Loading...
HomeMy WebLinkAboutR-99-0694J-99-768 9/16/99 (' r _ C RESOLUTION NO. 'j �) 6 •) A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF SOUTH FLORIDA SPECIALTY FIREARMS, FOR THE PROVISION OF SUB MACHINE GUNS FOR THE POLICE DEPARTMENT, IN AN AMOUNT NOT TO EXCEED $15,960; ALLOCATING FUNDS THEREFOR. FROM ACCOUNT CODE NO. 001000.290201.6.840. WHEREAS, the Police Department needs to replace sub machine guns that exceed their .life span, malfunction and pose a danger to the safety of police officers; and WHEREAS, pursuant to public notice, Invitation for Bids No. 98-99-125 were mailed to 19 potential bidders for the, provision of Sub Machine Guns; and WHEREAS, four responses were received on August 16, 1999; and WHEREAS, funds are available from Account Code No. 001000.290201.6.840; and WHEREAS, the City Manager and the Chief of Police recommend that the bid received from South Florida Specialty Firearms for CITY COMMSSION YXETL4C OF f-sa lu[P.J(1 1\V. 12 L the provision of twelve (12) Sub Machine Guns be accepted as the lowest responsive and responsible bid; 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 Section. Section 2. The bid received on August 16, 1999, from South Florida Specialty Firearms, for the provision of twelve (12) Sub Machine Guns, for the Department of Police, in an amount not to exceed $15,960, is hereby accepted, with funds therefor hereby allocated from Account Code No. 001000.290201.6.840. Section 3. This Resolution shall become effective l 1 i 2 _ t immediately upon its adoption and signature of the Mayor.l� PASSED AND ADOPTED this 28th day of September 1999. r _. 1 t JOE CAROLLO, MAYOR 4 i ! in accordance with Miami Code Sec. 2-38, since the Mayor did not indicate approval of this legislation by sinning it in the desicn-3.ter+ pl- c^ p r^vid':x_l, said legislation now becomes effective with th(I 'F sc of t("I � r} f'1' S {' it lill't d'"''' Of l,Cndi lcn S ;Cn regarding same, without the Mayor ex A ciS ii , ATTEST: City Clerk W.ALTER J. FOEMAN CITY CLERK APPROVE A " 011ORM CORRECTNESS VILARELL IT- ATTORNEY i 743:RCL:hdb i f , 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. j If the Mayor vetoes this Resolution, it shall become effective ! ii I immediately upon override of the veto by the City Commission. i r s � f' 1 i i i F IC t_ I CITY OF MIAMI, FLORIDA CAw3 INTER -OFFICE MEMORANDUM to: The Honorable Mayor and Members DATE . Cn SEP 1 7 099 FILE: LEG 7-2 of the City Commission SUBJECT: Proposed Resolution FROM: Doi a I. �'1 arshaw REFERENCES Sub Machine Guns City Manager ENCLOSURES: Bid No. 98-99-125 RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the Bid of South Florida Specialty Firearms, a Non-Local/Non-Minority vendor, located at 318 Indian Trace #290. Ft. Lauderdale. Florida 33326, for the provision of twelve (12) Sub Machine Guns for the Police Department, in an amount not to exceed $15.960. Funding is available from the Police General Operating Budget. Account Code No. 001000.290201.6.840. BACKGROUND The Police Department's S.W.A.T. Team currently uses the MP-5 Sub Machine Gun that is in the 9MM version. The acquisition of the 40 Caliber MP-5 Sub Machine Gun will give the department the same effectiveness as the issued 40 Caliber Glock Pistol. The Police Department's current Sub Machine Guns have exceeded their life span and are constantly malfunctioning and endangering the safety of our officers. The department has analyzed the bids received pursuant to Bid No. 98-99-125 for the provision of Sub Machine Guns. Nineteen (19) Invitations for Bids were mailed and four (4) responses were received. South Florida Specialty Firearms is the lowest responsible and responsive bidder meeting Specifications. therefore. this vendor is recommended for the award. l.,* a. DHW:WEO:II 99- 694 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM tO' The Honorable Mayor and Members DATE SEP 1 7 ioc9 F�l E of the Cit ' Commission susJEc7 Bid No. 98-99-125 Local Vendor Participation/Response FROM: REFERENCES Donald H. Warshaw City Manager ENCLOSURES The subject bid opened I 1:00 a.m. Monday August 16, 1999, for Sub Machine Guns. 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. 1. Miami Police Supply Unable to get competitive prices Javier Alonso IV 2. Florida Police Supply Not licensed for sub machine guns Julio Garcia II `f t i a DHW:BWH:JSC:abf i L i 1 99- 694 City of Miami. Florida Bid No. 98-99-125 dkft 6.1 BID INFORMATION FOkr tm .y Mailing Date: ^ .iuh_• 30.1999 _ Buyer: �`Iarttza Suarez _ Bid No.: 98-99-125 Telephone: 305416-1907 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include ail costs, including transportation to destination. The City reserves the right to accept or reject all or any 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 event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. Bids must be received by: 11:00 AM, Monday, August 16,1999. at the Office of the City Clerk, 3500 Pan American Drive, Miami, Florida 33131-5504 SINGLE PURCHASE 680-53: SUB -MACHINE GUNS 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. N I A- number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. M (14- number of calendar days required before commencement of work. 9o-1ZO Delivery will be made within calendar days after receipt of purchase order. .. o- ays Net 30 days V Additional discount of °lo if awarded all items. (include cash discount for prompt payment, if any) Other Discounts: N%- Contact Person/Telephone: Iscnse&-r &C) Z - 9 SA - b31-1400 Term of Warranty for equipment: l -12 MFG. Term of Warranty for labor: NIA _ All exceptions to this bid have been documented in the section below. EXCEPTIONS: Nowrr_ I certify that anv and all 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 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'sName: 5-Ft.,5_kZ--ft-T`( FiiZjch(M5 Telephone: 95A-631'1900 ^_ Principal Business Address: Fax: -4L1- I4(o lo C5ar arstow-) Name: Mailing Address: 3t c fMCta i7ZAerE_ #Z90 Title: Dwnt_O__ `f LAUOF.�.PAtc . . 3337.(p - Authorized Signature: E-Mail Address: 5F1-SFF9-M5 0- AOL-COO) Beeper: 99- 694 City of Miami. Florida Bid No. 98-99-125 b.� ENDO.R BACKGROUND INFOk.iv4r'.ITION INSTRUCTIONS: ,.� This questionnaire is to be included 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: WI`V4 n 0424VA GQr---G6ftr f rlj{LF,RI2Mrj i COMPANY OFFICERS: President K l( fG42A rTuOZ Vice President �4�. C OZ Secretary 120r is LT Treasurer 46e*.-r Z COMPANY OWNERSHIP: {ZofjF&T C"it104 0C> '/o ofownership % of ownership % of ownership % of ownership LICENSES: s ; I. County or Municipal Occupational License No. 3—n — 00C> 4A?=6 (LtrjN (attach copy with bid) 1S91cO6C>WJAOA`t'�. cr- - Gahu%) 2. Occupational License Classification �i�FrPcreM �o41c-1z SU�Pt_�j >t�, t�� 3. Occupational License Expiration Date: '7ePT i , ZOO 4. Metro -Dade County Certificate of Competency No. N%{� j (attached copy if requested in Bid or RFP) i 5. Social Security or Federal I.D. No. 65 —0'H 4 OA% (E eo lob ) i i i EXPERIENCE: 6. Number of Years your organization has been in business: p 7. Number of Years experience BIDDEP/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP:_ Ej j 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. i { 99-- 694 ID AWARD RECOMMENDATION r:ORM BID NUMBER: 98-99-125 COMMODITY/SERVICE: Sub Machine Guns �JEPARTMENT / DIVISION: Police TERM OF CONTRACT: Siriale Purchase NUMBER OF BIDS DISTRIBUTED: Nineteen (19) NUMBER OF BIDS RECEIVED: Four (4) METHOD OF AWARD: Lowest responsible and responsive bidder meeting Specifications RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: South Florida Specialty Firearms Non-Local/Non-Minority $10,640.00 TOTAL: $10 , 640.00 — �iaa'a�.hvnal Gva�s/ i� 9�Q = THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The S-W-A.T. Team currently uses the MP-5 Sub Machine Gun that is in the 9MM version. The acquisition of the 40 Caliber Glock Pistoi. The Police department's current Sub Machine Guns have exceeded their life span and are constantly malfunctioning and endagering the safety of our otticers. ACCOUNT CODE(S): 001000.290201.6.840 Ctty of Miami rlti�sl�: DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: _DepadLnent Director/ Luie Brennan D Idne Interim Director -.I,- r-.-ar.uo'- PURCHASING APPROVAL: Judy( S1 C i nAer Director nr-K ruivusivu Mt-VKVWAL,, IF' Ht'1jL11-Ab t: TITLE: PAGE 2 OF 2 L Item NO. Description 1 Sub -Machine Guns H & K 40 Caliber A2 (013) Model 740705 NO SUBSTITUTION Manufacturer of item bid: TABULA710N OF BIDS SUB -MACHINE GUNS: BID NO. 95-99-125 International Protective Services Lawmen's & Shooters' Supply Southern Precision Arn 2231 Hollywood Blvd. 7750 9th Street SW 76 Isle of Venice Hollywood. FL 33020 Vero Beach, FL 32968 Ft. Lauderdale, FL 33 Non-Local/Non-Minority Non-Local/Non-Minority Non-Local/Non-Minori Est. Unit Extended Est. Unit Extended Est. Unit Ex (Ity, Cost Amount Qly, Cost Amount W. Cost Ai 8 $ 1,452.06 /ea $ 11,616.48 8 $ 1,378.69 /ea $ 11.029.52 8 $ 1,372.66 tea $ 1C Heckler & Koch, Inc. Heckler & Koch, Inc. Heckler & Koch, Inc. P - ", CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: SUB MACHINE GUNS E i i Bid No. 95-99-125 l y AWARDED TO: South Florida Specialty Firearms ($15,950.00) 7 TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS t 1996 to Present NONE 1 } E PRIOR CONTRACT AWARD: NONE ; SUMMARY OF CONTRACTS. DOC 99- 694 L CITY OF RIIAMI OF THE CITY CLERK BID SECURITY LIST SUB 1IACIIINGi?NS BID ITEM:' E ---------__._-- -- BID NO: _93-99-125- DATE BIDS) OPENED: AUGUST 10, 1999 TIME 11 :00 a.m. BIDDER TOTAL BID AMOUNT Bit) BOND (ER) CASHIER'S CHECK INTERNATIONAL PROTECI'IVI., SERVICES See attached if LAINI`IEN' S & SI[OOIERS' SUPPLY S. FL. SPECIAIXI' FIRE-:W\IS SOUTI3ERti' PRECISION 1RP10RY We };eceive� bid which was my one copy of t sent to Procureme NO BID STUJRZ 1, RUGER AND CO., INC. LFECO LAh�ILNTTS S SHOOTERS SOUTH, INC. LOUIS GUN Slf00P VALOR CORPORATION OF FLA. -E)%Crs-- sll fi L i rl r jT -T1—H 71Y3 1"0"7..1 C reed ,ol I;I„,-� ..-5 a( [',o �.t ,,.. -, o,^n 7P 0 07-t.. r� .►� r;, j q-,� ... �,a arC hQ013?7 L received (�F ) envelops on behalf of j Person receiving bid(s) j{ � PURCHASING DEPARTMENT � on (City Department) (Date) SIGNED: Deputy City Clerk it i f 4 CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, y 3500 Pan American Drive, Miami, FI. 33133 for the following: A BID NO.98-99-128 Furnishing and Installation of Rolling Steel Doors OPENING DATE: 10:00 A.M. Monday August 16, 1999 i s BID NO.98-99-125 Sub -Machine Guns OPENING DATE: 11:00 A.M. Monday August 16, 1999 i i 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. t { Donald H. Warshaw CITY OF MIAMI f City Manager LOGO AD NO. 4998 & 3475 i i t a 3 �+ v Z9 ON i CC) _ s dqq i 4 t 0 City of Miami b ' r� cry This number must REQUISITION FOR ADVERTISEMENT appear in the „+ advertisement. INSTRUCTIONS: Please type and attach a copy of the advertisement with hi i ' i n. 1. Department: 2. Division: I 3. Account Code number: 4. Is this a conf;rmation: _ 5. Prepared by: --_J Yes- -- I - t to - -- - -- - — —_ -' 6. Size of advertisement: _ 7. Starting date: S. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: ublished: ❑ Legal ❑ Classified ❑ Display _ 11. Remarks: 12. Publication G.S. urement Date(s) of Advertisement Invoice No. Amount —1 n pq r•n r-- r 13. A Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C GS/PC 503 Rev. 12189J Routing: Forward White and Ganary to UZ5.A. (vrocuremenr managemenq arm reram norm cuNy. DISTRIBUTION: While • G.S.A.; Canary - Department