HomeMy WebLinkAboutmemo from policeCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Glenn Marcos
Chief Procurement Officer
Department of Purchasing
(Through Channe s)
i
Captain A rew A. Yera!/�
Property Unit
Police Department
DATE :
SLEJECT:
ENCLOSURE --
April 20, 2004
Bid No. 03-04-009:
Police Uniform Contract
FILE
The Department has reviewed the Tabulation of Bids and bid samples for the above
referenced contract and recommends that we split the bid awarding Group 1 to Martin
Lamar's Alternate bid and Groups 2 -- 9 to Harrison Uniforms based on:
1. Without any adjustments or disqualification to individual Groups, Harrison
Uniforms submitted the lowest overall bid saving the City $266,026.28 in the first
year of the contract and $728,654.53 over the life of the three-year contract (Table
1). However, when taking into account the split and disqualification of Group 7
for Martin Lamar's Alternate bid, the net annual savings increases to $372,377.98
or $1,117,134 for the life of the three-year contract (Table 2).
Table 1.
Year Martin 1 Martin 2 Harrison Savings 1 Savings 2
1 $ 1,907,528 $ 1,923,772 $ 1,641,502 $ 266,026 $ 282,270
2 $ 1,983,829 5 2,000,723 $ 1,739,992 $ 243,837 $ 260,731
3 $ 2,063,182 $ 2,080,752 $ 1,844,392 $ 218,791 $ 236,361
Sum: $ 5,954,540 $ 6,005,248 $ 5,225,885 S 728,655 $ 779,362
Table 2.
Groups
1
2
3
4
5
6
7
8
9
n2
Harrison Best Ontlons Net Savinss
$ 226,825
$ 335,429
$ 339,228
Martin 2
$ 3,799
$ 373,836
$ 373,027
$ 343,169
Harrison
$ 29,858
$ 20,603
$ 20,603
$ 19,351
Harrison
$ 1,252
$ 716,620
$ 718,620
$ 501,260
Harrison
$ 217,360
$ 152,537
$ 152,537
$ 108,608
Harrison
$ 43,929
$ 22,056
$ 22,056
$ 17,939
Harrison
$ 4,116
$ 210,701
$ 128,192
$ 148,063
Harrison
$ 62,639
$ 5,537
$ 148,760
$ 139,719
$ 134,181
Harrison
$ 33,590
$ 33,590
$ 29,702
s Harrison
$ 3,888
Sum: $
1,905,528
$ 1,923,772
S 1,641,502
MI & H Group 1 disqualified
M2 Group 7 disqualified
$ 372,378 Net Savings Per Year
$ 1,117,134 Net Contract Savings
Glenn Marcos
Bid No. 03-04-009: Police Uniform Contract
Page 2
2. Martin Lamar bids did not meet the specification as listed below:
Group 1— Primary bid (midnight blue color only)
o Item #5 — Skirt color did not match the uniform shirts or pants as required.
o Item #6, 7, 8, 9 has a military crease on the pockets, but not on items 15 or
16. Military crease was not specified and all garments had to be
configured identically.
o Fabric samples for items 15 & 16 does not match in color or fabric texture
o Items 1 — 9 did not match in color with items 10 16
o Item #16, female shirt has a double stitching along the sides of the shirt.
The bid required single stitching.
o Item #8, there is too much puckering in the stitching and excess stitching
overruns
Group 7 — Alternate bid
o Submitted for items 88 —111 are not approved substitutes
3. Harrison's bid did not meet the specification as listed below:
Group 1— (midnight blue color only)
o Item #9 — The color of the men's 100% polyester shirt did not match the
submitted fabric sample nor did it match the item 1, the corresponding
100% polyester pant as required in the specifications. Additionally, the
cloth of the fabric samples and the submitted sample shirt and pant (item
#1) appear to be different in texture or weave.
4. The award of Group 1 to Martin Lamar must be conditioned upon the submission
of fabric samples for Group 1 as required in the specifications, the submission of
a completed garment with the specified modifications and requires the use of the
exact same shoulder patch, name tape and chevrons as utilized by Harrison for
Groups 2 — 9 otherwise, production garments will be rejected. The City should
suggest to Martin Lamar that they utilize the same patch vendor as Harrison to
insure that the design, color and manufacturer of the patches are identical in every
respect.
AAV/aav