Loading...
HomeMy WebLinkAboutR-95-0609J-95-746 8/18/95 c'y)9 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF LAWMEN'S & SHOOTERS SOUTH, INC., FOR THE FURNISHING OF TRUNK ORGANIZERS FOR THE DEPARTMENT OF POLICE, AT A TOTAL PROPOSED AMOUNT OF $6,085.50; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 290201-722; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received May 25, 1995, for the furnishing of trunk organizers for the Department of Police; and WHEREAS, invitations for Bid No. 94-95-122 were mailed to thirteen (13) potential bidders and three (3) bids were received; and WHEREAS, these trunk organizers will be issued for take-home vehicles to safely store additional equipment kept in patrol vehicles; and WHEREAS, funds for this purchase are available from the Police Department General Operating Budget, Account Code No. 290201-722; and WHEREAS, the City Manager and the Chief of the Police Department recommend that the bid received from Lawmen's & :CITY COMMISSION MEETING OF SEP 1 4 1595 Resolution No, 95- 609 Shooters South, Inc., be accepted as the lowest responsive and i responsible bid; i NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the i Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this i Section. Section 2. The May 31, 1995 bid of Lawmen's & Shooters South, Inc., for the furnishing of trunk organizers for the Department of Police, at a total proposed amount of $6,085.50, is II hereby accepted, with funds therefor hereby allocated from the Police Department General Operating Budget, Account Code No. 290201-722. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order I, for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th day of September 1995. i I � j STE HEN P. CLARK, MAYOR j ATTEST: ALTER CITY CL 95- 609 PREPARED AND APPROVED BY: RAFAE . DIAZ DEPUTY CITY A ORNEY APPROVED AS TO FORM AND CORRECTNESS: A./ QLL YS, ItI CITY /ATT O EY W280:csk: 3- 95 - 6®9 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM C«� TO : The Honorable Mayor and Members DATE : SEP - 11995 FILE of the City Commission Cesa io FROM : CityOger RECOMMENDATION: SUBJECT : Bid Approval, Bid No. 94-95- 122, Trunk Organizers REFERENCES: ENCLOSURES: It is respectfully recommended that the award of Bid No. 94-95- 122 and a Resolution accepting said bid be granted to Lawmen's and Shooters South, a non -minority, non -local vendor, located at 5185 South University Dr., Davie, FL, 33328, in the amount of $6,085.50, for furnishing trunk organizers to the Police Department. BACKGROUND: These trunk organizers will be issued to take-home vehicles. They will be used to safely store additional equipment that is issued to these vehicles. Such equipment includes, fire extinguishers, flares, crime scene rope, life buoys, first aid kit, etc. Lawmen's and Shooters South submitted the low bid and meets the department's specifications. On May 11, 1995, invitations for sealed bids were sent to prospective vendors. Bids were opened on May 25, 1995, with three (3) responsive vendors. It is, therefore, recommended that the award of the bid be made to Lawmen's and Shooters South, at a cost of $6,085.50, for the provision of trunk organizers to the Police Department. eXII -1 95- 609 L The Honorable Mayor and Members of the City Commission Page 2 Amount of Bid $6,085.50 Cost Estimate/Budgeted Amount: $7,500 Source of Funds: Police Department General Operating Budget Index Code 290201-722 Minority Representation: N/A Public. Hearings/Notices N/A Assessable Project: N/A Bid No. 94-95-122 % of Cost Estimate: 81% 95- 699 L I CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy S. Carter Chief Procurement Officer io4"�— Donald H. Warshaw FROM: Chief of Police DATE : JUL z " 1995 FILE SUWECT : Bid Approval, Bid No. 94-95-122, Trunk Organizers REFERENCES: ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police Department with trunk organizers,at a cost of $6,085.50. Funding is -to be from the Police Department General Operating Budget, Index Code 290201-722. BUDGETARY REVIEW & APPROVED BY: L N t4v Ma ar Surana, Direc 1/ Dep tment of Budget ADDITIONAL APPROVALS (IF REQUIRED) Eduardo Rodriguez, CIP Manager City Manager's Office (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) 95-- 609 -3 MIAMI, FLORIDA j"'i' BID NO. PH,E ET (Continued) = pQ$',1'=s BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NtT 30 (Include cash discount for prompt payment, if any) Additional discount of N/A % if awarded all items. Warranty and/or guarantee: rpoO ,, rIpG. Delivery: 30 calendar days required upon receipt -of Purchase Order or Notice of Award. N/A Number of calendar -days -required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): C: REED KNIGHT JR. WILLIAM RCCLURE NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address) 7750'9TH,STREET S.W. VERO BEACH, FL 32968-9298 b) List all other offices located in the State of Florida: (street address) 5183 SOUTIi UNIVERSITY DR. DAVIE, FL 33328 (Please use the back of this page if more space is -necessary) MINORITY PROC 1RRMRNT M- P AN _� The undersigned bidder acknowledges that (s)he has received a •copy Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami a yzyrasa to comply with all applicable substantive and procedural provisions therein, incluAVhi^ny amendments thereto. Bidder: Signature:_ company•name ' Date: 5/30/95 Print Name: Indicate if Business is 51% Minority -owned: (Check Qne box only) BLACK [ ] HISPANIC [ ] FEMALE If firm has an existing plan, effective date of implementation: if firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 ended.. -.See Appendix I for sample. omEMS & SHOOTERS' SOUTH, INC. Bidder: 5185 S. UNIVERSITY DR. DIM€,-F1-33378 Signature (company name) �-j csr. FA T 11IRF Tf CGMPI FTF . SIGN, AND_RETUR-N-IRI . b_ 609 F I City of Mimi VENDOR 1 (811) VENDOR 2 (1515) VENDOR 3 (999999-1) UNIT PRICE ANALYSIS (WITH EXTENDED TOTALS, ------------------------- ------------------- •- ------------------------- LOUS GUNSHOP & POLICE SUP LAWMEN'S SHOOTERS SOUTH I GAITS INC RED NO: MPD-5-3223 HIALEAH FL 330112 DAVIE FL 33328 LEXINGTON KY 40509 PGE/PART: III DELIVERY DATE: BUYER: Robin Boclair D-tLIVERY DAPS: :PEN DATE: TERMS: NET 30 NET 30 NET 30 OPEN TIME: 0:00p OTHER 1: HISPANIC NM NM RcOUESTED: OTHER 2: DID NO, 94-95-122 BID NO. 94-95-122 BI➢ 110, 94-95-122 ENTERED: 05/31/95 NOTE: PRINTED: 05/31/95 CODES: > i FOR THE FURNISHING OF TRUNK 150 EA 73.110 40.5701 55,300 > EST: 0.00 REQUISITION SUBTOTAL 11041.50 6085.50 L 8295.00 ➢ISCOUNT 0.00 0.00% -------------- 0.00 0,00% -------------- 0.00 0.00% 11041, 50 6005.50 -------------- 8295.00 PREFERENCE 0.00 --------------• 0,00 0.00 > REQUISITION NET 11041.50 -------------- 6085.50 L -------------- 8295.00 ITEM COMMENTS ITEMS VENDOR COMMENT CODE DEFINITIONS a low Did On Itea Excessive Variance Low Or, All Itess 9"- 609 AWARD OF BID ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: i FUNDING ALLOCATION: BID TABULATION: BID EVALUATION: ALL VENDORS -,MINORITY/FEMALE VENDORS Within City limits Registered with City Black Vendors Located within City limits Registered with City Female Vendors Located within City limits Registered with City i Hispanic Vendors Located within Ciyt limits Registered with City NON MINORITY VENDORS Located within City limits "No Bids„ BID NO. 94-95-122 Trunk Organizers Police Single Purchase To provide additional storage for police equipment such as flares, rope, life buoys, first -aid kits, etc. thirteen (13) three (3) Account Code No. 290201-722 See Attached Bid Invitations Bid Mailed Responses 13 3 3 1 0 0 3 1 0 0 0 0 0 0 1 0 0 0 1 0 2 1 0 0 2 1 10 2 0 0 5 Page 2 of Award of Bi Reason for NOT awarding to local vendor: Local vendor did not respond to Invitation to bid Reason for NO BID is as follows i Law Enforcement Equipment Company- we do not handle this type product Keisler Police Supply - we do not represent specified company Tidewater Police Supplies - no acess to this brand Metro Distributors - provide similar product, but not one specified Valor Corporation - do not carry this type of merchandise RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO LAWMEN'S u SHOOTERS SOUTH A NON -MINORITY, NON -LOCAL VENDOR AT A PROPOSED COST OF $6,085.50. G i Chief Procurement Offic ,x.5. Date CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Walter J. Foeman DATE : September 13, 1995 FILE TO City Clerk SUBJECT : Correct Scrivener's Error CA-11, 9/14 Meeting FROM :A. Quln Jo s II REFERENCES: City Attorn ENCLOSURES: Please substitute the attached pages one and two of resolution J-95-746 which appears as item number CA-11 on the September 14, 1995 Commission Agenda. A scrivener's error appears on the resolution in the packet which cites the total proposed amount as $6,085. This amount has been corrected on the attached to read: $6,085.50. CSK CK:J-95-746 • r, • --' ''�r l w .,.� m (10 95-- 609 -------------------------------------------- BID SO.: 94-95-122 DATE BID(5) OPENED: � MAY �5; 1995 1--- a.m. tf.. TOTAL SID SOtiDCor� BIDDER BID AMOUNT CASHIIR_S CHECK-__, GALL'S INC. _ _See attached bid LAWMEN'S & SHOOTERS SOUTH INC. N We received only one -copy of the bid which was sent to Procuremeat Department LOU'S GUNSHOP & POLICE SUPPLY NO BID KIESLER POLICE SUPPLY LAW ENFORCEMENT EQUIPMENT CO., TIDEWATER POLICE & SPORTSMAN SUPPLIES , METRO DISTRIBUTORS VALOR CORPORATION r--=�Offars--fium—�rr� �*�rnos--i�r�! ire�tn—zcr�—tlm-- rocoived thn.E1y as ci tho grovel opening duflo anrl Hme. All other offors M r±�� e-% i in rospuri ,a� to fl aro hereby re ec1e �.§..��1 'I--L------------- fo✓i received (�) envelopes on behalf of ell (P�raoa r eeiiin� bids) GSA/SOLID WASTE -PROCUREMENT DIVISION oa _ _ 3J_ 9-- ----------------------------------------- (City Department) SIGNS : -�;E _-- -D� uitr Citlerk j i R"f'E , '95 MAY 31 A10:00 cIl-i(� CITY 0!' R ADFIFN00M W. I MAY 15, 1995 94-:79 5 1. 2 §Wk THIS ADDENDUM IS TO NOTIrY PROSPECTIVE 810L)EK, THINIP 1.11r, DhTE AND TIME FOR THE ADOVk: STERVICE WC.1- !'NESDAY, X4Y-31 0 m ')'I-')iFR INFORMATTON AND rjn-,, s.,,i, A G(INZALEY, CURENIENT 'lTY OF M|AM| ` J:08P.NI PK(X]N't|`-`'`'i ' \ City of nf k����U\' _ � _' MiamiDEPARTMENJ' OF FINANCE � -- ---------- - � ------------------------------'-----------'- '--------__--'-------_----- ----__-___ � '- '-' ----_' - ---- --- � � � | ! . � � t PROCUREMENT MA0A�EMENT DIVISION ! .300 Biocayuc- 8ou1ovacd Way, Goit(-� 210 � ! Miao�i, �l"zridu 3313l ` . � � K ' ' t UL� l��l� ��5 575 5180 P 0� L ^ A LEGAL ADVERTISEMENT P;:04 Sealed bids will be received by the City of Miami yi C�,rk at her office located at City Hall, 3500 Pan America`/ v�j. ia�mi, Florida 33133 not later than 10: gam. -May 25,- 1.1�/,� ' the furnishing of approximately one hundred .Fifty (150) �'�an tganizers :as or equal to Roadmaster/Delta Hopper Model 4270000 for the Department of Police. BID NO. 94-95-122 Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the. City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to con -tact the City Procurement office, 300 Biscayne Boulevard, Way, Suite 210, 'Telephone (305)579-G045. T,QQA-L---P-Rr1--F RI3laQ Sec Lion 1.8-52.1(li) of the City Code, as amended, states that the Ci.t:-.y Comittission may offer to a responsible and responsive local bidder, whose primary office is located in Lhe City of .Miami, the opportuni.Ly of accepting a bid at the low bid amount, if the original bid amount subjid.Lted by the local_ vendor does not exceed 110 perr.eixt of Lhe lowest- other responsible- and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and tax return and any of-.hc:r docJuntents to verify the location of the firm's primary office. All. vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readverL-ise. (Ad No. 2004) Cesar II. Udio CiLy Manager- L City of Miami 2 0 0 A VI. °! REOUISITION FOR ADVERTISEMENTThis number must •«,r\��°' appear in the advertisement. INSTRUCTIONS: Please type and attach a-copyf the v rt' t with this reoUisillon. 1. ?,'9 MMREKMENT (FOR) 2POLIC n' 3. Account Code number: 290201-287. 4. Is this a confirmation: ❑ Yes EB No 5. Prepared by: JENNIFFER MILLER 6. Size of advertisement: LEGAL 7. Startin date: MAYi�0, 1995 8. Telephone number: 575-5174 9. Number of:times this advertisement is to be published: 1` 10. Tye of advertisement: Le al ❑ Classified ❑ . Display 11. Remarks: BID N0, 94-95-122 Publication r Menu atid a: Date(s) of Advertisement Invoice No. Amount MIAMI REVIEW MIAMI TIEMS MIAMI LOS AMERICAS i 13. ❑ Approved. ❑ Disapproved 1 I o i� Department Director/Designee Date Approved for Payment Date C GSIPC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Mananement) and retain Pink coov_ via 1 --o l wn: Anlle - 17.A.H.; canary - uepanment R EE F *95 JUNI 12 All :00 1,11 A CITY OF Fl