Loading...
HomeMy WebLinkAboutR-99-0129J-99-171 2/3/99 w t29 RESOLUTION N0. � J A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF PROTECTIVE EQUIPMENT FROM METRO USA, UNDER STATE OF FLORIDA CONTRACT NO. 680-000-99-1, ON AN AS -NEEDED, WHEN -NEEDED CONTRACT BASIS UNTIL JULY 19, 1999, FOR THE DEPARTMENT OF POLICE, IN AN AMOUNT NOT TO EXCEED $56,000.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.290201.6.075. WHEREAS, the Department of Police requires the procurement of personal protective equipment, such as gas masks, carriers, and canisters, and gas mask conversion parts to issue to newly hired sworn personnel and to replace damaged equipment; and WHEREAS, funds will be allocated from the Department of Police, General Budget Account Code No. 001000.290201.6.075; and WHEREAS, the Chief of Police recommends that the procurement of said protective equipment from Metro USA, awarded under State of Florida Contract No. 680-000-99-1, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this CITY COgSION 24EETING OF FEB 2 3 1999 Resolution No. 99- 129 y t. kn� i {�rl rL �tL Section. Section 2. The procurement of protective equipment from Metro USA, under State of Florida Contract No. 680-000-99-1, on an as -needed, when -needed contract basis until July 19, 1999, for the Department of Police, is hereby approved, in an amount not to exceed $56,000.00, with funds therefor hereby allocated from Account Code No. 001000.290201.6.075. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor1l. PASSED AND ADOPTED this 23rd day of February 1999. ' JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate epgn v�j. Of this legislation by signing it in the designated Slace �)iqvid=;(j becomes effective with the elapse often (10) s f�ronn e a ATTEST regarding same, without the Mayor ex rrd in a vet ) TNESS 6,- ATTORNEY W3237:CSK J. Meman, City Clerk 1� I£ the Mayor does not sign this Resolution, it shall become effective the end of ten calendar days from the date it was adopted. at if the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 2 99 - 129 CITY OF MIAMI, FLORIDACAw2 INTER -OFFICE MEMORANDUM 70: The Honorable Mayor and Members of the City Commission (AAamq=L=11�_ FROM: Donald H. Warshaw City Manager RECOMMENDATION DATE: FEB 1 2 1999 FILE: SUBJECT: Proposed Resolution REFERENCES: Purchase of Protective Equipment ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of protective equipment from Metro USA, through a bid awarded under an existing State of Florida Contract No. 680-000-99-1. This will provide for purchases on an as - needed contract basis until July 19, 1999, for the Department of Police, for a contract amount not to exceed $56,000. Funding is available from the Department of Police Budget, Account Code 001000.290201.6.075. BACKGROUND With the hiring of additional sworn personnel, the Police Department does not currently have sufficient protective equipment (gas mask, gas mask carrier, gas mask canisters, conversion parts to retro-fit current gas mask to new filters) to issue to each sworn officer. Additionally, the condition of some of the older existing equipment is very poor due to its age, use in disturbances and numerous training exercises. The requested purchase will provide for each officer to be issued personal protection equipment that is properly fitted and in good operational condition. v,I10 DHW: WEO:Imr 99- 129 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw City Manager DATE: J A � i� 1 FILE: LEG 7-2 SUBJECT: Purchase of Protective Equipment FROM: William E. O'Brien REFERENCES: Chief of Police ENCLOSURES: This Police Department has verified that funds are available with the Department of Management & Budget to purchase protective equipment, at a total cost of $56,000.00. Funding is to be from the Police Department General Operating Budget, Account Code 001000.290201.6.075. BUDGETARY REVIEW & APPROVED BY: Dipak M. Parekh Director Department of Management & Budget ... - , Vr� .i City of Miami !Management & Budget Date 1 / 5" Si Time. /,33 (AM4 Amount of $-- ,6 .5 b available in account number: 00 , 2-'962--c, F' o71-- Verifies! b,-: S7'GNATURE 99- 129 680-000-99-1 = Ammunition. Tar . andcuffs... Page 1 of 1 Ammunition, Targets, Handcuffs, and Pepper Gas 680-000-99-1 Effective: 07/20/98 through 07/19/99 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract State Contracts Main Index Ordering Information ons. Inc. Central Contractors: Vendor URL http://www.public-safety-equip.com http://www.dfanet.com http://www.policemarksman.com MAIN INDEX I One-sMea Pnrchasin I Password I Account status I HELP Please send Comments or questidiiztsion ofPurchasinQ Thursday, January 21, 1999 10:47 AM 99- 129 August 26, 1998 Page 1 of 1 Rev 1 (27 Aug 98) August 26. 1998 MEMORANDUM NO.: (680-000-99-1)-1 TO: Department Addressed FROM: George C. Banks, CPPO Director, State Purchasing SUBJECT: Contract. No.680-000-99-1 Title: Ammunition, Targets, Handcuffs & Pepper Gas Please make the following changes in the subject contract: Delete: Pages 81 and 82 Add: Pages 81 * and 82* *(Rev 27 Aug 98) Metro USA has been added to the list of vendors for Defense Technology Corp. of America. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Genny Boynton at (850) 488-7996, Suncom 278-7996, E-Mail: boynto�state.fl us GCB/gb/sec Thursday, January 21, 1999 10:59 AM 99- 129 Suite 315 Page 1 of I Suite 315 CERTIFICATION OF CONTRACT TITLE: Ammunition, Targets, Handcuffs, and Pepper Gas and NO.: 680-000-99-1 BID NO.: 33-680-000-A EFFECTIVE: July 20, 1998 through CONTRACTOR(S): Andersen Munitions, Inc. (A) SUPERSEDES: 68 000- 8-11y 19, 1999 Central Public Safety (M) Defense Technology (A) Delta (B) Florida Bullet (A) Gulf States (A) Hamilton Uniform (A) Law Enforcement Supply Lawmen's & Shooter's Supply (A) Longbow, Inc. (A) Maverick (A) Mace International (A) Oaks (A) Security Supply (M) Ultramax (A) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SH BROUGHT TO THE ATTENTION OF GENNY BOYNTON AT (850) 488-7996 SUNCOM 278-7996 E-MA mailto:boyntop(a�dms state n — A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on Jun 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 Gas by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florid all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with t specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instr Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase or show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices e 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 require contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribe 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. An 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 inpu recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days p expiration date of this contract. Authorized Signature GB/crw Attachments Thursday, January 21, 1999 10:48 AM 99- 129 �� � } �� FY Ali, } t 1rawa+3�s"mzrorvasryse•t"°cwRazvrau� ri I�s++:�€t�s. t J i ti^GY p 1 ! 1 FIR SPECIAL CONDITIONS Page 1 of 4 SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a 12 month contract for the purchase of Ammunition (New and Reload), Targets, Handcuffs and Pepper Gas 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 July 20, 1998 through July 19, 1999. ADDITIONAL ELIGIBLE USERS In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may desire to purchase under the terms and conditions ofthe contract. 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 $1,800,000 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 the Division of Purchasing because of a disability should call the Division of 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 usingthe 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 atechnical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the biddernonresponsive, unless the Division of Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of theproducts 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 bidderassume 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. The delivery may be more than 30 days if directed by purchaser in writing. AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS: On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service 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. Thursday, January 21, 1999 10:48 AM 99- 129 SPECIAL CONDITIONS Diskette must be formatted as: Page 2 of 4 • "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 our b' from any resulting contract. Y td and/or removal NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section e 247A and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall unilateral cancellation of the contract. () of the Immigration be cause for PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a may not submit a bid on a contract to provide an with a public entity for the construction orrepair of a public building or public work, may not sub public entity crime y goods or services to a public entity, may not submit a bid on a contract real property to a public entity, may not be awarded or perform workas a contractor, supplier, subcontractor, consultant under a contract with ansubmit bids on leases of threshold amount provided in f s. 287.017 for CATEGORtYs and Y TWO for a period of 3 n�ctor, or placed on the convicted vendor list.Y Publuunhty in excess of the months from the date of being SURCHARGE FEE AND SUMMARY OF TOTAL SALES The Division of Purchasing herely imposes a vendor surcharge fee of I % on contractors' sales under resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to Purchase any contract other than the resulting State contract, such purchases shall be in accordance with Chapter 287 p cannot be added as a Administrative Code. P hase from a source S•, and 60A Florida After receipt of payment from the contract purchases, all vendor surcharge fees shall be later than 15 days after the end of each quarter. Payable to the State of Florida no Vendor surcharge fee and contract number should bd 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 the Division of Purchasing a detailed summary submission of these Sales Summary reports and corresponding vendor surcharge deposats�the co of each quarter. By their correctness All such reports and fee deposits shall be subject to audit by the State of Florida. is certifying Failure to comply with these requirements will result in the contract supplier being found in default,a and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the and may result in immediate, unilateral cancellation of your contract by the Division of Purchasing.in which case any defaulting contractor SUMMARY OF TOTAL SALES g' Thursday, January 21, 1999 1� F 10:48 AM 99- 129 SPECIAL CONDITIONS j7, Page 3 of 4 Contract supplier shall furnish the division of 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 defaultor unilateral cancellation of your contract by the Division of Purchasing. PRICE LISTS (This paragraph applies to "Balance of Line" for Pepper Gas). 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 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 the Division of 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 The Division of 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 the Division of 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 anyresulting contract. MINIMUM ORDER Prices bid shall include delivery to the ordering agency for orders totaling $100 for ammunition, targets & handcuffs and $250 for pepper gas and accessories. Orders of less than $100 for ammunition, targets, & handcuffs and $250 for gasses and accessories will be shipped prepaid with transportation charges added to the invoice as a separate item. At the option of the ordering agency, purchases of less than $100 may bemade on a local basis rather than in accordance with contract. This provision shall not be used by an agency to circumvent the intent of thecontract. Purchase orders may contain items from two or more contracts provided each item is identified by contract number. QUANTITY DISCOUNTS Bidder is urged to offer additional discounts for one time delivery of large single orders of any assortment of items in the space provided on ordering instruction sheet. Such discounts will not be considered in evaluation of bid. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) 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 who may subscribe to this service and pay the appropriate access fee. 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 the Division of Purchasing. As of the writingof this solicitation, Netscape Navigator 3.0 is the DOP browser standard. The DOP intends to upgrade to new browser versions as theybecome 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 Thursday, January 21, 1999 10:48 AM 99- 1.29 SPECIAL CONDITIONS0 0 Page 4 of 4 Ordering Instructions page of the bid. PURCHASING CARD PROGRAM The State of Florida has implemented a purchasing card program through NationsBank, using the Visa network. Vendors will receive payment from die purchasing card in the same manner as other Visa purchases. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid. VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between 7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State agencies. The system can accommodate English and Spanish speaking callers. 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 inhazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shallprovide, 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 Manufacturer's Certification, on page , applies only to Ammunition (New & Reload), and Pepper Gas and 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 and Pepper Gases 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 aminimum of 6 for the financial performance index by A.M. Best Company. BALANCE OF LINE, FOR PEPPER GAS The bidder shall bid a balance of line for Pepper Gas which will include 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 (Item No. 529 through 532). Items in the balance of line which are duplicative of those specified (CN, CS OR OC) will be deleted. The Division of Purchasing reserves the right to accept or reject any individual item(s) offered as balance of line. EVALUATION/AWARD/PRICE PREFERENCE Bids will be evaluated and awarded statewide on an individual item basis. As provided for Section 287.0945(b), F. S. a price preference may be given to any bid submitted by a Certified MBE (FS 287.057 and 287.945) that also meets all other bid requirements. A price preference of 5% will be given to Certified MBE's in evaluation and award of this contract (example if a low bid is received from a non -minority bidder of $100,000 anda higher bid of $105,000 is received from a Certified Minority bidder, the Department may award the bid to the Certified Minority bidder). Allother provisions Award Paragraph, General Conditions, remain in effect. Thursday, January 21, 1999 10:48 AM 1 Cy- t-1 SPECIFICATIONS Page 3of4 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 TAB 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 Ju 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 han have two cuffs, each cuff with a double lock, multi -ratchet and pawl position stops and each cuff permane attached with the other by either a hinge or chain device when required. Each steel handcuff set shall be with two standard functional keys and the cuffs shall have an interchange system in which the keys of one manufacturer's brand is functionally effective in the cuff locking system brands. 3.1.1 Steel handcuffs shall be in compliance with the National Institute of Justice Standard 0307.01 and have N 3.2 Technical Documentation For Bid Evaluation If bidding other than the make(s) and model(s) specified in 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 above requirements. Individual specifications and requirements must be addressed; a general statement su "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 t specifications. If it is found that the delivered commodities are not equal to or better than the bid specifiea Division of 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 regulatio acceptable under this specification. _ 5.2 Packing: Unless otherwise specified, the subject commodity shall be packed in substantial commercial co the type, size, and kind commonly used for the purpose, so constructed as to insure acceptance and safe d 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 quantity contained therein, name of contractor, and purchase order number. 5A Toxics in Packaging: Packaging shall comply with the require-ments of Florida Statute 403.7191. 6.0 NOTES 6.1 Commodities procured under this specification shall not deviate form those originally contracted for with approval from the Division of Purchasing. 6.2 This specification shall, until revised or rescinded by the Division of Purchasing, apply to each future pur 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. Bi encouraged to report such availabilities to the Division of Purchasing for determination of price preferenc according to Section 287.045, Florida Statutes. See RECYCLED CONTENT INFORMATION REPORT included in this bid package. SPECIFICATIONS PEPPER GAS Specification No.: 680-800 Effective Date: 03-18-98 (Rev.) 1.0 SCOPE AND CLASSIFICATION 1.1 Scope: This specification covers the requirements for pepper gas [Oleoresin Capsicum (OC), Chloroacetophenone 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 Thursday, January 21, 1999 10:49 AM 99- 1fW 99 SPECIFICATIONS 0 Page 4of4 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 date 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 prov the bid and with all product shipments. 3.2 HCFC Dynel-22 shall not be used as a propellant. 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 pro insure that it arrives in a usable satisfactory condition. 5.2 Markin Individual container shall be marked in a fashion that clearly identifies the product.Should the product 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 writt from the Division of Purchasing. 6.2 This specification shall, until revised or rescinded by the Division of Purchasing, apply to each future purchase, a 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 ar to report such availabilities to the Division of purchasing for determination of price preference eligibility accordin 287.045, Florida Statutes. (See RECYCLED CONTENT INFORMATION REPORT form included in this bid pa Thursday, January 21, 1999 10:49 AM 99- 129 r PEPPER GAS IN SPRAY CANS D Page 1 of 6 PEPPER GAS IN SPRAT' CANS PRICE SHEET Manufacturer's Mfg/Supplier Price Discount Vendor List Number and Date Defense Technology Corp. Retail Police Prices 30 % Defense Tech. May 11, 1998 Balance of Line Items other than those containing CN, CS or OC in spray cans are included under Balance of Line. (Purchase of Balance of Line by State agencies is not mandatory.) All items listed in the manufacturer's Price List are included. Fixed Percentage Discount from Price List for Balance of Line 30 % Manufacturer Name: Defense Technology Corporation of AmericaPrice List Number or Name: Full Line Retail Police Prices Price List Date: May 11, 1998 (Price list does not reflect these discounts. Agencies must deduct the discount from the price list.) Vendor: Defense Technology Corporation of America Price Sheet (See Ordering Instructions for placing orders) Model Product Number Code Description Price Premium Leather Holsters 2803 Snap MK-3 27.30 2803V Velcro MK-3 27.30 2806 Snap MK-6 19.60 2806V Velcro MK-6 19.60 Synthetic Holsters (Rubber) 2707 MK-6 Left -Hand, P-T-D 10.40 2708 MK-6 Right -Hand, P-T-D 9.21 Nylon Holsters (with Velcro Closure) 2903 MK-3 11.51 2904 MK-4 13.81 2906 MK-6 11.51 2909 MK-9 10.40 MK-46 Riot Extinguisher Accessories 1515 MK-46 Sling 41.51 5746A MK-21/46 Hose with wand 56.43 Non -Pyrotechnic Grenades, Indoor Use -Non Launchable 2040 T160C Flameless Expulsion ABS Plastic-OC 41.51 2041 T16CN Flameless Expulsion ABS Plastic-CN 40.32 2042 T16CS Flameless Expulsion ABS Plastic -CS 36.90 2043 T16P Flameless Expulsion ABS Plastic -Practice 32.30 Pyrotechnic Grenades, Outdoor Use -Launchable 1071 #2CN Continuous Discharge-CN 32.30 1072 #2CS Continuous Discharge -CS 28.81 1073 #2S Continuous Discharge -White Smoke 33.41 1081 #3CN Continuous Discharge-CN 30.00 1082 #3CS Continuous Discharge -CS 27.62 1083 #3S Continuous Discharge -White Smoke 30.95 1025 #4CN Triple Charger, Separating-CN 42.62 1026 #4CS Triple Charger, Separating -CS 41.50 1027 #4S Triple charger, Separating -White Smoke 43.81 1091 # 15CN Rubber Ball-CN 30.00 1092 # 15CS Rubber Ball -CS 27.62 1093 # 15S Rubber Ball -White Smoke 28.81 1015 #98CN Tactical Continuous Discharge-CN 23.02 1016 #98CS Tactical Continuous Discharge -CS 21.90 1017 #98S Tactical Continuous Discharge -White Smoke 23.02 37/38 mm Indoor Use, Non -Pyrotechnic Thursday, January 21, 1999 10:53 AM 4. 99- 129 PEPPER GAS IN SPRAY CANS 1160 1161 1162 1163 1190 1191 1192 1193 1140 1141 1142 1143 37/40 Indoor Use, Non Pyrotechnic 1260 1261 1262 1263 1290 1291 1292 1293 12 Gauge Indoor Use, Non Pyrotechnic 3010 3011 3012 3013 3090 3091 3092 3093 37138 mm Outdoor Use, Pyrotechnic 1151 1152 1153 t; # 140C # 14CN Liquid Barricade (Red Dye)-OC # 14CS Liquid Barricade (Red Dye)-CN # 14P Liquid Barricade (Red bye) -CS #T140C Liquid Barricade D� e)-Practice #T14CN Powder Barricade OC #T14CS Powder Barricade-CN #T14P Powder Barricade -CS #T210C Powder Baricade-Powder #T21 CN Muzzle Blast Dispersion-OC #T21CS Muzzle Blast Dispersion-CN #T21P Muzzle Blast Dispersion -CS Muzzle Blast Dispersion -Practice #40-14 #40-14 37/40 mm, Liquid Barricade-OC #40-14 37/40 mm, Liquid Barricade-CN #40-14 37/40 mm, Liquid Barricade -CS #40-T14 37/40 mm, Liquid Barricade -Practice #40-T14 37/40 mm, Powder Barricade-OC 440-T14 37/40 mm, Powder Barricade-CN #40-T14 37/40 mm, Powder Barricade -CS 37/40 mm, Powder Barricade -Practice #230C #23CN 12 Ga. Liquid Barricade-OC #23CS 12 Ga. Liquid Barricade-CN #23P 12 Ga. Liquid Barricade -CS #T230C 12 Ga. Liquid Barricade-P #T23CN 12 Ga. Powder Barricade-OC #T23CS 12 Ga. Powder Barricade-CN #T23P 12 Ga. Powder Barricade -CS 12 Ga. Powder Barricade -Practice # 12CN # 12CS #I2S 37138 mm Long Range (150 Yards)Model 1181 17 1182 #17CN 1183 #17CS 17S 37/38 mm Short Range (75 Yards) 2001 Model 17# 2002 # 17CN 2003 #17CS 1171 #17S 1172 #19CN 1173 #19CS 37/40 mm Outdoor Use, Pyrotechnic #19S 1281 1282 #40-17 1283 #40-17 37/38 mm Specialty Rounds #40-17 1196 #27A 1197 #27B 1198 #28A 1199 #28A 1176 1178 #20W 37/40 mm Specialty Rounds #20F 1296 #40A 1297 #40B 8. inch Casing Thursday, January 21, 1999 Heavy Barricade Penetrating Round-CN Heavy Barricade Penetrating Round -CS Heavy Barricade Penetrating Round - White Smoke 150 Yard Range-CN 150 Yard Range -CS 150 Yard Range -White Smoke 75 Yard Range-CN 75 Yard Range.CS 75 Yard Range -White Smoke 5 Submunition Round-CN 5 Submunition Round -CS 5 Submunition Round -White Smoke 37/40 mm, 150 Yard Range-CN 37/40 mm, 150 Yard Range -CS 37/40 mm, 150 Yard Range -White Smoke Multiple 32 Cal. Rubber Bails, 5.5inch Casing Multiple 32 Cal, Rubber Balls, 8.0 inch Casing Multiple 60 Cal. Rubber Balls, 5.5 inch Casing Multiple 60 Cal. Rubber Balls, 8.0 inch Casing 5 Wooden Batons, 8.0 inch Casing 5 Foam Batons, 8.0 inch Casing Multiple 32 Cal. Rubber Balls, 4.8 inch Casing Multiple 60 Cal. Rubber Balls, Page 2 of 6 20.71 20.71 19.60 17.30 23.02 23.02 21.90 18.41 23.02 23.02 20.71 18.41 23.02 23.02 20.71 18.41 23.02 23.02 20.71 18.41 5.80 5.80 5.80 5.24 5.80 5.80 5.80 5.24 44.92 -3.81 41.50 23.02 20.71 22.38 23.02 20.71 22.38 32.30 30.00 31.11 23.02 20.71 22.38 16.11 19.60 18.41 21.90 18.41 20.14 19.60 21.90 10:53 AM 99- 199 PEPPER GAS IN SPRAY CANS ( ' 1298 Page 3 of 6 1299 #40F 3 Wooden Batons, 4.8 inch Casing 18.41 1225 #40BR 3 Foam Batons, 4.8 inch Casing 20.14 12 Gauge Specialty Rounds 1 Single Bean Bag, 4.8 inch Casing 21.90 3015 #23RS Single Rubber Sabot (Discontinued) See 43021 3016 #23RP below 3017 #23SB Multiple 32 Cal. Rubber Pellets 5.56 3018 #23WB Single 69 Cal. Single Ball 5.87 3020 #23HV Single Wood Baton 5.87 Multiple 32 Cal. Rubber Pellets 3021 #23FS (High Velocity) 5.87 3025 #23BR Single Fan Stabilized Rubber Projectile 5.87 Gas Guns Single Bean Bag filled with #9 Shot 1314 6.11 1315 #1314 #131 37/38 mm Gas Pistol 431.83 1316 # 1315 6 37/38 mm Gas Gun, Full Stock 555:16 1319 #131 37/38 mm GaGun, Tactical s G 493.49 L8, 6-Shot Gas Gun -Folding Stock 1322 #1322 with 8" Munition Capacity 1793.6 ' L8, 6-Shot Gas Gun -Folding Stock Gas Gun Accessories with 8" Munition Capacity 1,793.6 1308 1309 #1308 # 1308 Carrying Case, L8 Gas Gun (folding stock) 166.59 1310 #1309 Web Sling, L8 (both models) 12.38.5 1311 # 1311 Carrying Case, L8 (composite stock) 166.59 1312 1313 # 1311 Padded Sling, L8 (composite folding stock) Carrier, Gas Pistol 166.5 1320 # 1313 Carrier, Gas Gun 32.62 06 1341 #1313 #1341 Cleaning Brush, 37/39 mm 56.75 1342 1517 # 1342 134 Stock, Composite L8 Stock, L8 Folding 11.11 11.11 1510 # #GP Vest, Grenades & Projectiles 113.49 Grenade Launchers Vest, 37/38 mm Ammunition 115.95 146.7 1350 78.97 1370 #100 12 Ga. (#2, #3, & #4 Grenades) 93.81 Tactical Launcher for 12 Ga. Shotgun 1380 #34 (for #98 Grenades & Stand-off for TKO ) 59.2I 1390 Launching Cartridges #3 12 Ga. (# 15 Rubber Ball Grenades) 37/38 mm (#2, #3, & #4 Grenades) 86 86.35 35 1210 . 1270 #35 5 #3 12 Ga. (#33, #34, & # 100 Launchers) 5. 24 24 Gas Masks & Accessories 37/38 mm (432 Launcher) 1497 . 1498 1499 #68SM #68MD Tactical, w/Single Canister 193.65 1497C 468LG Tactical, w/Single Canister Tactical, w/Single Canister 193.65 #68SM Tactical, w/ Nosecup, Fast Don, 193.65 1498C #68MD Single Canister 'tactical, 227.00 w/ Nosecup, Fast Don, 1499C #68LG Single Canister 227.00 Tactical, w/ Nosecup, Fast Don, 1487 #69SM Single Canister 227.00 Tactical, w/ Nosecup, Single Canister, 1488 #69MD Fast Don, Flexible Full View Facepiece. 161.90 Tactical, w/ Nosecup, Single Canister, 1489 #69LG Fast Don, Flexible Full View Facepiece 161.90 Gas Mask Accessories Tactical, w/ Nosecup, Single Canister, Fast Don, Flexible Full View Facepiece 161.90 1419 41503 Filter Cartridges, Set of two, #65 Gas Mask 1502 Single Canister, #67/68 Tactical Gas Mask 32-06 1413S Single Canister, #69 Tactical Gas Mask 1435 Nosecup, #65/#67/#68 Gas Mask - Small 37. .62 1413L Nosecup, #65/#67/#68 Gas Mask - Medium .85 1621 *511 Nosecup, #65/#67/#68 Gas Mask - Large Fast -Don Head 53.02 Harness, #65/#67/#68 Gas Mask Utility Gas Mask Carrier, Nylon, #67/#68 36.02 90 Thursday, January 21, 1999 1 7.3 .30 10:53 AM 77 { ,�:4"K PEPPER GAS IN SPRAY CANS 1675 1617 1614 1615 1616 1425 1492 1491 Gas Mask Replacement Parts & Misc. 1455 1401 1441 1443 1442 1444 1453 1679 1457 1458 1456 1463 1464 1465 1466 1467 1468 1469 1470 1471 1472 1474 1476 1477 * 580 1430 1432 1433 * 434 1478 1436 Distraction Devices and Accessories 7000 7001 7002 7005 7006 7008 7003 7007 7011 Aerial Distraction Device 3019 Stinger Rubber Ball Grenades 1088 1089 1090 Breaching Round & Accessory 3105 Thursday, January 21, 1999 #25 #25 425 DAB DDV DDT DDD 4 Gram Omni Blast 100 ) Gas Mask Carrier -.v/Pockct, Heavy Duty Tactical Lens Cover, Clear (package of 6) Lens Cover, Smoke (package of 6) Lens Cover, Mirror -Reflective (package of 6) Lens Cover, Yellow (package of 6) Corrective Lenses, Optical Insert ESP Communications System Conversion Kit, Mod 69, Masks ESP Communications System Conversion Kit, Mod 68, Masks Replacement Rubber Head Harness #67/68 Gas Mask Replacement Sniper Plug (yellow) for #65 Gas Mask Only Cleaner & Sanitizer (Accommodates up to 60 masks) Lens Cleaning Station Fog Pruf--P Fog Pruf I.D. Tag, Black with Fastener, each I.D. Tag, Brass with Fastener, each Mask Lens for 65 Mask Lens Ring Replacement Kit, #67/68 Gas Masks Buckle Assembly of Gas Mask, #67/68 Gas Masks Clamp, #67/68 Gas Masks Buckle Assembly with O Ring, #67/68 Gas Masks Exhalation Body Vale, #67/68 Gas Masks Exhalation Valve Flappers, #67/68 Gas Masks Exhalation Valve Cover (82382), #67/68 Gas Masks Retainer Ring, #67/68 Gas Masks Exhalation Valve Assembly, #67/68 Gas Masks Exhalation Valve Body, #67/68 Gas Masks Speaking Diaphragm, #67/68 Gas Masks O Ring, #67/68 Gas Masks Disc Valve, #67 Gas Mask Spider Gasket, #67 Gas Mask Adapter Assembly, #67 Gas Mask Inlet Port Plug, #68 Gas Mask Speaking Diaphragm, Complete, #68 Gas Mask Gasket, Cartridge Receptable Cartridge Receptable, #65 Gas Mask Inhalation Valve Sear, #68 Gas Mask Gasket, #67 Gas Mask Inhalation Disc Valve, Nosecup Assembly, #67/68 Gas Masks Distraction Device, Gun Steel Body, Reloadable Reload, Distraction Device Cleaning Kit, Distraction Device Anderson Blasgage Video, Distraction Device, (VHS only) Tap, Distraction Device, #25 Gun Steel Body #25 Body & Reload Cutaway Dummy Reload for Training (case of 24) Non-Reloadable, Lightweight DD #23 FB 12 Ga. Mini Flash Bang - Delivery Range 50 meters (case of 25) # 15RP Stinger, with Rubber Balls and # 15RP Irritant CS Agent (case of 10) Stinger, with Rubber Balls and # 1 SRP Inflammatory OC Agent (case of 10) Stinger, with Rubber Balls (case of 10) #22 TKO Breaching Round Page 4 of 6 53.02 18.41 40.32 40.32 48.41 85.24 340.8 248.7 27.62 2.22 31.11 51.83 18.41 10.40 3.33 3.33 36.84 21.90 5.71 9.20 4.76 4.37 4.52 5.71 4.52 13.81 10.40 23.02 6.67 5.71 4.28 27.62 5.16 90.95 4.13 10.40 6.27 4.37 2.22 64.2 622. 16.1 62.2 21.9 20.7 71.4 622. 830. 158. 469. 469. 460. 5.24 10:53 AM 99- 129 uWwPtr",U.� Xa.rei.1 4 INK ?:�PS u ., .. _ _....,..4 .•.,a, 7z,�4 L43'w�i 'J .r PEPPER GAS IN SPRAY CANS 1370 Gun Locks 1330 1330-C 1331 1331-C 1332 1332-C 1333 1333-C 1335 1336 1337 1338 1339 1340 #100 #77 #77C #78 #78C #79 #79C #80 #80C #83 #82 #84 #85 #84B Pepper Fog "Tear Smoke" Generator & Formulation 3032 4010 4030 4040 4041 4050 4011 4031 4060 Riot Helmet FP-1 One Size Fits All N Stand off Attachment for TKO (or as #98 Grenade Launcher) Gun Lock, Vertical Electric Model Gun Lock, Crown Victoria or Caprice Gun Lock, Vertical Key Model Gun Lock, Crown Victoria or Caprice Gun Lock, Horizontal Electric Model Gun Lock, Crown Victoria or Caprice Gun Lock, Horizontal Key Model Gun Lock, Crown Victoria or Caprice Electric Lock Head, No Bracket (4 Hole Pattern) Key Lock Head, No Bracket (4 Hold Pattern) Muzzle Down, Electric Gunlock Muzzle Down, Key Gunlock Muzzle Down Bracket, (Minus Lock Head) Delay for Electric Gunlock Pepper Fog Generator Pepper Fog, CS Formulation, Quart Pepper Fog, CN Formulation, Quart Pepper Fog, Smoke Formulation, Quart Pepper Fog, Smoke Formulation, Gallon Pepper Fog, Flush Mix, Quart Pepper Fog, CS Formulation, Pint Pepper Fog, CN Formulation, Pint Pepper Fog, OC Formulation, Quart Page 5 of 6 59.2 125. 136. 147. 154. 136. 148. 147. 150. 100. 208. 220. 136. 47.6 1,697. 41.51 41.51 32.30 76.03 25.32 27.62 27.62 41.51 Practice & Inert Training Units eck Protection Inert (Dummy) Classroom Grenades 177.30 1074 #2D 1084 Grenade, Continuous Discharge #3D 10 Grenade, Continuous .Discharge 17.78 #4D 94 10# 15D Grenade, Triple Charger 17.78 1018 #98D Grenade, Rubber Ball 17.78 2044 #T16D Grenade, Tactical 17.78 1210-D #35D Grenade, T-16 17.78 1270-D #36D Launching Cartridge, 12 Ga. 17.78 37/38 mm Practice Rounds & Components Launching Cartridge, 37/38 mm 3.10 1684 #86P 4.21 1685 Practice Round, 37/38 mm, 1695 #87P Refill Kit, Practice Round 14.76 37/3$ mm 712 Gauge, Inert#89P (Dummy) Repnming Tool, 37/38 mm 7.78 1164 Classroom Rounds 48.51 3014 #14D Barricade Round, 37/38 mm 1154 #23D #12D Barricade Round, 12 Ga. 16.19 1184 # 17D Barricade Round, Heavy 5.87 1144 Round, Long Range, 37/38 mm 17.14 1174 #21D Round, Muzzle Blast, 37/38 mm 15.63 Inert (Dummy) Classroom Samples 5 Submunition Round, 37/38 mm 15.24 1177 1179 #20W Wood Multi Baton, Sample 15.24 1088-D #20F # 15D Foam Multi Baton, Sample 13.89 1090-D # 15D Stinger Combo RP/CS 13.89 1196-D #27A-D Stinger Combo RP 13.89 1197-D #27B-D Stinger Cartridge, 5 1/2" Casing 13.89 1198-D #28A-D Stinger Cartridge, 8" Casing 6.11 1199-D #28B-D Stinger Cartridge, 5 1/2" Casing 6.11 3016-D #23RP-D Stinger Cartridge, 8" Casing 6.83 3015-D #23RS-D 12 Ga. Round 6.83 Publications 12 Ga. Round 5.87 9525 5.87 SWAT/SRT Instructional Manual 9521 for Tactical Teams 64.52 Explosive Entry Techniques for Tactical Thursday, January 21, 1999 38.17 10:53 AM 99- 199 f PEPPER GAS IN SPRAY CANS 0 L30-12 L30-01 First Defense OC Aerosol Units 5039 5049 5069 5089 5099 5721 5746 First Defense Inert Aerosol Training Units 5139 5149 5169 5199 5621 5646 Team First Defense Product Catalog and Specifications Manual Product Catalog and Specification Manual MK-3 Canister Contains 1.47oz MK4 Canister Contains 3.Ooz MK-6 Canister Contains 0.68oz MK-8 Canister Contains 0.68oz MK-9 Canister Contains 12.Ooz MK-21 Canister Contains 21.0oz MK46 Canister Contains 46.Ooz MK-3 Canister Contains 1.47oz 'MK-4 Canister Contains 3.Ooz MK-6 Canister Contains 0.68oz MK-9 Canister Contains 12.Ooz MK-21 Canister Contains 21.Ooz MK-46 Canister Contains 46.Ooz Page 6 of 6 8.89 25.40 11.35 13.40 10.90 7.50 41.35 154.20 185.30 8.25 10.30 48.30 25.85 123.15 154.25 First Defense Foam Delivery 5036 MK-3 Foam Box 5046 MK-4 Foam Box .00 5136 MK-3 Inert Foam Box 112.00 1 .0 5146 MK-4 Inert Foam Box 80.80 First Defense - Red Dye - Steam Delivery 5037 MK-3 Red Dye 5047 MK-4 Red Dye 11.70 5067 MK-6 Red Dye 12.80 5087 MK-8 Red Dye 1 .40 60 Thursday, January 21, 1999 10:53 AM 99- 129 VENDOR: DEFENSE TECHNOLOC�dRPORATION OF AME... Page 1 of 2 VENDOR: DEFENSE TECHNOLOGY CORPORATION OF AMERICA SPURS NO.: ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: VENDOR: Defense Technology Corporation of America (A) STREET ADDRESS OR P.O. BOX: ORDERS ARE TO BE ADDRESSEDTO EITHER OF THE FIVE LOCATIONS ON THE FOLLOWING PAGE (Rev 27 Aug 98) CITY, STATE, ZIP:_ TELEPHONE: TOLL i;REE NO.: ORDERING FAX NO.: REMIT ADDRESS: Same as above CITY, STATE, ZIP: PRODUCT <WILL ACCEPT TfIE STATE OF FLORIDA PURCHASING CARD> INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: CONTACT EITHER OF THE FOUR LISTED COMPANIES ADDRESS: CITY, STATE, ZIP:_ TELEPHONE: TOLL FREE NO.: URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS: DEFENSE TECHNOLOGY CORPORATION OF A11IERICA SERVICE CENTERS Law Enforcement Supply Co., Inc. 1814 Beck Ave Panama City, FL 32405 PH: 800-637-6307 FAX 850-763-9031 SPUR# F 59265627 1 -001 Lawmen's and Shooters Supply 7750 9th Street, SW Vero Beach, FL 32968 PH: 561-569-8700 FAX: 561-569-2955 SPUR# F 592223132 001 Lawmen's and Shooters Supply South 5185 S. University Drive Davie, FL 33328 PH: 954-680-1567 FAX: 954-680-1571 SPUR# F 650487354-001 S.R.T. Supply 4450 60th Ave North St. Petersburg, FL 33714 PH: 813-526-5451 FAX: 813-527-6893 SPUR# F 59 3281291 001 Metro USA 1950 N.W. 88 Court Miami, FL 33172 PH: 305-477-6671 Thursday, January 21, 1999 10:58 AM 99- 129 VENDOR: DEFENSE TECHNOLOGpORATiON OF AA2E.., Page 2 of 2 FAX: 305-477-9848 SPUR# F650265498-001 ('Rev 27 Aug 98) Thursday, January 21, 1999 10:58 AM i PERIOD CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: PROTECTIVE E UIPMENT (PEPPER GAS MASK) AWARDED TO: Metro USA State of Florida Contract No. 680-000-99-1 $56,000 NUMBER OF BIDS nnr.T A n A wurr%rr, T. _ From: 1994 to Present Miami -Dade No. 5038-3/99-2 97-98-109 PRIOR CONTRACT AWARD: NONE SUMMARY OF CONTRACTS, DOC $149,115.00 (GSA) $ 53,460.00 (GSA) 99- 129 C . AWARD BENDER STATE OF FLORIDA CONTRACT NO 680-000-99-1 ITEM: Protective Equipment DEPARTMENT: Police TYPE OF PURCHASE: On an as -needed contract basis until July 19, 1999. REASON: The Police Department does not currently have sufficient protective equipment, such as gas mask, gas mask carrier, gas mask canisters, conversion parts to retro-fit current gas mask to new filters, to be issued to each sworn officer. RECOMMENDATION: It is recommended that award be made to Metro USA, awarded under existing State of .Florida Contract No. 680-000-99-1, at a total contract amount not to exceed $56,000.00; allocating funds therefor from Account Code No. 001000.290201.6.075. AwardStamcontract 99- 129