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