HomeMy WebLinkAboutLetterh�K
Martin's Lamar Uniforms
Attn: Mr. Ron Klepner
2150 NW 21 Street
Miami, FL 33142
Litg 41liamY
SENT VIA FAX
February 14, 2006
10E ARRIOI-A
Cfly Manager
Subject; Bid No. 03-04-009 - Uniforms and Accessories for Police
Dear Mr. Klepner:
We are in receipt of your letter dated January 31, 2006, and in an effort to further investigate the issues of concern, the
Purchasing Department conducted a visual inspection and comparison between the newly received pants and shirts and the
pants and shirts submitted as control samples. The following was our Department's findings:
Color Matching Visual inspection revealed the color of the shirts and pants do not match those of the control samples. You
mentioned in your., letter that test results were attached; however, there was no attachment with your letter. Nevertheless, these
test results would not be acceptable to the City, because we cannot verify these test were conducted comparing the controlled
sample with what is now being received by the Miami Police Department. Furthermore, comparing the sample shirt you
submitted- upon the City changing from your alternate bid to your base bid- to the shirt picked up on January 11, 2006, it is
obvious to the human eye that the colors are not a match. This prompted the City to inform you about this problem and other
areas of non-compliance outlined below in the letter dated January 27, 2006.
Collar Stay — Visual inspection revealed that they were not sewn to specifications or to match that of the sample; therefore, not
acceptable.
Pocket Flaps — Visual inspection and measurements taken revealed the flaps of the newly received shirts were 5-9/16" in width
and 2 V2." in length; in comparison to the sample shirt flup which measures 5-15/16" in width and 2-15/16 in length. This 6.7%
and 17.2% difference, respectively, is not within acceptable tolerances.
Although Martin's Lamar Uniforms may feel these are acceptable deviations to the specifications and tolerances, the City is
not in agreement and is the "sole judge of approved equal and nonperformance" as stipulated throughout our contract, which
include any failure on the part of the successful bidder to accept award, to furnish required documents, and/or fulfill any
portion of this contract within the time stipulated." During the past twelve months, the Police Department in conjunction with
the Purchasing Department have had several meetings with Martin's Lamar Uniforms to address different issues of concern
with the uniforms being provided under this contract. It is evident to the City of Miami that Martin' Lamar Uniforms lack of
quality control to meet the City's uniform specifications has been a major contributing factor of nonperformance.
In accordance with Sections 1,24 and 2.27 of the contract and your inability to remedy the default as evidenced above, please
be advised that the Purchasing Department will proceed with its recommendation to terminate the contract between the City of
Miami and Martin's Lamar Uniforms for the furnishing of uniforms and accessories for Police, pursuant to Bid No. 03-04-009.
The termination of this contract shall not be effective untilsuch time as the City Commission takes official action. Due to the
position that Martin's Lamar Uniforms has placed the City in, ail existing or future orders which may be placed up to the
official termination date are expected to be fulfilled. These orders shall in no way be construed as meeting the contract
specifications or have no bearing on the City's position regarding the default of the contract. Such orders shall only be filled to
alleviate the urgent need to equip our Police Officers with uniforms until a new contract is awarded.
arcos, Diector
t Officer
GM:MR:ms
c: Major M. Exposito, Miami Police Departure
Jay Pollen, MPD, Property Unit DEPARTM ; CHASING
444 S,W. 21 d Avenue, 6''' Floor Miami, 1`I.. 331:30 (305) 416-1900 Fax: (305) 416-1925 / Mailing Address: P.O. Box 3.307013 Miami, Florida 332.33-0708
Addre s: purc:haselk:l.miami.Fl.us Werbsite: hiipalci.mleimi.fl.us