Loading...
HomeMy WebLinkAboutSummary FormDate: 8/7/2015 AGENDA ITEM SUMMARY FORM FILED: 15-009701 Requesting Department: Miami Police Department Commission Meeting Date: 9/10/2015 District Impacted: Type: X Resolution n Ordinance n Emergency Ordinance ❑ Discussion Item II Other Subject: Procurement of Police Uniforms and Accessories, Invitation for Bid 486326 Purpose of Item: Law Department Matter ID No. A Resolution of the Miami City Commission accepting the bid received pursuant to Invitation For Bids NO. 486326 from Galls, LLC, the sole responsive and responsible bidder for Groups 1, 2, and 3, for the procurement of Police Uniforms and Accessories for the Miami Police Department, on an as needed contractual basis, for an initial contract period of three (3) years with an option to renew for two (2) additional two (2) year periods, allocating funds from the various sources of funds of the user department, subject to the availability of funds and budget approval at the time of need. Additional suppliers may be added to the contract as deemed in the best interest of the City of Miami. Background Information: The City of Miami has a need for police uniforms and accessories. On July 8, 2015 the Procurement Department issued Invitation to Bid (IFB) No. 486326 for the procurement of Police Uniforms and Accessories further broken down in to four (4) Groups. As required by the Procurement Code, the IFB was advertised and issued on-line. On July 29, 2015 at the bid opening three bids were submitted (Galls LLC, GL Distributors, Inc., and Federal Eastern International, Inc.). All three bids were tabulated. After careful consideration, the City has determined that Group 4, Body Armor, will not be awarded at this time, as it is not in the City's best interest. The City currently utilizes the State of Florida Contract, No. 380-850-11-1, Body Armor (Protective Vests), for the purchase of the items in Group 4. The City will continue to utilize this contract. It is important to note that GL Distributors, Inc., and Federal Eastern International, Inc. are vendors under the State contract. The Procurement Department is hereby recommending award of Groups 1 through 3 to Galls, LLC the sole responsive and responsible bidder of these Groups. The estimated cost of this contract over the seven (7) year term is $1,600,000.00. Budget Impact Analysis General Account No: Special Revenue Account No: CIP Project No: NO Is this item funded by Homeland Defense/Neighborhood Improvement Bonds? Is this item related to revenue? Is this item an expenditure? If so, please identify funding source below. 00001.191501.552200.0000.00000 N/A N/A Start Up Capital Cost: N/A Maintenance Cost: N/A Total Fiscal Impact: $1,600,000.00 in the aggregate for seven (7) years Final Approvals (SIGN AND DATE) CITP N/A Budgetr� t� / <5 If using or receiving capital funds Grants N/A Risk Management i Procurement ��;� ,,� Dept. Director �! Chief n� 1 ,-.f1�� ity Manager