Loading...
HomeMy WebLinkAboutR-98-0618J-98-622 6/4/98 RESOLUTION NO. 9 8 - A RESOLUTION ACCEPTING THE BID OF LAWMEN'S & SHOOTERS' SOUTH, INC., FOR THE PROCUREMENT OF TRUNK ORGANIZERS, ON AN AS -NEEDED, WHEN -NEEDED CONTRACT BASIS FOR ONE YEAR, WITH THE OPTION TO EXTEND FOR TWO ADDITIONAL ONE-YEAR PERIODS, AT A TOTAL ANNUAL COST NOT TO EXCEED $12,100.00, FOR THE DEPARTMENT OF POLICE; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.290201.6.722. WHEREAS, pursuant to public notice, sealed bids were received April 13, 1998, for the procurement of trunk organizers, on an as -needed, when -needed contract basis for one year, with the option to extend for two additional one-year periods, for the Department of Police; and WHEREAS, invitations for Bid No. 97-98-077 were mailed to 25 potential bidders and two bids were received; and WHEREAS, the trunk organizers will be used in the trunks of police vehicles to secure items to keep them from moving about and causing possible damage; and WHEREAS, funding is available from the Department of Police General Operating Budget, Account Code No. 001000.290201.6.722; and WHEREAS, the City Manager and the Chief of Police recommend that the bid received from Lawmen's & Shooters' South, Inc., at a total annual cost not to exceed $12,100.00, be accepted as the lowest responsive and responsible bid; CITY CObwswox MEETING OF JUN 2 3 1998 Rewludw Na 98- 618 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 submitted by Lawmen's & Shooters' South, Inc., for the procurement of trunk organizers, on an as -needed, when -needed contract basis for one year, with the option to extend for two additional one-year periods, at a total annual cost not to exceed $12,100.00, for the Department of Police, is hereby accepted, with funds therefor hereby allocated from Account Code No. 001000.290201.6.722. Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this23rd day of June ATTEST: JOE CAROLLO, MAYOR , 1998. N&weembnce with Miami Code Sec. 2-36, since the Mayor did not indicatA approv^� of this legislation by signing it in the designated place provided, .jai:~ becomes effective with the elapse often (10) day from the date of Co Jsicri << : _�., regarding sane, without the Mayor exercis et . Wa an, City Clerk WALTER J. FOEMAN, CITY CLERK 1 x APPROVE�'�AS T F/)f�M D CORRECTNESS:�C% Al E"A.NDR CIT RN W2633:CSK:ROD 2 98- 618 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: Ddnal W.amrsos�haw-_ City Manager RECOMMENDATION DATE: June 23, 1998 CA-6 SUBJECT; Authorizing the furnishing of Trunk Organizers REFERENCES: Bid No. 97-98-077 ENCLOSURES: FILE: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Lawmen's & Shooters South, Inc., a Non-Local/Non-Minority vendor, located at 5185 University Drive, Davie, FL 33328, for the furnishing of Trunk Organizers for the Miami Police Department, for one (1) year with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount not to exceed $12,100.00. Funding is available from the Department of Police FY'97-98 Budget, Account Code No. 001000.290201.6.722. BACKGROUND The Department of Police has analyzed the bids received pursuant to Bid No. 97-98-077. Twenty- five (25) invitations for bid were mailed and two (2) responses were received. Lawmen's & Shooters South, Inc., submitted the lowest most responsible and responsive bid and is, therefore, recommended for the award. The Department of Police utilizes the trunk organizers in the police vehicles to store numerous items, i.e.: medical supplies, blankets, crow bar, flares, barricade tape, etc. Due to the movement of the vehicle, these boxes are needed to prevent items from moving around. This will maintain these items in an orderly and locatable manner. V JGP:DHW:Imr c: Donald H. Warshaw Chief of Police 1 • 0 BID NUMBER: COMMODITY / SERVICE: 97-98-077 TRUNK ORGANIZERS DEPARTMENT/CONTACT PERSON: LOURDES RODRIGUEZ (POLICE) DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department of Purchasing. The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to Purchasing. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized - by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to Purchasing immediately. Emergency procurements are exempt. IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY" FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD. Contact Maritza Fresno of the Bid/Contract Section at iEAOXIfr 416-1907 should you have any questions. I APPROVAL TO FORWARD TO DEPARTMENT/OFFICE : Judy S. tarier Dir for of Purchasing DATE: ��J \ BIDPECOM.DOC 8/8/97 PAGE 1 OF 2 9s- 618 BID NUMBER: 97-98-077 BID AWARD RECOMMENDATION FORM COMMODITY/SERVICE: TRUNK ORGANIZERS DEPARTMENT / DIVISION: POLICE TERM OF CONTRACT: ONE (1) YEAR WITH OTR - FOR TWO (2) ADDITIONAL ONE (1) YEAR PE NUMBER OF BIDS DISTRIBUTED: 25(TWENTY FIVE) NUMBER OF BIDS RECEIVED: 2 (TWO) METHOD OF AWARD: LOWEST MOST RESPONSIVE, RESPONSIBLE BIDDER RECOMMENDED VENDOR(Sh STATUS: CONTRACT VALUE: LAWMEN'S & SHOOTERS SOUTH INC. NON-LOCAL,/NON-MINORITY $12,100.00 TOTAL: THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: ACCOUNT CODE(S):1 COO • o�"lD�� • (o �a� 01 DEPARTMENT APPROVAL: /BUDGET REVIEW APPROVAL: t2ely6 Department Director/ Dipak M. Parekh Lourdes Reyes Designee Director Comptroller OTHER FUNDING APPROVALS, IF APPLICABLE: PURCHASING APPROVAL: TITLE: Judy S. Carter Director PAGE 2 OF 2 • 1 • TABULATION OF BIDS TRUNK ORGANIZERS BID NO. 97-98-077 VENDOR L & L Distributors Lawmen's & Shooters South Inc 1511 North Powerline Rd 5185 S University Dr Pompano Beach FL 33069 Davie FL 33328 Non-Local/Non-Minority Non-Local/Non-Minority Est. Extended Est. Extended Item Description Qty. Unit Price Amount Pty. Unit Price Amount 1 Trunk Organizers, Roadmasters/ 200 $ 87.80 lea $ 17,560.00 200 $ 60.50 lea $ 12,100.00 Delta Hopper, or approved equal, in accordance with Bid Specifications Manufacturer: Delta Delta Hoppers Model No. 270000 270000 /12� Approval: 21xgi�� Prepared by Maritza Fresno D artment irector/Designee 4/17/98 Page 1 98 -- 618 --""' City of Miami, Florida Il,0 - 6.1 BID INFORMATION FOR., — Bid No. 97-98-77 Mailing Date: March 30, 1998 Bid No.: 97-98-77 Buyer: Maritza Fresno Telephone: 305-416-1907 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 all costs, including transportation to destination. The City reserves the right to accept or reject all or any part 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. ONE (1) YEAR CONTRACT WITH OTR FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS 055-69: TRUNK ORGANIZERS We have read your Invitation for Bid, 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. A S q P number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. R S R Q number of calendar days required before commencement of work. - Delivery will be made within /y-3o calendar days after receipt of purchase order. - Terms: 2%-10 days Net 30 days -X— Additional discount of 0 % if awarded all items. (include cash discount for %prompt payment, if any) Contact Person/Telephone: J o f N d J,4Je-"- Warranty and/or guarantee: 2 All exceptions to this bid have been documented in the section below. EXCEPTIONS: s 41 S COS7- 0RJ 1,1 I certify that any 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, or equipment, 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's Name: I aWASc sS/loa e s -T4• ?rinciDal Business Address: 3l9S'S• u,u; y6es,T- IlC. �A./ic. F[.33JAE, Mailing Address: Telephone: 9S "t -G a'O-1 f6 7 Fax: 9SY - & f Name: 7"W-AJo v4k: ?►� Title: J4 11 c vow 1 A) r-1?0 e- Authorized Signature: U IV 198- 618 SY:CITY OF YIAN1 4-21-98 : i0:02:1li _ - PROCLRCLNIT,--305 432 4221 :: 2; 3 i•,rai<<. r,vrtua ` Bid No. 97-98-77 ..S VENDOR BACKGROUND NFOXAIATION INSTRUCTIONS: This questionnairc is to be included with your bid, Do not leave any questiotu unanswered. When the question does not apply. write the words) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME; AWmenrs so,.)+1 COMPANY OFFICERS: jT� '' , w kf-t J President �f� � Kh t9 �'f' Vicepresident K1'1tCj Secretvr r W t 10-rA m C. Clam Treasurer W,t t i nN M c lnnl y ve COMPANY OWNERSHIP: t It taw►. M cCf u�,.� „_ LICEN$ES. !;El S6 of owsscrship % of ownership "/o of ownership "id of ownership County or Municipal Occupaconal License Rio.—_ --1 -3q— 1)6 0 fez / 3 L/ - Ar>gaa rda (attach copy with bid) 1 D 9aCP3 Ile- 2. Occupational Liomsc CIassilcatioo `o,r" 3. Occupadonal License Expiration Data: 7 3 D �9 4. Mtzro-Dade Colony Certificate of Competency No. (attached copy if rcquested is Bid or RFP) 5. Social Security or Fcderal I.D. No. G .7 7 p �✓�� EXPERIENCE: 6. Number of Years your organization has been in business: "! 7. Number of Years experience BIDDER'PROPOSER (person, principal of F _ owner) h= bad in operation Of the type required by the specifications ofthe Bid or RFP: 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._ 98— 6-Lo TIME PERIOD CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: TRUNK ORGANIZERS AWARDED TO: Lawmen's Shooters' South, Inc. Bid No. 97-98-077 $12,100 NUMBER OF BIDS DOLLAR AMOUNTS From: 1994 to Present State of Florida No. 680-000-98-1 $149,575 (Ammunitions) PRIOR CONTRACT AWARD: $7,287.50 (L & L Distributors) 96-97-031 PRICE COMPARISONS: Previous (L & L) $7,287.50 Current Award (Lawmen's) $12,100 A Difference of 66% more SUMMARY OF CONTRACTS. DOC • i • i BID ITEM: BID NO.: CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST TRUNK ORGANIZERS 97-98-077 e DATE BID(S) OPENED: APRIL 13, 1998 TIME 11:00 a.m. �' received ( �) envelopes on behalf of Person receiving bid(s) PURCHASING DEPARTMENT on (City Department) I SIGNE : 7D/eputy City Jerk I'—/-? (Date) CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 97-98-076 Purchase Ballfield Bleachers for the City of Miami Department of Parks and Recreation OPENING DATE: 10:00 A.M. APRIL 13, 1998 110-010~77 Purchase of Tru— the Department of Police OPENING DATE: 11:00 A.M. APRIL 13, 1998 Detailed specifications for these bids are available upon request at the City of Miami, Purchasing Department, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904. Jose Garcia -Pedrosa City Manager AD NO. 4468 & 4469 CITY OF MIAMI w %U LOGO m �....+. "- City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the dv rti m nt with this reauisition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: [] Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount 7q 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Manaqement) and retain Pink coM DISTRIBUTION: White - G.S.A.; Canary - Department