A��^.c
'� �['S�1�'
t1'
i Cl '
'"X.�C
i'� �CC.Ci
-
— -
--
-- —
---
WAQ4
10
IIIIIIIIIIIIIIIIIIIIIII III I1111
tAlJ1_ATIt7[1_OF BIOS FOR,
T��
c�r�LtCC_
C.
c.ti
a.
,
f'oe•ta ar
x .
rM Gw
�•
.
C," of M.sn•,
RLC
�
r C�1' �, IIMif
,I
_.
t'.
L•c.nc« i 1w.•.ry ss ;P- C.ry Gtc i M.•ra 0.4.
,
►Ci r dj, 'r= Y0.
r t .
15 /lr
!, 1'd .
e
/io„'i V •J, ., 'ri'S!
War
...e
U^`i 1 T.ist i
U-9
Total i e-
Terd
„tea
P,.co
torol U�.
Or,u
N.wf
OES �aiP'•4N
T
Or.c•
T.ii
P..c•
'fir'=•
c.
No.
Gi
143.tt'
IS Cr
41
r,'7 sc
14
�51cojc C_ I—j
3
S
r�5
CC,
'151 CC
_
G•tU
C
Ail jok,
'c
�'
2
i.
o- Tlogid
i
`
r <
S
c
� 3
r
?rt-s y�< <:���,
►�
33•
53�.ty
OC' C!!r
�. ry
11C
/ �,1C , sC
y� tR
CS?, :� 75
! 3,'S:.19,
`
.7)1
5
( n /�� �V ! �'s
n / 5 CC'
ec -: 3
^ ,:�( rc'
y
�l Sic
• ( ,a' r e .d, .stiff [1,
.•��
'
SU
I . G 1
SI • LK
(L (1 k
! ry
-
XC C't
--'—
<} C hl
t QY:
(
l►{`.
rC'
gU� .cCt
-
' t'
OW MIS
41
3C)
- n 1l l 7 G da
14 ;
PaiD SECuR.ITY
#Tgu Police Uniforms on a contract bases for one vr. VAT 910% HCEIVEDSeptember 21, 1.982
81-82-130
TTPE OF SECUR17T
E 100ER
70TAL
IW OUN T
Lamar Uniforms
w144 N. W. 7th Avenue
Miami, Florida 33137-0536
$356.942.80
Public Safety Devices, Tnc.
322 N. E. 80 Terrace
Miami, Florida 33138
$363.135.25
Jules Bros. Uniforms, Tnc.
8340 Biscayne Blvd.
Miami, Florida 33138
$337,324.75
"ARC" Distributing, Inc.
3359 N. W. 107th Street
11ami, Florida 33167
$34.400.00
Lou's Tailoring & Uniform Co,lnc.
30 N. I:. 17th Street
Miami, Florida 33132
$312,410,75
N0 BTD:
Fred B. Schmidt
Garment Corp. of America
The Fechheimer Bros. Co.
Angelica Uniform Group
Pop ACCOUNTINC INVISION
WY OF MIAMI, FLORIDA
REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT
ADVERTISEMENT FOR BIDS REQUIREMENTS FOR —MONTHS
T
ESTIMAT ED COST: A P V, R 0%/ E. 11 b'r
CONTRACTUAL:
_-
INCIDENTAL: "-)-'qE-CTOP OF ISSUING DEPARTMENT
TOTAL $
SOURCE OF FUNDS:_
I tj b( fillvd in by
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INvOLVEL,
EXPENDITURE CONTROLLER
PROJECT CODE AD CODE,
COPIES TO: Puirchasixg (Org.) City Manager — City (Jerk —!-x1wriditure 0j?jtn)j Issuing Departmod — Otber Allected Department
FORM NO 1043 REV 74 WHITE GREEN PINT C A N A R'v BLUE GOLDENROD
L I
K