Loading...
HomeMy WebLinkAboutR-01-0176J-01-99 2/21/01 RESOLUTION NO. O 176 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE PURCHASE OF AMMUNITION, TARGETS, HANDCUFFS, PEPPER SPRAY AND OTHER MUNITIONS FOR THE DEPARTMENT OF POLICE FROM DESIGNATED VENDORS LISTED ON STATE OF FLORIDA CONTRACT NO. 680-000-00-1, ON AN AS -NEEDED BASIS, EFFECTIVE THROUGH SEPTEMBER 30, 2001, AND SUBJECT TO ANY EXTENSIONS BY THE STATE, AT A TOTAL PROPOSED AMOUNT NOT TO EXCEED $80,000; ALLOCATING FUNDS FROM THE POLICE DEPARTMENT GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 001000.290201.6.703. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The purchase of ammunition, targets, handcuffs, pepper spray and other munitions for the Department of Police from the designated vendors listed under awarded State of Florida Contract No. 680-000-01-1, on an as -needed basis, effective through September 30, 2001, and subject to any extensions by the State, at a total proposed amount of $80,000 is authorized, with funds allocated from the Police Department General Budget, Account Code No. 001000.290201.6.703. ,CITY Co MEQ N(a bi FEB *1 � M1 ii"Oiafian W 01- 17G Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.-'/ PASSED AND ADOPTED this 22nd day of February 1 2001. JOE CAROLLO, MAYOR In accordance with Miami Cede Sec. 2 -'?15,; 11h? Mn- ycr did not Mdmate appTvTJ of this by !It in Uh"? rim�,F'ClrA, ssi-:J lepl.�Ialzio,,l rrw become-, cf,'cc'7.ve C) f: Cm E -,o date of _,,Zon regardiin,, rsame, without the ,ilaycr c -;;X. a veto. ATTEST: Mlalter J. Foeman, City Clerk WALTER J. FOEMAN CITY CLERK APPROVED AS TO FORM AND CORRECTNESSt/ AL71ANDRO VILAR�LLO CIff" ATTORNEY 5039:LN:BSS:dd If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. if the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 01- 176 CITY OF MIAMI, FLORIDA CA=5 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members TO : DATE :FEB - g 2.,D01FILE of the City Commission SUBJECT: Proposed Resolution :2 4 FROM: e REFERENCES: Purchase of Ammunition oCityanager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of ammunition from the various vendors as listed in Exhibit "A" attached hereto and made a part thereof, awarded under an existing State of Florida Contract No. 680-000- 01-1, on an as needed contract basis until September 30, 2001, subject to further extensions by the State of Florida, at a total proposed annual amount of $80,000. Funding is available from the Department of Police General Operating Budget, Account Code 001000.290201.6.703. BACKGROUND The Police Department must provide State mandated firearms training to its police recruits and annual weapon qualifications to its sworn personnel. The requested ammunition will be used to replenish depleted stocks so that these training courses may be continued. i) V CAG/RM/ /JLM/lr 01 � It' 76 Carlos A. Gimenez TO: City Manager FROM: aul 1 z hief of Police CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: JAN 0 5 2001 SUBJECT: Purchase of Ammunition REFERENCES: ENCLOSURES: LEG 7-2 FILE : The Police Department has verified that funds are available with the Department of Management & Budget, to purchase Ammunition, at a total annual cost of $80,000. Funding is available from the Department of Police General Operating Budget, Account Code 001000.290201.6.703. BUDGETARY REVIEW AND APPROVAL: Q. wwl�' Linda M. Haskins ' Director Department of Management & Budget C/JLM/lr City of Miami Management & BW90 Dab 5a-_' 1 v raw Amount of sCa x'57- o ble in �oount number ao t. by. TORE _ 01- 176 680-000-01-1 = Ammunition, Targets, Handcuffs, Pepper Spray Page 1 of 1 Ammunition Targets, Handcuffs, Pepper Spray & Less Lethal Munitions 680-000-01-1 Effective: 10/01/00 through 9/30/01 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors Anderson Munitions, Inc. ATD American Co. Central Public Safety Equipment Co. Combined Tactical Systems, Inc. Defense Technology Delta Frangible Federal Laboratories Florida Bullet, Inc. Gulf States Dist., Inc. Hamilton Uniform Law Enforcement Supply Co., Inc. Law Enforcement Targets Lawmen's & Shooters' Supply, Inc. Longbow, Inc. Security Equipment Corp. Smyrna Police Dist. Zero Ammunition Co., Inc. http://fcn.state.R.us/st—contracts/68000001 I/ www.andersomnunitions.com www.puplic-safety-equp.com www.less-lethal.com www.armorholdings.com www.dfanet.com www.armorholdin sg com www.miragetechnolo ies.net www.productsonpatrol.com www.lawsupply.com www.letargets.com www.sabredefensesprays.com 01— 17 6 1/16/01 Suite 315 CERTIFICATION OF CONTRACT TITLE: Ammunition, Targets, Handcuffs, Pepper Spray and Less Lethal Munitions CONTRACT NO.: 680-000-01-1 BID NO.: 4-680-000-A EFFECTIVE: October. 1, 2000 through September 30, 2001 SUPERSEDES: 680-000-00-1 Page 1 of 2 Suite 315 CONTRACTOR(S): ATD-American Co. (B) Aerko International ( ) Anderson Munitions, Inc. (B) Central Public Safety (M) Combined Tactical Systems, Inc. (A) Defense Technology (A) Delta Frangible Ammunition, LLC (C) Federal Laboratories (A) Florida Bullet, Inc. (A) Gulf States Distributor (A) Hamilton Uniform (A) Law Enforcement Supply Co. Inc. (R) Law Enforcement Target (A) Lawmen's & Shooters' Supply, Inc. (A) Longbow, Inc. (A) Security Equipment Corp. (A) Security Supply, Inc. (M) Smyrna Police Distributor (R) Zero Ammunition Co., Inc. (D) (Rev. 30 Nov. 00) ANY QUESTIONS SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF GENNY BOYNTON AT (850) 488-7996 SUNCOM 278-7996, E-MAIL boyntog(adms.state.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on September 27, 2000, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Ammunition, Targets, Handcuffs, Pepper Spray & Less Lethal Munitions by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. http://fcn.state.fl.us/st contracts/680000011/certification.htm0 �1 r`16 1/16/01 Suite 315 Page 2 of 2 All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature GB/kep Attachments http://fcn.state.fl.us/st—contracts/68000001 I/certification.htm 01— 176 1/16/01 SPECIAL CONDITIONS SPECIAL CONDITIONS PURPOSE Page 1 of 5 The purpose of this bid is to establish a 12 month contract for the purchase of Ammunition (New and Reload), Targets, Handcuffs, Pepper Gas, and Less Lethal Munitions by all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from September 20, 2000 through September 19, 2001. OPTIONAL CONTRACT USAGE In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $3,300,500 under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. SPECIAL ACCOMMODATION Any person requiring a special accommodation at State Purchasing because of a disability should call State Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800) 955-8771 (TDD). TECHNICAL DOCUMENTATION All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder nonresponsive, unless State Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within the Division as of the date and time of bid opening. Such authority of the Division shall in no way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to the Division. The State shall not be responsible for the accuracy of the technical documentation in its possession. DELIVERY REQUIREMENTS All prices bid shall include delivery to purchaser within 30 days after receipt of purchase order. Inside delivery, specifying the exact location, must be requested on the purchase order and shall be billed to the agency by the vendor and shown as a separate item on the invoice with a copy of the carrier's invoice included. AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS: On any contract where -orders will be directed to Authorized Dealers/Distributors or listing Service http://fcn.state.fl.us/st—contracts/68000001 I/conditions.htin 01— 176 1/16/01 SPECIAL CONDITIONS Page 2 of 5 Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs only • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables • No Headers or Footers • No Excel Files Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section 247A (e) of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in f.s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. SURCHARGE FEE AND SUMMARY OF TOTAL SALES State Purchasing hereby imposes a vendor surcharge fee of I% on contractors' sales undei any contract resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and cannot be added as a separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida Administrative Code. After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the State of Florida no later than 15 days after the end of each quarter. Vendor surcharge fee and contract number should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 Contract supplier shall.furnish State Purchasing a detailed summary of sales at the end of each quarter. By submission of these Sales Summary reports and corresponding vendor surcharge http://fcn.state.fl'us/st—contracts/68000001 I/conditions.htm 01— 176 1/16/01 SPECIAL CONDITIONS Page 3 of 5 deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by State Purchasing. PURCHASES UNDER $2,500 Agencies have the option to purchase from non contract vendors provided the cost is below $2,500. State agencies are encouraged to use the State Visa Purchasing Card for all purchases under $2,500. SUMMARY OF TOTAL SALES Contract supplier shall furnish State Purchasing a detailed Summary of Sales at the end of each quarterly contract period. Sales Summary shall include State contract numbers, contractor's name, the total of each commodity sold. Failure to provide this information, including no sales, within thirty (30) calendar days following the end of each quarter may result in the contract supplier being found in default or unilateral cancellation of your contract by State Purchasing. PRICE LISTS (This paragraph applies to "Accessories" for Pepper Gas and Less Lethal Munitions) On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or discounted), the price list must be in effect at the time of the bid opening, and be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be submitted in the same format to State Purchasing CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs only • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables • No Headers or Footers • No Excel Files State Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any subsequent price changes must be reviewed and approved by State Purchasing Contract Administrator before they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. MINIMUM ORDER Prices bid shall include delivery to the ordering agency for orders totaling $100 for ammunition, targets and handcuffs and $250 for Pepper Gas, less lethal munitions and accessories. Orders of less than $100 for ammunition, targets and handcuffs and $250 for less lethal munitions will be shipped prepaid with transportation charges added to the invoice as a separate item. At the option of the http://fcn.state.fl.us-/st contracts/680000011/conditions.htm 01. 176. 1/16/01 SPECIAL CONDITIONS Page 4 of 5 ordering agency, purchases of less than $100 may be made on a local basis rather than in accordance with contract. This provision shall not be used by an agency to circumvent the intent of the contract. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, State Purchasing is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term Contracts and product information to eligible users and other interested entities. While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE on the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used by State Purchasing. As of the writing of this solicitation, Netscape Navigator 3.0 is the State Purchasing browser standard. State Purchasing intends to upgrade to new browser versions as they become available and fully tested, at its discretion. The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space provided on the Ordering Instructions page of the bid. VISA ACCEPTANCE The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors may receive payment from state agencies by the purchasing card in the same manner as other Visa purchases. Visa acceptance is mandatory but is not the exclusive method of payment. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid. INSURANCE, WORKERS' COMPENSATION The contractor shall take out and maintain during the life of this agreement, Workers' Compensation Insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. CERTIFICATION An executed copy of the manufacturers certificate on page 89 of bid shall be completed by manufacturer to indicate their authorized sales and service representatives and returned as a part of this bid. If bidding more than one (1) manufacturer's brand, reproduce as many copies of this page as needed. Failure to respond to this will subject the bid to rejection. INSURANCE Successful vendor for Ammunition, Pepper Gases and Less Lethal Munitions shall provide within 10 days of notification, a State of Florida Certification of insurance, and agree to maintain such insurance until the completion of the contract. The limits of liability shall be Comprehensive General Liability - $1,000,000 combined single limits. The Insurance Company shall be licensed to do business in Florida, and Rated with a minimum of A- or a minimum of 6 for the financial performance index by A.M. Best Company. ACCESSORIES FOR PEPPER GAS AND LESS LETHAL MUNITIONS: The bidder shall bid a balance of line for Pepper Gas and Less Lethal Munitions which will include http://fcn.state.h.us/A—contr�cis/68000001 1/16/01 - 01-- 1'7 6 SPECIAL CONDITIONS Page 5 of 5 all options and accessory items listed in the manufacturer's price list at a fixed discount. To be eligible for a balance of line award, the bidder must receive an award for one of the specified pepper gases or less lethal munitions. Items in the balance of line which are duplicative of those specified will be deleted. State Purchasing reserves the right to accept or reject any individual item(s) offered as balance of line. EVALUATION/AWARD Bids will be evaluated and awarded statewide on an individual item basis. All other provisions of Awards paragraph, General Conditions, remain in effect. DISCRIMINATION In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on lease of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. http://fcn.state.fl.us/si—contracts/68000001 I/conditions.htm 01 — 1 I 1/16/01 SPECIFICATIONS AMMUNITIONS & TARGETS STATE OF FLORIDA Specification 050 Page 1 of 10 No.: 680 - DEPARTMENT OF MANAGEMENT SERVICES Effective STATE PURCHASING Date: 07 - 13-00 (Rev.) COMMODITY NUMBER(S): SEE TABLE I 1.0 SCOPE AND CLASSIFICATION 1.1 Scope: This specification covers requirements for gun type new and reloaded ammunition and targets. 1.2 Classification: Classification shall be in accordance with the following Types, this Specification, and as listed in TABLE I, Specification Summary and Price Sheet. Type I Cartridges, New Type II Shotgun Shells, New Type III Targets Type IV Cartridges, Reload, New Target Ammunition Type V - Cartridges, Frangible, Training, Lead Free 2.0 APPLICABLE PUBLICATION(S) 2.1 The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: Sporting Arms and Ammunition Manufacturers Institute (SAAMI). (Application for copies should be addressed to National Shooting Sports Foundation, P.O. Box 1075, Riverside, Connecticut 06878). 3.0 REQUIREMENTS 3.1 General: Materials used in the manufacture of new ammunition shall be original, unused and of prime quality. Material used in the manufacture of reloaded ammunition shall be thoroughly cleaned, properly reloaded, full length case when resized and free of defects that would adversely affect proper function. Certification shall be supplied verifying the performance, weight, pressure and velocity applicable to the supplied ammunition to be in conformance with the standards of the Sporting Arms and Ammunition Manufacturers Institute (SAAMI), claims of the manufacturer's published technical literature, and this specification. Specification No.: 680-050 Page 2 of 4 Date: 07-13-00 http://fcn.state.fl.us/st—contracts/68000001 I/specs-htm 01— 1IV 1/16/01 Page 2 of 10 (Rev.) 3.2 Cartridges/New: Cartridges shall conform to the requirements and commodity numbers listed in Type I, TABLE I. Unless otherwise specified, case material shall be brass. New cartridges must be packed in separator trays. Bulk pack not acceptable. 3.3 Shotgun Shells: Shotgun shells shall conform to the requirements and commodity numbers listed in Type II, TABLE I. The shell shall be 12 gauge and shell length 2 3/4 inches except when specific noted differently. 3.4 Tom: Targets shall conform to the requirements and commodity numbers listed in Type III, TABLE I. 3.5 Reloads, Cartridges,and Target Ammunition: Reload Cartridges and Target Ammunition shall conform to the requirements and commodity numbers listed in Type IV, TABLE I. For reloads, all brass shall be shipped freight collect to the contract holder. 3.6 Cartridges, Frangible: Frangible cartridges shall conform to the requirements and commodity numbers listed in Type V, Table I. 3.7 Workmanship: Cartridges, shotgun shells and targets shall be free from contamination and defects that would detrimentally affect serviceability or impair function. 3.8 Qualification: New ammunition supplied by Federal, Remington, Blount and Winchester are acceptable brands qualified by known acceptable performance, consistency and experience of prior usage. New ammunition by other manufacturers which has been previously approved is listed in the accompanying tables. Qualification of other new ammunition for this bid and future specification listings requires submission with the bid of current test results on each commodity item to be considered for qualification. Test results shall be analyzed for approval by the State of Florida, State Purchasing in order to verify compliance with all relevant SAAMI standards and requirements of this specification. Testing shall include, but not limited to, complete ballistic tracing data, material composition, weight and construction. Ammunition and results shall be fully and properly identified with manufacturer's name, brand identification and State of Florida commodity number. All expenses incurred in qualification testing including testing arrangements, quantity of ammunition required, laboratory fees and documentation costs shall be borne by the supplier. Test results must be submitted with the bid. Reloaded ammunition shall be of the brand and product identification number or approved equivalent listed in TYPE IV, TABLE I. The ammunition shall be properly identified with manufacturer's name, brand identification and State of Florida commodity number. Specification No.: 680-050 Page 3 of 4 Date: 07-13-00 (Rev.) 3.9 Technical Documentation For Bid Evaluation: If bidding other than the make(s) and model(s) specified, technical documentation shall be provided to demonstrate compliance with paragraph 3.6 above and the following requirements: Item material, design, construction and pertinent features as listed in TABLE I. http://fcn.state.fl us/st contracts/680000011/specs.htm 01— 176 1/16/01 Page 3 of 10 Manufacturer's specitication sheet(s) or technical publication(s) are acceptable to demonstrate compliance with the above requirements. Individual specifications and requirements must be addressed; a general statement such as "complies with all requirements" is not acceptable. Products bid must meet or exceed all specifications. 4.0 SAMPLING AND INSPECTION 4.1 Bid Samples: When requested, successful bidder(s) shall deliver one (1) box of each type of ammunition commodity awarded. Samples shall be new, current production items at the time of this bid. Samples delivered for previous bids will not satisfy this requirement. The appropriate State commodity number, brand name and vendor name must appear on each sample box. Samples shall be delivered within fifteen (15) days after notification of request to: State of Florida State Purchasing Building 4050 4050 Esplanade Way Tallahassee, Florida 32399 0950 Samples delivered by a manufacturer will satisfy bid samples requirements for the manufacturer's authorized dealer(s) bidding the same commodity. It is the bidder's responsibility to ensure that samples are delivered and that identification on all delivered bid samples, is identical to that referred to on the bid price sheet. Samples shall be furnished at no expense to the State of Florida and, if not destroyed in testing, may, upon request, be returned at the termination of the contract and at the bidder's expense. Requests for return of samples shall be received within ninety (90) days after contract termination date and shall be accompanied by shipping instructions (including shipping authorization and name of carrier). If instructions are not received within this time, the items shall be disposed of by the State of Florida. 4.2 Random Samples: Samples of delivered items may be selected at random and tested for compliance with these specifications. If it is found that the delivered commodities are not equal to or better than the bid specifications, the State Purchasing may proceed as stipulated in the "General Conditions" of the bid. Specification No.: 680-050 Page 4 of 4 Date: 07-13-00 (Rev.) 5.0 PREPARATION FOR DELIVERY 5.1 Packaging: Unless otherwise specified, commercial packages will be accepted under this specification. New cartridges shall be packaged in plastic separator trays. Bulk packaging, when specified shall be in sturdy containers, properly and clearly marked with ammunition caliber, construction, grain weight and number of rounds. 5.2 Packing: Unless otherwise specified, the subject commodities shall be packed in substantial commercial containers of the type, size and kind commonly used for the purpose, so constructed to insure safe delivery to the point of destination called for in the purchase order. New cartridges shall be packed in separator trays. Bulk pack not acceptable. 5.3 Marking: Unless otherwise specified, shipping containers shall be marked with the name of the material, the class and the quantity contained therein, the name of the contractor and http://fcn.state.fl.us/st—contracts/68000001 I /specs.htm O f — 176 1/16/01 Page 4 of 10 purchase order number. 5.4 Toxics in Packaging: Packaging shall comply with the requirements of Florida Statute 403.7191. 6.0 NOTES 6.1 Commodities procured under this specification shall not deviate from those originally contracted for without written approval from the State Purchasing. 6.2 This specification shall, until revised or rescinded by the State Purchasing, apply to each future purchase and contract for the commodities described herein. 6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bidders are encouraged to report such availabilities to the State Purchasing for determination of price preference eligibility according to Section 287.045, Florida Statutes. See RECYCLED CONTENT INFORMATION REPORT form included in this bid package. SPECIFICATIONS HANDCUFFS STATE OF FLORIDA Specification No.: 680- 470 DEPARTMENT OF MANAGEMENT SERVICES Effective STATE PURCHASING Date: 07- 13-00 (Rev.) COMMODITY NUMBER(S):SEE TABLE I 1.0 SCOPE AND CLASSIFICATION 1.1 Scope: This specification covers metal handcuffs. 1.2 Classification: Handcuffs shall be classified according to the commodity number and description as listed in TABLE I. 2.0 APPLICABLE PUBLICATION(S) 2.1 The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: National Institute of Justice (NIJ) Standard 0307.01 (copies may be obtained from National Institute of Justice, Technology Assessment Program, Box 6000, Rockville, MD 20850), Telephone Number 301-251-5060. 3.0 REQUIREMENTS 3.1 General: Handcuffs shall be constructed of steel (carbon or stainless) unless otherwise specified. Steel handcuffs shall have two cuffs, each cuff with a double lock, multi ratchet and pawl position stops and each cuff permanently attached with the other by either a hinge or chain device when required. http://fcn.state.fl.iWstt contracts/680000011/specs.htm 01— 1` 6 1/16/01 Page 5 of 10 Each steel handcuff set shall be with two standard functional keys and the cuffs shall have an interchangeable keying system in which the keys of one manufacturer's brand is functionally effective in the cuff locking system of other brands. 3.1.1 Steel handcuffs shall be in compliance with the National Institute of Justice Standard 0307.01 and have NIJ approval. Specification No.: 680470 Page 2 of 3 Date: 07-13-00 (Rev.) 3.2 Technical Documentation For Bid Evaluation: If bidding other than the make(s) and model(s) specified in TABLE I, technical documentation shall be provided to demonstrate compliance with the following requirements: Material, design and configuration Manufacturer's specification sheet(s) or technical publication(s) are acceptable to demonstrate compliance with the above requirements. Individual specifications and requirements must be addressed; a general statement such as "complies with all requirements" is not acceptable. Products bid must meet or exceed all specifications. 4.0 SAMPLING AND INSPECTION 4.1 Random Samples: Samples of delivered items may be selected at random and tested for compliance with these specifications. If it is found that the delivered commodities are not equal to or better than the bid specifications, the State Purchasing may proceed as stipulated in the "General Conditions" of the bid. 5.0 PREPARATION FOR DELIVERY 5.1 Packaging: Unless otherwise specified, commercial packages in conformance with ICC shipping regulations will be acceptable under this specification. 5.2 Packing: Unless otherwise specified, the subject commodity shall be packed in substantial commercial containers of the type, size, and kind commonly used for the purpose, so constructed as to insure acceptance and safe delivery to the point of destination called for in the purchase order. 5.3 Marking: Unless otherwise specified, shipping containers shall be marked with the name of material, class and quantity contained therein, name of contractor, and purchase order number. 5.4 Toxics in Packaging: Packaging shall comply with the requirements of Florida Statute 403.7191. 6.0 NOTES 6.1 Commodities procured under this specification shall not deviate form those originally contracted for without written approval from the State Purchasing. 6.2 This specification shall, until revised or rescinded by the State Purchasing, apply to each future purchase and contract for the commodities described herein. Specification No.: 680470 Page 3 of 3 http://fcn.state.fl.us/st. captracts/680000011/specs.htm 01— 17 6 1/16/01 Page 6 of 10 Date: 07-13-00 (Rev.) 6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bidders are encouraged to report such availabilities to the State Purchasing for determination of price preference eligibility according to Section 287.045, Florida Statutes. See RECYCLED CONTENT INFORMATION REPORT form included in this bid package. SPECIFICATIONS PEPPER GAS STATE OF FLORIDA Specification No.: 680- 800 DEPARTMENT OF MANAGEMENT SERVICES Effective STATE PURCHASING Date: 07- 13-00 (Rev.) 1.0 SCOPE AND CLASSIFICATION 1.1 Scope: This specification covers the requirements for pepper gas [Oleoresin Capsicum (OC), Chloroacetophenone (CN), and Orthochlorobenzalmalononitrile (CS)] in spray cans in varying concentrations and mixtures. 1.2 Classification: Classification shall be in accordance with the following commodity numbers: Commodity Number Description 680-800-665 OC 680-800-675 CN 680-800-685 CS 680-800-690 CN/OC 680-800-695 CS/OC 680-800-750 Balance of Line 2.0 APPLICABLE PUBLICATIONS There are no other applicable publications. 3.0 Requirements 3.1 Technical documentation shall be provided with the bid response clearly defining each product bid. A dated manufacturers' price list shall be submitted also. Manufacturers' price list shall be the most current list. Documentation shall describe the type of propellant used. Material safety data sheets (MSDS) must be provided with the bid and with all product shipments. 3.2 HCFC Dynel-22 shall not be used as a propellant. http://fcn.state.fl.i �/4 contracts/680000011/specs.htm 01-- 176 1/16/01 Page 7 of 10 Specification No.: 680-800 Page 2 of 2 Date: 07-13-00 (Rev.) 4.0 SAMPLING AND INSPECTION AND TESTING 4.1 Samples for testing are not required for this bid. 5.0 PREPARATION FOR DELIVERY 5.1 Packaging_ Standard commercial packaging shall be used. Packaging shall provide adequate protection to the product to insure that it arrives in a usable satisfactory condition. 5.2 Marking: Individual container shall be marked in a fashion that clearly identifies the product. Should the product require an expiration date it must be included on the product container. 5.3 Toxics in Packaging: Packaging shall comply with the requirements of Florida Statute 403.7191. 6.0 NOTES 6.1 Commodities procured under this specification shall not deviate from those originally contracted for without written approval from the State Purchasing. 6.2 This specification shall, until revised or rescinded by the State Purchasing, apply to each future purchase, and contract for the commodities described herein. 6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bidders are encourage to report such availabilities to the State Purchasing for determination of price preference eligibility according to Section 287.045, Florida Statutes. (See RECYCLED CONTENT INFORMATION REPORT form included in this bid package.) SPECIFICATIONS NON FLAMMABLE PEPPER GAS STATE OF FLORIDA Specification DEPARTMENT OF MANAGEMENT SERVICES Effective STATE PURCHASING 1.0 SCOPE AND CLASSIFICATION No.. 6 Date: 1.1 Scope: This specification covers the requirements for non flammable pepper gas[Oleoresin Cap Chloroacetophenone (CN), and Orthochlorobenzalmalononitrile (CS)] in spray cans in varying concentrations and mixtures. 1.2 Classification: Classification shall be in accordance with the following commodity numbers: http://fcn.state.fl.us/st—contratts/68000001 I /specs.htm 01— 176 1/16/01 Page 8 of 10 Commodity Number 680-800-775 680-800-750 2.0 APPLICABLE PUBLICATIONS Description Non Flammable Pepper Gas Balance of Line There are no other applicable publications. 3.0 Requirements 3.1 Technical documentation shall be provided with the bid response clearly defining each product b Documentation shall describe the type of propellant used. Material safety data sheets (MSPS) m provided with the bid and with all product shipements. 3.2 HCFC Dynel-22 shall not be used as a propellent. 3.3 A dated manufacturers' price list shall be submitted. Manufacturers' price list shall be the most c Specification No.: 680-800 Page 2 of 2 Date: 07-13-00 (Rev.) 4.0 SAMPLING AND INSPECTION AND TESTING 4.1 Samples for testing are not required for this bid. 5.0 PREPARATION FOR DELIVERY 5.1 Packaging: Standard commercial packaging shall be used. Packaging shall provide adequate p the product to insure that it arrives in a usable satisfactory condition. 5.2 Marketing: Individual container shall be marked in a fashion that clearly identifies the produc Should the product require an expiration date it must be included on the product container. 5.3 Toxics in Packaging: Packaging shall comply with the requirements of Florida Statute 403.71 6.0 NOTES 6.1 Commodities procured under this specification shall not deviate from those originally contract without written approval from the State Purchasing. 6.2 This specification shall, until revised or rescinded by the State Purchasing, apply to each future purchase, and contract for the commodities described herein. 6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bidders are encouraged to report such availabilities to the State Purchasing for determination of price preference eligibility according to Section 287-045, Florida Statutes. (S RECYCLED CONTENT INFORMATION REPORT form included in this bid package.) SPECIFICATIONS LESS LETHAL MUNITIONS, DEVICES AND AGENTS q— s http://fcn.state.i us/sit contracts/680000011/specs.htm 1 176 1/16/01 Page 9 of 10 STATE OF FLORIDA Specification No.: 6 DEPARTMENT OF MANAGEMENT SERVICES Effective STATE PURCHASING Date: 00 1.0 SCOPE AND CLASSIFICATION 1.1 Scope: This specification covers the requirements for less lethal munitions, devices and agents 1.2 Classification: Classification shall be in accordance with the following commodity numbers: Commodity Number Description 680-800-780 Less Lethal Munitions, Devices and Agents 2.0 APPLICABLE PUBLICATIONS There are no other applicable publications. 3.0 Requirements 3.1 Technical documentation shall be provided with the bid response clearly defining each product b Documentation shall describe the type of propellant used. Material safety data sheets (MSDS) in provided with the bid and with all product shipments. 3.2 HCFC Dynel-22 shall not be used as a propellant. 3.3 A dated manufacturers' price list shall be submitted. Manufacturers' price list shall be the most c Specification No.: 680-800 Page 2 of 2 Date: 07-13-00 (Rev.) 4.0 SAMPLING AND INSPECTION AND TESTING 4.1 Samples for testing are not required for this bid. 5.0 PREPARATION FOR DELIVERY 5.1 Packaging: Standard commercial packaging shall be used. Packaging shall provide adequate p the product to insure that it arrives in a usable satisfactory condition. 5.2 Marketing: Individual container shall be marked in a fashion that clearly identifies the produc Should the product require an expiration date it must be included on the product container. 5.3 Toxics in Packaging: Packaging shall comply with the requirements of Florida Statute 403.71 6.0 NOTES 6.1 Commodities procured under this specification shall not deviate from those originally contract without written approval from the State Purchasing. http://fcn.state.fl.us/st, coiitracts/69000001 I /specs.htm 01- 176 - 1/16/01 Page 10 of 10 6.2 This specification shall, until revised or rescinded by the State Purchasing, apply to each future purchase, and contract for the commodities described herein. 6.3 It is the intent of the State of Florida to encourage the use of commodities containing recycled content. Bidders are encouraged to report such availabilities to the State Purchasing for determination of price preference eligibility according to Section 287-045, Florida Statutes. (S RECYCLED CONTENT INFORMATION REPORT form included in this bid package.) http://fcn.stateiTsfist_contfacts/680000011/specs.htm •.. 7 b' 1/16/01 [Contract Number] -- Vendor Information Page 1 of 1 Ammunition, Targets, Handcuffs, Pepper Spray & Less Lethal Munitions 680-000-01-1 Price Sheets Type I: Cartridges, New Type II: Shotgun Shells, New Type III: Targets Type IV: Cartridges, Reload & Target Ammunition Type V: Cartridges, Frangible, Lead Free Handcuffs Pepper Gas & Less Lethal Munitions w/ Balance of Line Combined Tactical Systems Price List Defense Technology Price List Federal Laboratories Price List Security Equipment Corp. (Sabre) Price List Security Supply, Inc. Price List http://fcn.state.fl.us/st—contracts/68000001 I/price.htm 01 176 1/16/01 AWARD TINDER STATE OF FLORIDA CONTRACT NO. 680-000-01-1 ITEM: Ammunition, Targets, Handcuffs, Pepper Spray & Less Lethal Munitions DEPARTMENT: Police Department TYPE OF PURCHASE: Contract REASON: The Department of Police must provide state mandate training to its police recruits and annual weapon qualification to its sworn personnel. Therefore, ammunition needs to be replenished so that the necessary training courses may be continued. RECOMMENDATION: To purchase Ammunition, Targets, Handcuffs, Pepper Spray and Less Lethal Munitions from Designated Vendors listed under the awarded State of Florida Contract No. 680-000-01-1, on an as needed contract basis until September 30, 2001, subject to any extensions thereto by the State of Florida, at a total proposed annual amount not to exceed $80,000; allocating funds therefor from the Police Department General Operating Budget, Account Code No. 001000.290201.6.703. t I K 10) Date AwardStawContmcu dl- 176