C2A-Award Contracts Purchase Of Public Safety ShoesCOMMISSION ITEM SUMMARY
Condensed Title:
Request For Approval To Award Contracts To Lehigh Outfitters, LCC; Safety Shoes Distributors, LP; Global Trading, Inc.; And
Paradise Sunshine Sport Products, Pursuant To Invitation to Bid No. 25-11/12, For The Purchase Of Public Safety Shoes In The
Estimated Annual Amount of $67,817.70
Key Intended Outcome Supported:
Attract and maintain a quality workforce.
Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey indicated that 87.2% of residents, and
85% of businesses rated the appearance and maintenance of the City's public buildings as excellent or good.
Issue: I Shall the City Commission approve the award of Contracts?
Item Summary/Recommendation:
The purpose The purpose of Invitation to Bid No. 25-11/12 (the Bid) was to establish an agreement, by means of competitive sealed bids,
for the purchase of safety shoes as specified in the bid documents, on an as needed basis. This contract shall remain in effect for three
(3) years from date of contract execution by the Mayor and City Clerk, and may be renewed, by mutual agreement, for two (2) additional
one (1) year terms, if approved by the City Manager.
A Panel of representatives from using Departments reviewed and evaluated the bids received. After completing their review and
subsequent evaluation, they unanimously recommend all the following companies:
• Lehigh Outfitter, LLC ("Lehigh")
• Safety Shoe Distributors LLP, ("Safety'')
• Global Trading, Inc. ("Global")
• Paradise Sunshine Sport ("paradise")
The City's Departments have budgeted $67,817.70 for public safety shoes for FY 2011/2012. Expenditures to date this fiscal year are
$25,914.12. Therefore, the requested balance for FY 11/12 is $41,903.58.
APPROVE THE AWARD OF CONTRACTS.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of Amount Account
Funds:
~ 1 $1,200.00 Building Department Account 011-1510-000154
2 $1,980.00 Code Compliance Account 011-1520-000154
3 $16, 000.00 Fire Department Account 011-1240-000154
4 $3,000.00 Fleet Management Account 510-1780-000154
5 $220.00 Parking Department Account 480-0461-000154
OBPI 6 $500.00 Parking Department Account 480-0462-000154
7 $5,000.00 Greenspace Management Division 011-0940-000154
8 $72.68 Recreation Division Account 011-0950-000154
9 $11,020.00 Police Department Account 168-1124-000154
10 841.23 Police Department Account 011-1130-000154
11 $635.82 Public Works Property Management Account 520-1720-000154
12 $500.00 RDA Lincoln Road Account 168-9964-000154
13 $2,244.00 Public Works Stormwater Account 427-0427-000154
14 $2,500.00 Public Works Streets 011-0840-000154
15 $4,025.00 Public Works Sewer 425-0420-000154
16 $5,000.00 Public Works Water Account 425-0410-000154
17 $4,254.75 Public Works Sanitation Account 435-0430-000154
18 $247.35 Public Works Sanitation Account 435-9968-000154
19 $747.05 Public Works Sanitation Account 435-9969-000154
20 $4,895.70 Public Works Sanitation Account 435-9962-000154
Total $41,903.58
Financial Impact Summary:
Assistant Ci
F __ JO RM __ PD
MIA.MiiBEACH 23
A·GENDA ITEM------'--
DATE--!:!~:;__:~=-
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
TO:
FROM:
DATE:
SUBJECT:
COMMISSION MEMORANDUM
Mayor Matti Herrera Bower and Members of the City Commission
Jorge M. Gonzalez, City Manager Jorge M. Gonzalez ~
June 6, 2012 Q U
REQUEST FOR APPROVAL TO AWARD CONTRACTS TO LEHIGH
OUTFITTERS, LLC; SAFETY SHOE DISTRIBUTORS; GLOBAL TRADING,
INC.; AND PARADISE SUNSHINE SPORTS DEVELOPMENT, PURSUANT
TO INVITATION TO BID (ITB) NO. 25-11/12, FOR THE PURCHASE OF
PUBLIC SAFETY SHOES, IN THE ESTIMATED ANNUAL AMOUNT OF
$67,817.70
ADMINISTRATION RECOMMENDATION
Approve the award of contracts.
KEY INTENDED OUTCOME SUPPORTED
Increase Employees Rating of Public Safety
FUNDING
The City's Departments have budgeted $67,817.70 for public safety shoes for
FY2011/2012. Expenditures to date this fiscal year are $25,914.12. Therefore, the
requested balance for FY20111/2012 is $41,903.58.
ANALYSIS
The purpose of Invitation to Bid No. 25-11/12 (the Bid) was to establish an agreement,
by means of competitive sealed bids, for the purchase of safety shoes as specified in the
bid documents, on an as needed basis. This contract shall remain in effect for three (3)
years from date of contract execution by the Mayor and City Clerk and may be renewed
by mutual agreement for two (2) additional one (1) year terms, if approved by the City
Manager.
This catalog discount bid is for the purchase and delivery of safety shoes and boots for
various departments. The successful firms must have a good record of dependability and
be able provide delivery of supplies in a timely manner after receipt of order, the
successful vendors must be stocking distributors or have immediate access to the entire
items in the catalogs.
The successful vendors must have a mobile unit that will drive out to various City sites,
to assist in the selection, sizing/fitting and purchase of safety shoes and boots to City
employees. If a local store is available, the various City departments may choose to
schedule employees, as appropriate within City or Department Guidelines, to go to the
stores for assistance in the selection, sizing/fitting and/ or to purchase the safety shoes
or boots.
24
Commission Memorandum
June 6, 2012
ITB 25-11-12
BID PROCESS
The Bid was issued on March 22, 2012 with an opening d<=\te of April 26, 2012. A pre-bid
conference to provide information to prospective contractors was held on April 2, 2012.
BidNet issued bid notices to forty-nine (49) prospective bidders. Additionally, the
Procurement Division sent notice to five (5) prospective bidders. These notices resulted
in the receipt of four (4) bids from the following firms:
Lehigh Outfitters LLC; Safety Shoes Distributors LLP; Global Trading, Inc; and Paradise
Sunshine Sport Development.
On May 8, 2012 the Procurement Division sent the bid submissions to the following
individuals for evaluation:
• Nedra Marcelus, Administrative Aide II;
• Sonia Porter, Property Evidence Tech I;
• Maddy Reisler, Office Associate V;
• Shelly Fernandez, Office Associate IV;
• Recio Alba, Financial Analyst Ill;
• Martha Torres, Warehouse Supervisor;
• Brenda Carbonell, Parks and Recreation Analyst;
• Joyce Dickerson, Office Associate V;
• Sonia Lecounte, Office Associate V; and
• Tasha Byars, Code Compliance Officer II
The individuals evaluated the four (4) bids received. The highest percentage discount
was submitted by Lehigh Outfitters LLC, Global Trading, Inc.; Safety Distributors LLP,
and Paradise Sunshine Sports Development. However, not all companies submitted bids
for all line items; therefore it is in the best interest of the City to recommend the four (4)
bidders.
The departments reserve the right to purchase or not purchase from the catalog. It will
be up to the departments to determine which company offers the highest percentage
discount.
Lehigh Outfitters LLC submitted the highest discount for seventeen (17) items, and the
City is currently utilizing their services. They have over 20,000 customers. City, County,
Government and private sector.
Global Trading, Inc. submitted discounts for Jwelve (12) line items, and the City is
currently utilizing their services for citywide uniforms, and is satisfied with their level of
performance and quality of work.
Safety Shoe Distributors, LLP submitted discount for four (4) line items, this company
been in business over thirty-five (35) years.
Paradise Sunshine Sports, Development submitted discounts for all thirty-two (32) line
items, therefore they are being recommend for award.
T:\AGENDA\2012\June06\ITB-25-11-12 Memo.doc 25
Commission Memorandum
June 6, 2012
ITB 25-11-12
BID RESULTS
The bid results are attached
CONCLUSION
Based on the analysis of the bids received, the Administration recommends that the City
award contracts to multiple vendors pursuant to Invitation to Bid (ITB) No. 25-11/12, for
the purchase of safety shoes for various departments citywide in the estimated annual
amount of $67,817.70.
T:\AGENDA\2012\June06\ITB-25-11-12 Memo.doc 26
Lehigh GLOBAL SAFETY SHOES Paradise Sunshine ITB-25-11-12 Public DISTRIBUTORS
Safety Shoes Outfitters LLC TRADING, Inc LLP Sport
Item Manufacturer Discount Discount Discount Discount
1 Altama 12%
2 Avenger 25% 22.50% 12%
3 Bates 22.50% 12%
4 Cate 12%
5 Catei"Qillar 12% 12%
6 Converse 25% 25% 25% 12%
7 Crocs 25% 12%
8 Dr. Martens 25% 12%
9 Florsheim 25% 25% 25% 12%
10 Georiga 25% 22.50% 12%
11 Harley-Davidson 12%
12 Hush Puppies 12%
13 Iron Age 25% 12%
14 Lehigh 25% 20% 12%
15 Mangnum 22.50% 12%
16 Merrell 25% 12%
17 5.11 Bates 12%
18 5.1·1 Converse 25% 12%
19 5.11 Magnum 12%
20 5.11 Thotogood 25% 12%
21 Michelin 12%
22 Natilus 25% 22.50% 22.50% 12%
23 New Balance 12%
24 Oxford 12%
25 Puma 25% 12%
26 Reebok 25% 12%
27 Rocl<y_ 25% 12%
28 Sketchers 22.50% 22.50% 12%
29 Slip Grips 25% 12%
30 Timberland 25% 25% 17% 12%
31 Wolverine 22.50% 12%
32 Work one 25% 12%
The four (4) highest bidders were selected on the following percent evaluation: Since the specifications
consists of mobile unit that will drive out to various City sites or the City Department may chose to schedule
employees as appropriate within City Department guidelines, to go to the store for assistance in the
selection.
27
THIS PAGE INTENTIONALLY LEFT BLANK
28