Loading...
HomeMy WebLinkAboutR-99-0693t i i j J-99-767 9/16/99 RESOLUTION i A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF LOU'S GUN SHOP, FOR THE PROVISION OF MODULAR TACTICAL BALLISTIC VESTS WITH ACCESSORIES FOR THE POLICE DEPARTMENT, IN AN AMOUNT NOT TO EXCEED $13,235.25; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001.000.290201.6.075. t WHEREAS, the Police Department has a need for modular tactical ballistic vests with accessories for its S.W.A.T. team; and WHEREAS, pursuant to public notice, Invitation for Bids No. 98-99-124 were mailed to 42 potential bidders for the provision of modular tactical ballistic vests with accessories and WHEREAS, only one bid was received on July 7, 1999; and WHEREAS, funds are available from Account Code No. 001000.290201.6.075; and WHEREAS, the City Manager and the Chief of Police recommend CY'T'y cov=3310M SEEt"I1,99 �Iocolucion No. a 0 2 3 1 i , y that the bid received from Lou's Gun Shop, the only responsive and responsible bid, be accepted; j 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 i thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on July 7, 1999, from Lou's Gun Shop, for the provision of modulartactical ballistic vests with accessories, for the Department of Police; in. an amount not to exceed $13,235.25, is hereby accepted; with:funds therefor j� hereby allocated from Account Code No. 001000.290201..6.075. Section 3. This Resolution shall become effective 1 i a 1 { 1 } j immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this 28th day of September 1999• JOE CAROLLO, MAYOR in accordance with Miami Code Sec. 2.36, since the Mayor did not indicato e,,proval of this legislation by signing it in the desirnater+ co pravidcd, snip Iegislatiosl n� becomes efiective with the elapse 5 en } s from tih -+ate of Cc issicn ...'on regarding same, without the May exer isi v ATTEST: Wn , . eman, City Clerk ; WALTER J. FOEMAN CITY CLERK APPROV�F, AS T FOR MD RECTNESS :t/ J TT LET TIID /1 7TT T)UT T n 7 ATTORNEY 33742:RCL:hdb if 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. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=2 k : The Honorable Mavor and Members DATE : SEP 1 7 1999 FILE : LEG 7-2 of the City- Commission SUBJECT: Proposed Resolution FROM: �6/nalO�,.ar�shaw REFERENCES: Modular Tactical Ballistic Vests City Manager ENCLOSURES With Accessories: Bid No. 98-99-124 RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the Bid of Lou's Gun Shop. a Miami -Dade County/Non-Minority vendor, located 4151 Palm Avenue. Hialeah. Florida 33012. for the provision of fifteen (15) Modular Tactical Ballistic Vests with accessories for the Police Department. in an amount not to exceed $13,235.25. Funding is available from the Police General Operating Budget. Account Code No. 001000.290201.6.075. BACKGROUND In 1995, the Police Department's S.W.A.T. team purchased seventeen (17) tactical vests which are currently in service. This purchase represented one half of the total vests needed to supply the thirty-four (34) member S.W.A.T. team. Currently, the vests are badly deteriorated and pose a potential threat to the safety of the officers. The Police Department has analyzed the bid received pursuant to Bid No. 98-99-124 for the provision of modular tactical ballistic vests with accessories. Forty-two (42) Invitations for Bids were mailed and one (1 ► response was received. Lou's Gun Shop submitted the only responsible and responsive bid and is, therefore, recommended for the award. w DHW: ,O:II i 99_ 693 t CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members DATE SAP 17 1999 FILE of the Citv Commission SUBJECT: Bid No. 98-99-124 A/ Local Vendor Participation/Response FROM: REFERENCES. knal d H. Warslaa�v City Manager ENCLOSURES The subject bid opened 10:00 a.m. Wednesday July 7, 1999, for Modular Tactical Ballistic Vests. Invitation for Bids were hand -delivered through the City's Local Vendor Outreach Program and via mailed. As a follow-up, the vendor(s) who did not bid was contacted, to determine the reason(s) for not bidding: District Name of Vendor Vendor Response(s) Contact Person No. l . Miami Police Supply Not able to get a competitive price Javier Alonso IV y 2. Hi -Tech Police Supply Specs too tight Jorge Llizo IV 3. Spy -Tech Interprise, Inc. Does not have proper vest Rick Garcia II 4. Airport Lejuene Road Pa%k,n Shop Does trot provide brand Harvey Kornfeld 1 5. Southern Police Supply Did not submit bid on time Willy Diaz III I DHW:BWH:JSC:abf �- IC/h fir.-. �a� � •�..� • tt� kit .\llalll{, t'kll fU.l -DIU 04U. 90-�)9-1.-4 6.1 BID INFORMATION FORAb r4a, ling Date: June IS. 1999 Buyer: Maritza Suarez Bid No.: 98-99-124 Telephone: 305-416-1907 Please quote on this fomi(s) net prices for the itern(s) attached. Return signed original and retain a coPy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or and pail of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the evert of crTors in extension of totals, the unit prices shall govem in determining the quoted prices. $ids mtust:be s'eceived b-v:.10:00-AM, Wednesday, July 7, 1999 at.the Office of the City C1cr6, 3500 Pan American Drive, Miami, Florida 33131-5504 `` SINGLE PURCHASE 680-08: MODULAR TACTICAL, BALLISTIC VESTS We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 30— �J number of calendar days required to complete work after Notice to Proceed or issuance of purchase der. number of calendar days required before commencement of work. Delivery will be made within.0— 5 calendaT days after receipt of purchase order. t Terms: 2%- I0 days__ Net 30 days _�! Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Other Discounts: Contact Person./Telephone: T—' Term of Warranty for equipment: _ Term of Warranty for labor: N/A All exceptions to this bid have been documented in the section below. i E EXCEPTIONS: I certify that any and ali information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide j by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: ��� 5 C7��✓:��e Telephone: �' � 22 S�oZ s Principal Business Address: 4Z/ 51 -'r4 a ,AYE Fax: O -2 2 — -:3 _ iV/A 1, 41V 4=L 3 i 2 Name: C:ddll 16ede it c v�Z Mailing Address:_ ,�P7 Title: Authorized Signature:_ E-Mail Address: DU5� `a..0 • CO,u Beeper: 99- 693 •01 76.�-,*&NDOR BACKGROUND INFORM ION 00, I`Tqincluded with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: Preside Secreta COMPANY OWNERSHIP: zeq�ls J��r evy S Vice President Treasurer /00 % of ownership % of ownership % of ownership % of ownership - } LICENSES: 1. County or Municipal Occupational License No. (attach copy with bid) 2. Occupational License Classification (� 3. Occupational License Expiration Date: ry 4. Metro -Dade County Certificate of Competency No. (attached coPe if requested in Sid or RFP) 5. Social Security or Federal I.D. No. EXPERIENCE 6. Number of Years your organization has been in business: / 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, own r) has had in operation of the type required by the specifications of the Bid or RFP: ,! C� 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 99- 693 Bid No. 98.99.124 City of Miami, Florida 6.4. SPECIFICATIONS AND PRICE SKEET Unit of Unit Extended Item Est. Qty. Measure Price Price 'land "Special s" 3A Modular 15 ea $ c` S ��•'�. �� 1. Safan pec OP / Tactical Ballistic Vest with the following five (5) accessory pouches: D-4 long/side arm; D-6 holsw pad; D-7 dual grenade; D-10 gas mask; D-14 radio holder. NO SUBSTITUTION ' 1 i { f •. i f L� Authorized Signs Bidder. FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. j l F 4 99- 693 i M _." 1% BID AWARD RECOMMENDATION FORM ID NUMBER: 98-99-124 --^_ COMMODITY/SERVICE: Modular Tactical Ballistic vests DEPARTMENT / DIVISION: police D t>artmentr TERM OF CONTRACT: single purchase NUMBER OF BIDS DISTRIBUTED: forte -two (42) NUMBER OF BIDS RECEIVED: one il) METHOD OF AWARD: Lowest responsible and responsive bid. RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Lou's Gun Shop Nan-Minority/Dade $13,235.25 TOTAL: $13,235.25 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: In 1995, the Police Department's S.W.A.T. team purchased seventeen (17) modular tactical ballistic vests which are currently in service. This purchase represented one half of the total vests needed to supply the thirty-four member S.W.A.T. team. Currently, the vests are badly deteriorated and pose a potential threat to the safety of the officers. City Of Ulang wim—gamd3$ a Budd atCd6 3 7�32.c� � lnffvbb In ca=zra ACCOUNT CODE(S): 001000.290201.6.075 DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: '?partment Director/ VM1 1% Luie L. Bre an SigtT!!e Interim Director OTHER FUNDING APPROVALS, IF APPLICABLE:_ PURCHASING APPROVAL: Jugy S. Ca e f 016ector TITLE: PAGE 2 OF 2 L 99- 693 CITY OF A11.ANII OF "TH1: CiT1' CLI:Rk 1311) SECURITY LIST BID ITEM: MODULAR 1:A(,TI GAIL BALLISTIC VEST WITH ACCESSORIES Y BID N0: 98-99-124 --� DATE BID(S)OPENED:------ ,JULY_7,--1999-------.------_- BIDDER TOTAL BID AMOUNT H11) 130N1) (ER) CASHIER'S CHECK LOU'S GUN SHOP & POLICE SUPPLY NO BID: LAWMEN'S & SHOO`I'ERS'SO., INC. DON HUME SWTHERN PRECISION ARMORY VALOR CORPORATION JONES GQUIP'�tEilr CO., INC. S—SAFE INDUSTRIES, INC. LAW ENFORCE1,1ENT EQUIPMENT CO. JAM03 , INC. —� LEJEUNE PAWN SOUTHERN CIRCLE CO. ALL STATE POLICE EQUIPMENT ef t., l on y offers l fa this so"cifal:on. if any, z„_ received (^�) envelops on behalf of I erson rrceiv(ng bid(s) PURCHASING 1)I:PtU27T1F.NT on _ 00,01-1 OF- � �! (City Department) (Date) SIGNED: _ eputy City Clerk CITY OF MIAMI K i ADVERTISEMENT FOR BID 4 4 i Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, ` 3500 Pan American Drive, Miami, A. 33133 for the following: BID NO.98-99-124 Modular Tactical Ballistic Vest with Accessories i s OPENING DATE: 10:00 A.M. Wednesday July 7, 1999 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906. Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD NO. 3476 C— m r^ C= r-.) n N O i j i i Y I f A t , � City of MiamiThis : REOUISITION FOR C"" ADVERTISEMENT numer appear inbhemust ''�,� advertisement. INSTRUCTIONS: Please tXpe and attach a copy of the idvertisem nt with this reguisitign, 1. Department: J2. Division: 3. Account Code number: 4. Is this a confirmation: _❑ Yes - ----171_ N o- 5. Prepared ---- -- -- by: -- 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be T10. Type of advertisement: published: i ❑ Leal ❑ Classified ❑ Di. Ray 11. Remarks: 12.Q.S.A.(Procurement ManjiligeMegit- US9 ONLY Date(s) of Advertisement Invoice No. Amount Publication i' FTI —i zC; tr+ r > 13. Approved ❑ Disapproved Departmenf Directo /Designee Date Approved for Payment Date LC iG5/PC 503 Fev. 12/89 i Routing: rorward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: Whito - G.S.A.; Canary - Department