Loading...
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