Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-97-0478
J-97-422 6/29/97 RESOLUTION N0. 9 7 -- 4 7 8 A RESOLUTION BY A FOUR -FIFTHS (415THS) AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, RATIFYING, APPROVING, AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS, AND APPROVING THE EMERGENCY PURCHASE OF AMMUNITION FROM LAWMEN'S & SHOOTERS' SUPPLY, INC., IN AN AMOUNT NOT TO EXCEED $80,530.28, FOR THE DEPARTMENT OF POLICE; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT GENERAL OPERATING BUDGET, ACCOUNT CODE N0. 001000.290201.6.703 ($65,530.28 - FY196- 97) ($15,000.00 - FY'97-98); FURTHER, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S ISSUANCE OF AN EMERGENCY PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, the Department of Police must provide State mandated firearms training to its police recruits; and and WHEREAS, the ammunition will be used to replenish the Department's depleted stocks; WHEREAS, the funding to cover this expenditure is available from the Department of Police General Operating Budget, Account Code No. 001000.290201.6,703 ($65,530.28 - FY'96- 97) ($15,000.00 - FY'97-98); and WHEREAS, the City Manager approved the emergency purchase of ammunitions from Lawmen's & Shooters' Supply, Inc.; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA; CITY C'OMUSSION MEETING OF JUL 10 1997 Revolution No. 97- 478 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. By an affirmative vote of four -fifths (4/5ths) of the members of the City Commission, ratifying, approving and confirming the City Manager's finding of an emergency, waiving the requirements for competitive sealed bids and approving the emergency purchase of ammunition from Lawmen's & Shooters' Supply, Inc., in an amount not to exceed $80,530.28, for the Department of Police, with funds therefor hereby allocated from the Department of Police General Operating Budget, Account Code No. 001000.290201.6.703 ($65,530.28 - FY'96-97) ($15,000.00 - FY'97-98). Section 3. The City Manager's issuance of an emergency purchase order for this purpose is further ratified, approved and confirmed. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 10t3day of July .1997 CAROLLO, AYO ATTEST: WALTER J. FO CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ DEPUTY CITY ATT EY W 1694:CSK a ra APPROVED AS TO FORM AND CORRECTNESS: CITY ATTORN V 97- 478 W 'I1 1 !' z, e CITY OF MIAMI, FLORIDA K�7 *� INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE: JUL — 1 1997 FILE: of the City Commission SUBJECT: Ratifying City Manager's Action FROd Marquez REFERENCES : Emergency Purchase Of v City Manager Ammunition ENCLOSURES: RECOMMENDATION: It is respectfully recommended that a Resolution ratifying the City Manager's emergency action authorizing the purchase of ammunition from Lawmen's and Shooters' Supply, Inc., in an amount not to exceed $80,530.28, be approved. Funding will be from the Police Department General Operating Budget, Account 001000.290201.6.703 ($65,530.28 FY 96-97) ($15,000.00 FY 97-98). BACKGROUND: The Police Department must provide State mandated firearms training to its police recruits - and annual weapons qualification to its sworn personnel. The Department also has to replace its police officers' service ammunition which is two years old. The ammunition will be used to replenish the Department's depleted stocks. Formal bids had been received and Lawmen's and Shooters' Supply, Inc., was the low bidder pursuant to Bid No. 96-97-066R. The Department, however, could not wait until the conclusion of the bid award process and the issuance of a contract. Without the emergency purchase the ammunition would not have been shipped in time to continue the qualification sessions or for the current police recruit class to attend weapons training which is an integral part of their overall training. 97- 478 1 11 Va t CITY OF MIAM1, FLORIDA INTER -OFFICE MEMORANDUM TO: Edward Marquez DATE : FILE: FM 16-2 City Manager FROM : /o%IPW�arshaw���� Chief of Police Description of commodity/service needed SUBJECT: Emergency Purchase REFERENCES: Ammunition ENCLOSURES: The purchase of ammunition from Lawmen's and Shooters' Supply, Inc. Emergency dustif cation The Police Department must provide State mandated firearms training to its police recruits and annual weapons qualification to its sworn personnel. The requested ammunition will be used to replenish depleted stocks so that these training courses may continue. The Department must also replace our police officers' service ammunition. Solicitations See attached bid tabulation Reason for selecting vendor Lawmen's and Shooters' Supply, Inc., is the low bidder for the procurement of this commodity (Bid No. 96-97-066R). Total cost of purchase $80,530.28 (FY 96-97 $65,530.28) (FY 97-98 $15,000.00) DHW:rph 6 /99. 97- 47A r1i 2 Edward Marquez City Manager Page 2 APPROVED/DISAPPROVED: ward Marquez City Manager Office of Budget and Management Analysis Approval: Account Code: 061000.290201.6.703 Amount: FY 96-97 $65,530.28 FY 97-98 $15,000.00 Date **** See attached Bid Award Recommendation Award fora rov -- � at �2 Dipak Parekh ate Director r 97- 478 BID NUMBER: COMMODITY / SERVICE: 96-97-066R Ammunition DEPARTMENT/CONTACT PERSON: 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 Procurement Management Division (PMD). 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 PMD. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Finance/PMD, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by PMD 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 PMD 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 4cl&3c4>;Qb or 416-1907 should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE : DATE: 3 31 a 1 BIDRECOM.DOC 2/28/97 PAGE 1 OF 2 PAGES 97- 478 5 �rlu r'ai3�M rialji 1.. BID AWARD RECOMMENDATION FORM BID NUMBER: 96-97-066R COMMODITY/SERVICE: Ammunition DEPARTMENT / DIVISION: Police TERM OF CONTRACT: one (1) year NUMBER OF BIDS DISTRIBUTED: Eleven (11) NUMBER OF BIDS RECEIVED: two (2) METHOD OF AWARD: Lowest most responsible and responsive bid RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Lawmen's & Shooters Supply, Inc . Non-Minority/Non-Local $ 8 0 , 5 3 0 . 2 8 TOTAL: $80,530.28 i THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Police Department must provide State mandatgr_ firearms training to its os ; c�P r��-ruits al}d annual weareno qualification to its Sworn personnel. ACCOUNT CODE(S): 001000.220201.6.703 $65,4,30_2n (FY 96-971 $15,000.00 (FY 97_98) DEPARTMENT APPROVAL: BUDGET REVIW APPROVAL: PROCU Department Director/ , Dipak larekh Designee Director Chief OTHER FUNDING APPROVALS, IF APPLICABLE: R PAGE 2 OF 2 PAGES TITLE: Procurement Officer 97- 478 VENDOR Item Description 1 .40 Caliber 180 grain CCI Blazer 2 ,40 Caliber 180 grain Winchester Ranger SXT 3 Remington 12 gauge 00 Buck Shotgun Rounds 4 9mm CCI Blazer 5 9mm Winchester Ranger Set 6 Winchester ,223 Caliber 55 grain Ball 7 Federal .223 Caliber 55 grain Soft Point Remington 8 Federal Premium .308 165 grain Sierra Game King Boattall Soft Point 9 Federal Gold Medal .308 165 grain Boattall Hollow Point Match 10 Remington SP12-4BK 12 gauge #4 Buck 11 Remington 12 gauge Rifle Slugs Prepared by Maritza Fresno 03/27/97 TABULATION OF BIDS AMMUNITION BID NO. 96-97-066R Lawmen's & Shooters Supply, Inc. Oaks Wholesale Distributors;` 7750 9th St. SW 954 Florida Avenue Vero Beach FL 32968 Rockledge FL 32955 ?; Non-Local/Non-Minority Non-Local/Non-Minority Est. Unit Extended Est. Unit Extended Price Price Price Price g 700 $ 117.57 Ics $ 82,299.00 700 $ 118.00 \cs $ 82,600.00 50 $ 195.88 \c5 $ 9,794.00 50 NO BID \cs NO BID `! 160 $ 60.36 \cs $ 9,657.60 160 NO BID \cs NO BID 38 $ 102.47 \cs $ 3,893.86 38 $ 103.00 \cs $ 3,914.00 10 $ 128.68 Ics $ 1,286.80 10 NO BID \cs r, NO BID t j 50 $ 159.59 \cs $ 7,979.50 .. 50 NO BID \cs NO BID } I> 100 NO BID Ics NO BID 100 NO BID \cs NO BID !.`! 10 NO BID \cs NO BID 10 NO BID \cs NO BID 20 NO BID \cs NO BID t; 20 NO BID \cs r NO BID k, i=3 80 $ 62.56 Ics $ 5,004.80 r 80 80 $ 62.96 Ics $ 5,036.80 f;" 80 NO BID \cs NO BID NO BID \cs NO BID Approval: I. Department Director/D nee PAGE 01 4©756929f Q415t3/1997 16: c31 "'�-� 1- 8-97 ; 2 ;14PN PROCUREMI ENT f. -* 4075ti9295S # 21 2 BY *.G 1 TY OF M 1 AMI did No. 5bG41-061t ....� w N►wa.h iV+../e 6.6 'VEND(.. r3ACKGROUNU INFOIiMKFION INSTRUC11ONSc 7163 questioruta'iro is to be ii►ettadod with yuur bid. Do not ksva any gwartloos Quescwared. W11011 the question does not apply, write the word($) "Norte", Or "Not Appiioablu", sa appropriate. 144ou pdvL COMPANY OPTICERS. presideat C. heed Knight, Jr. S.cu„,i William H. mcCluret 3s. Vice 111tsideut Wf.T taut it. McClure, Jr. Treasum (:. Keel —> COMPANY OWNERS1111': C. Reed Knight Jr. 1t70X ,M°Ie of owuasi:itt eY. at* owncraliip ___ Ya (1f Q W aicrnlNp %ttfuwaiersiiiit LICENSES: 1. Cuunty or Municipal O=patiwial LkWISO No. �36Z8 ..- (atiach copy witlt bid) 2. Occupational LionscClasaiiicatiott Retail Sales 3, Occupational LiceirsaExpitntlunl7ata: 8ept:ember .3Us 1997 4. MetraUedcCountyCerlltkauoorcimupocistyNo. (attaclicd copy ifmiues(cd itl Did or JUT) S. Soc;al Security or Fedend LD. No. EXPERIENCE, 6. Number of Ycam your organizatW ho bom ini 694inco, 141 f veers 7. Numbcs of Years experience ig1Di7 i/Pktt7lQ8t3R Qm t n, pa•irieipal of Linn, owner) 4ma had lit opcatiott of tba typo mqutre d by tltex Apacificoone ofthla m or pan-, 8. Number of Yean expaxiouco BLIVER!!'lIGC1PMER (iitrn, coiponttion, propricturshIP) lras had is vpavion of the type requVvd by ttte >apauiffcttkimtu of flit bid or U11% 1 c, �►�zs 97— W s. 0 '�=ia . 1 CITY OF MIAMI SUMMARY OF AWARDS FOR: AMMUNITION ' o AWARDED TO: Lawmen's & Shooters o TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1992 to Present #91-92-037 $18,474.00 #94-95-122 $6,085.50 #94-95-172 $7,136.00 SUMMARY OF CONTRACTS. DOC 97- 478 11 AM M U NI T I N szv I=sb= _ ! - e e r r e l - e - — - e e r! „�7a. `fif fir, .i 1:. Yv— — •� r e l — — rr -- e e a e — - e -- r -e l w— 96-97-066R 32V 90.a —— —e--e Meets Ml—e—eeewew w—.re "S= 'ID(i) GPIRIVr MARCH 26, 1997 10:Sd) a.m. ]W pgn_mg�pi��2 rM---------- --—wMe---e•1•------l—.s..rae—weee� r--�eeMMw--lr LAWMEN'S & SHOOTERS' SUPPLY, INC. OAK'K WHOLESALE e lae—�-w leer — e NO BID KIEALER POLICE SUPPLY KIESLER POLICE SUPPLY & AMMUNITION --e—r•—a—rl—. OMB POLICE SUPPLY See attached bid —el Meee—weeem elwle�e ee—le ei��.w elr�—w We received only ne copy of the bid which was se�t� Pt�r �-J2�1me t_-----------_ —r.e-----------} rse e—e---tee—r—►Mee --e e•ew—wre--e— rwe—ewes eer—ale-+w--eew� --- — ----e—rl— _ "CZI#ers #rim the vendors e. 111r c�I-� —s—�--------- ---r-------'—"177 7 — rrceicTed lir.1ely as a# fie r--.� �' Q„-a7... ; e .x•: ..t. . -----a-y--e are hereby rejected as late.' --------------------- --------- ------------ - - -- - - - - - -- - -- - - " - - - - - - - - - - - - - - ♦ - - - - - - -- --- - -- -- - - - - -- -- — -- — — -- — — - — — — — — — — — — -- — — !err — — — — — — — — — — — — — -- — --- -- — — • r-er----r—er—ere-L-r-----rr--r—e ee—l�—r---------rr—e- -- — -- --- --- -- — — — — -- — — — — — -- — — -- — -- — — — — — — — -- — — — -- -- — — — — — — -- -- — — -- - — -- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — ----------------------------------------� -- — — — — — - — — -- — — — -- — -- — — — — — — -- — -- -- — — — — — -- — --- -- -- — r— e —e—�--e—r--r--}. r---err—er—ree♦ r r---r—.�—r--e---r---r — -- — — - — — — — — — — — — --- --- — -- — — — — — — — -- -- — —------! —r — — w— — — — — -- — — — — — r r------------ '---"-----------&---------------------- -- - - - - - - -- -- - - - -r - - - - - - - - - - - - - - & - - - - - - - - - - - - - - - - - - - - - - Y �s—r — -----------seceived ( envelopes on babes! of SO( a tecei i 1t'as� GSA LID WASTE -PROCUREMENT DIVISION -- — ------ ---,�----------- `city-P:p:;i®::t2 ---- ------- r 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, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO.96-97-066R Establish a contract for the provision of ammunition for the Department of Police. OPENING DATE: 10:30 A.M. March 26, 1997 Detailed specifications for this bid are available upon request at the City of Miami, Procurement Division, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904. Edward Marquez City Manager AD NO.4326 CITY OF MIAMI LOGO _{ iTi J �J Fri as r XRON I All Or, A32 6 City of Miami REQUISITION FOR ADVERTISEMENT This number must appear In the advertisement INSTRUCTIONS: Please type and attach a copy of the adygrtis2ment ylitb thil reaulsition. 1. Department'. 2. Divisional RAPIX1.42 pcoaa 3. Account Code number: 4. Is this a confirmation: 5. Prepared by:, 2 XX 290201-287 ❑ Yes No GLADYS Tl1E.RMUDf,'Z 6. Size of advertisement T.Starting date: 8. Telephone number: LEGAL LOV97 9. Number of times this advertisement Is to be 10. Tvae of advertisement: 0 published: (1.1 1 ! . Le al El Classified ❑ Display 11. Remarks, AMP-101,11. T1 OIN r;,lD NO. 96}_97-066R 12. Date(s) of PubVication Invoice No. Amount Advertisement MINT1 DIARIC) Ll,jS Al,�LERTCAS' > 13. ❑ Approved ❑ Disapproved L Department Director/Designee Date' Approved for Payment Date I C JGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to 13.5.A. (Procurement management) ano retain ?'[nK GUPY. DISTRIBUTION: White - G.S.A.; Canary - Department City of Miami, Florida Bid No. 96-97-66R w" 6.0. BID RESPONSE CHECK LIST This checklist is provided to help you conform with all requirements stipulated in this IFB. Submitted With Bid 6,1, Bid Information Form - This form must be completed and signed to validate your bid. YES 6.2 Statement of No Bid, only -if' applicable- If you do not intend to submit a bid on this YES N/A commodity or service, please return this form in the bid envelope on or before bid opening. If the "Statement of No Bid" form is not completed and returned, your company may be deleted from the City of Miami bidders' list for this commodity or service. 6.3. Insurance Requirements - Acknowledgment of receipt of information on the insurance YES N/A requirements for this bid. (Must be signed). 6,4. Price Sheet - To be completed and signed by bidder. YES 6.5. Vendor Background Information - This form must be completed in its entirety to verify the YES capability of bidder to perform/deliver the services/goods specified in the IFB. 6.6. Minority/Women Business Affairs Registration Affidavit, if applicable - Must be completed only if one or more of the owners in the business enterprise is at least 51 % owned by a Black, Hispanic or Female. 6.7. Minority Status Information Sheet - To be completed, if applicable. 6.8, Affirmative Action Policy for Equal Employment Opportunity 6.9. Primary Office Location Affidavit , if applicable - Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the on inal bid amount submitted by the local bidder does not west exceed 110 percent of the loother responsible and responsive bidder. (Must be signed and notarized by the local bidder, only for use in attesting primary office location). 6.101 Debarment and Suspension Certificate - (Must be signed). 6.11. Vendor Application, if applicable - All prospective bidders should complete a vendor application for the commodities/services the vendor can regularly suppply to the City. Should a prospective bidder not be currently listed on the City's vendor/bidder's list, a vendor application will be enclosed with the bid package. Vendors who have already submitted an application and secured a vendor number from the City .are not required to submit a new vendor application. Should a bidder return a bid or a "No Bid", a fully completed vendor application should be returned and the information contained therein will be added to the City's vendor/bidder's list. 6.12. Occupational License - All bids shall be accompanied by a copy of your current license(s), as required. TO BE SUBMITED AS PART OF YOUR BID RE, SPONSE. YES N/A YES N/A YES YES ✓ YES YES N/A YES �_ 19 City of Miami, Florida Bid No. 96-97-66R .,.1 BID INFORMATION FORM Mailing Date: March 12,1997 Bid No.: 96-97-66 Buyer: _ Telephone: Maritza Fresno 305-416-1907 Please quote on this forni(s) net prices for the itent(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 shalt govern in determining the quoted prices. FOR 680-84: AMMUNITION 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. N/A number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. N/A number of calendar days required before commencement of work. Delivery will be made within 30-60calendar 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: William H. McClure, Jr. /561-569-8700 Warranty and/or guarantee: Listed by manufacturer All exceptions to this bid have been documented in the section below. EXCEPTIONS: 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, from, 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: Lawmen's & Shooters' Firm'sName: Supply, Inc. Telephone: 561/569-8700 Principal Business Address: 7750 9th St. SW Fax: 561/569-2955 Vero Beach, FL 32968 Name: Thomas L. Kent Mailing Address: Same Title: Bid Coordina or Authorized Signature: City of Miami, Florida NOT APPLICABLE Bid No. 96-97-661t STATEMENT OF NO BID NOTE: If you do not intend to submit a bid on this commodity or service, please return this form in the bid envelope on or before bid opening. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the vendor/bidder's list. Office of the City Clerk 3500 Fan American Drive Miami, FL 33131-5504 We, the undersigned, have declined to submit a bid on your }aid No. 96-97-66 for AMMUNITION for the following reasons: Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation for Bid, yWe do not offer this product or service. Our schedule would not pennit us to perforni. We are unable to meet specifications. We are unable to meet bond requirements. Specifieations are unclear (explain below). We are unable to meet insurance requirements. Remove us from your bidders' list for this commodity or service. Other (specify below). Remarks: We understand that if this statement is not completed and returned, our company may be deleted from the City of Miami bidders' list for this commodity or service. Company Name: Signature: Title: Telephone: Date: A completed vendor application should be returned with this form if vendor has not previously submitted an application and secured a vendor number from the City. A onilh off{ City of Miami, Florida Bid No. 96-97-066R 6.4. PRICE SHEET/SPECIFICATIONS EXTENDED ITEM: DESCRIPTION: EST. QTY. UNIT PRICE PRICE 1. .40 Caliber 180 grain CCI Blazer 700 $ 117.57 /case $ 82, 299.00 2. .40 Caliber 180 grain Winchester Ranger SXT 50 $ 195.88 /case $ 9.794.00 3. Remington 12 gauge 00 Buck Shotgun Rounds 160 $ 60.36 /case $ 9.657.60 4. 9mm CCI Blazer 38 $ 102.4- /case $ 3.893.86 5. 9mm Winchester Ranger Set 10 $ 128. 68 /case $ 1,286, 80 6. Winchester.223 Caliber55 grain Ball 50 $_159.59 /case $ 7,979.50 7. Federal .223 Caliber 55 grain Soft Point Remington 100 $ /case $ NO BID 8. Federal Premium .308 165 grain Sierra Game King 10 $ /case $ NO BID Boattail Soft Point 9. Federal Gold Medal .308 165 grain Boattail 20 $ /case $ NO BID Hollow Point Match 10. Remington SP12-4BK 12 gauge #4 Buck 80 $ 62.56 /case $ 5,004.80 11. Remington 12 gauge Rifle Slugs 80 $ 62.96 /case $ 5,036.80 TOTAL: $ 124,952.36 Bidder Lawmen's, & Shooters' Supply, Si natur S;:�T�4L"-,— // 1�;r (company name) Inc. g FAILURE TO COMPLETE, SIGN AND RETURN THIS DOCUMENT MAY DISOUALIFY THIS BID. Pagel of 4 City of Miami, Florida Bid No. 96-97-66it 6.5 VL -)OR BACKGROUNDINFORIVIX1. �N 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 OFFICERS: President C. Reed Knight, Jr. Secretary William H. McClure, Jr. COMPANY OWNERSHIP: Vice President William H. McClure, Jr. Treasurer C. Reed Knight, Jr. of ownership of ownership of ownership of ownership LICENSES: 1. County or Municipal Occupational License No.� 03628 (attach copy with bid) 2. Occupational License Classification Retail Sales 3. Occupational License Expiration Date: September 30, 1997 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 59-2223132 EXPERIENCE: 6. Number of Years your organization has been in business: 1411 years 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the 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: 14 years City of Miami, Florida 11 Bid No. 96-97-66R Vendor Background Information form (page 2) 9. Experience Record: List references who may be contacted to ascertain information on past and/or present contracts, work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by specifications of the City's Bid or RFP: j FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB City of Miami Springs 09-10-96 Sold Ammunition P.0.#962321 i 201 Westward Drive Miami Springs, FL 33166 CONTACTPERSON: Linda Foytik PHONENO.: 305/885-4581 I FIRM NAME/ADDRESS I� DATE OF JOB DESCRIPTION OF JOB City of Miami Beach 06-11-96 Sold Ammunition P.O.#P0000010403000 1100 Washington Ave. Miami Beach, FL 33139 CONTACTPERSON: Sgt. Mahle PHONENO.: 305/673-7935 iI FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB City of Miami P. D. 04-19-96 Sold Ammunition P.O d 603258 400 NW 2nd Ave. _Miami, FL 33128 CONTACT PERSON:_ Sgt. Rambo PHONENO.: 305/579-6624 i FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB City of Miami P. D. 07-03-96 Sold Ammunition P.O.# 603904 400 NW 2nd Ave. Miami, FL 33128 CONTACT PERSON: Ramon Berges PHONENO.: 305/579-6845 FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISQUALIFY YOUR BID City of Miami Florida NOT APPLICABLE Bid No. 96-97-66R 6.6 MINO1tITY/WM._,1 BUSINESS AFFAIRS REGISTM _ ION AFFIDAVIT Please Check One Box Only [ ] Hispanic [ ] Female [ ] Black Wl<ot Applicable If business is not 51% tinority/female owned, affidavit does not apply. If not applicable, notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we have read Section 2.25 of the General Terms and meet the fifty-one percent (51%) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at any time information submitted by the undersigned applicant in his/her Bidder Application should prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke tite award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women - owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may share a firm's registration infomation concerning its minority/women status and its capability with other municipal or state agencies for the sole purpose of accessing the Grin to their procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as amended. Firm Name: (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. NOTARIZATION COUNTY, SS COUNTY OF DADE Date: That: acknowledged the foregoing instrument as his/her act and deed. That he/she has produced NOTARY PUBLIC: My Commission Expires: personally appeared before me and as identification. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. I City of Miami, Florida NOT APPLICABLE Bid No. 96-97-66R 6,7 MINORITY STATUS INFORMATION SHEET MINORITY CLASSIFICATION AND PARTICIPATION Please check one box only and complete any and all sections applicable to your f inn. 1. Indicate Minority/Women classification of Business Enterprise (BIDDER): [ ] B=BLACK [ J H= HISPANIC [ ] F=FEMALE [ J NM=NON-MINORITY i 2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation within finn(s), or as it may apply to this bid, if awarded. Indicate Minority/Women Classification of each company: A. JOINT VENTURE: Provide information regarding Minority/Women Firms participating and the extent of participation. % of Dollar Firm Name Business Address Bid Amount rJ L� r� B. SUBCONTRACTORS: Provide information regarding Minority/Women firms participating and the extent of participation. % of Dollar Firm Name Business Address Bid Amount C. SUPPLIERS: Provide details regarding Minority/Women firms that supply you with goods or services; state the extent. % of Dollar Firm Name Business Address Bid Amount FAILURE TO FULLY COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. + );4 �l• *BUY *SELL •TRADE SUPPLY, ilia.. 'V I.AW ENFORCEMENT • SPOIZ 1'SMEN • GUNS • AMMO • ACCESSORIES 7750 91.h Sheet, S.W. • Vero Beach. F lod(ht 32968 • (561) 569-8700 • 17AX (561) 569-2955 AFFIRMATIVE ACT10N POLICY for EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION/ EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT It is the policy of LAWMEN'S AND SHOOTERS' SUPPLY, INC. to base its hiring and promotions on merit, qualifications and competency and that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped sta- tus. One of the management duties of all principals at LAWMEN'S AND SHOOTERS' SUPPLY, INC. is to ensure that the following personnel practices are being satisfied: 1. Take every necessary affirmative action to attract- and retain qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compen- sation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place of birth, religion, national origin, sex, marital status, veteran and handi- capped status. LAWMEN'S AND SHOOTERS' SUPPLY, INC. is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and appli- cants opportunities available throughout the organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management-. And so, to monitor our efforts, LAWMEN'S AND SHOOTERS' SUPPLY, INC. has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. Employees may contact WILLIA14 11. McCLURE, JR. at 561/569-8700 regarding this Affirmative Action Policy. DATE• March 25, 1997 �id Coordinator Signature/ it e City of Miami, Florida Bid No. 96-97-66R 6.9 PRIMARY OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed In full, signed and notarized only if your primary office is located within the corporate limits of the City of Miami. Lawmen's & Shooters' Supply, Inc. Legal Name of Firm: Entity Type: (check one box only)fl Partnership [] Sole Proprietorship LICorporation F53817 Nov. 16, 1981 03628 09-30-96 Corporation Doc. No: Date, Established: Occupational License No: Date of Issuance: PRESENT Street Address: 7750 9th Street SW City: State: How long at this location: Vero Beach Florida 711 years Street Address: 1306 29th Street City: State How long at this location: Vero Beach, Florida 3 years According to Section 18-52.1(h) of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder." The intention of this section is to benefit local bona ride bidderstproposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidderslproposers by this section. Authorize Signature Thomas L. Kent Print Name Bid Coordinator (Corporate Seal) Authorize Signature William H. McClure, Jr. Print Name Vice President — Secretary Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE 0 Personally known to me; or Subscribed and Swornbefore me that this is a true statement this 25 day of March 199 7 0 Produced identification: Jan. 9, 1998 N ublic, State of Florida My Commission expires JMLFIU Janet L. Felix '1'1"1 Printed name of Notary Public My RR 301l Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's primary office. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. City of Miami, Florida Bid No. 96-97-661t 6.10 DEBARMENT AND SUSPENSION CITY OF MIAMI CODE SEC. 18-56.4 (a) Autitority and requirement to debar and suspend: Auer reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. 'Tito City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform withhi the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall riot be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company name: Lawmen's &Shooters' Supply, Inc. Signature: Date: March 25, 1997 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. k. a - r Ka Zimmettttcuut, Tax Collector 3 P.O. Box 1509, Vero Beach, Fl, 32961 ' COUNTY OCCUPATIONAL i At. * LICENSE TAX (Unlncotpointed AtcA Only) Indian River County - Florida i N(alt•AIRNAL7YL91MPOSMFOR IMLURRTO LICENSE -TAX FOR YEAR 96/9.1 KUPT 13 UCKNSR RX111brilb CONSPICUOUSLY AT YOUR 1UtA!RWI1MRNNtpORRP1ACKO/BUSINI31 ACCOUNT # 03628 i cIJ1�31N9�'tf8N.1r CONSPICUOUSLY IiXI=IIt13S si t�'I. 3u, y,� PRIMARY: WAIL SALES SECONDARY: I,ICGNSI? TAX AMOUNTS S 90.00 Locn71oN: 7750 91111 STREET SW i NAME OF BUSINESS OR 11110FE-SSION ARRI;ARS/DEI., PEN $ _________ W9114W' S & SHOOTERS SUPPLY, INC KNIGHT, C REED, JR TOTAL $ 7750 9771 ST SW 40.00 VERO BEACH, FL 32968 - ti I i i f . i I '