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