HomeMy WebLinkAboutR-94-0785J-94-816
9/7/94
RESOLUTION NO. 9 41 785
A RESOLUTION ACCEPTING THE BID OF LAWMEN'S
AND SHOOTERS SUPPLY, INC. FOR THE FURNISHING
OF VARIOUS TYPES OF AMMUNITION AT A TOTAL
PROPOSED AMOUNT OF $78,778.08 FOR THE
DEPARTMENT OF POLICE; ALLOCATING FUNDS
THEREFOR FROM THE POLICE DEPARTMENT GENERAL
OPERATING BUDGET, ACCOUNT CODE 290201-703;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS ACQUISITION.
WHEREAS, pursuant to public notice, sealed bids were
received June 16, 1994 for the furnishing of various types of
ammunition for the Department of Police; and
WHEREAS, invitations for Bid No. 93-94-133 were mailed to
thirteen (13) potential bidders and two (2) bids were received;
and
WHEREAS, funds for this purchase are available from the
Police Department General Operating Budget, Account Code 290201-
703; and
WHEREAS, the Police Departments training unit is responsible
for maintaining officer proficiency in the use of firearms; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Lawmen's and Shooters Supply, Inc. be
accepted as the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
0 Y COMOSS, -
MEETING OF ON
OCT 2 7 1994
9A Resolution No.
- 785
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 June 16, 1994 bid of Lawmen's and
Shooters Supply, Inc. for the furnishing of various types of
ammunition to the Department of Police, at a total proposed
amount of $78,778.08, is hereby accepted, with funds therefor
hereby allocated from the Police Department General Operating
Budget, Account Code No. 290201-703.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for this purpose.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 27th day of October , 1994.
"T*. S PHEN P. CLA K, MAYOR
ATT
MATTY HIRAI
CITY CLERK
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND
CORRECTNESS:
RA AEL 0. DIAZ A. QU N
DEPUTY CITY ATTORNEX CITY ATT Y
-2- 94- 785
SENT BY:BLDGET UN!T ;lU- 6-N i 8:11YM ;LI )'1 Ur MIAM
CITY OF MIAMI, FLOFUDA ti
INTER -OFFICE MEMORANDUI
dW
OU 14 1994
The honorable Mayor and Members DATE : FILE
of the City Coiwission ,.
euw§cT; Bid Approval, Bid Wo. 93;-94-
133 r Ammunl Ll.on
Cos io _ pvmw4u
Cit r XXoauM
RBCOMMBIiDATION c f _
Yt is respectfully recommended that the award of Bid No. 93-94-
133 and a resolution accepting said bid be granted to Lawmen's &
Shooters Supply Inc., a non -minority, non -local vendor, located
at 779U 9 St. dW, Vero Beach, Florida, 32968, in the amount of
$78,779.00 for the furnishing of ammunition to the Miami Police
Department. The funding source will be the Po1.inn OQpartmant.
General Operating Budget, Index Code 290201-703.
BACKGROUND t
The Police Department'a training unit is responci.bla for
mai.ntai.ning officer prof i r. i anry in the use of firearms. We are
currently going through a. transition from the Glock 9mm to a 40
caliber pistol. We are currently testing several 40 caliber
models. Once the selection is made, the attached ammunition
request will be newatid iii vzdux Lo ,nake the transition a success.
On- June 1, 1994, invitations for sealed bids were gent to
prospective vendors. Bids were opened on June 17, 1994, with two
(2) responsive vendors and five (3) unresponsive vendors.
Lawmen's & Shooters' Supply, inc., and valor Corporation of
Flvrida, responded, however, the letter would not provide a privo
for two of the four items requested.
it is, therefore, recommended that the award of bid be made to
Lawmen's & Shooters' Supply, Inc. in the amount ox $'/Vj,/18.08.
The Department'a specifications have wash hieL, and Lhe funding
source will be the General Operating Budget, Index Code 290201-
703.
94- 785
ZLA 1 01 -ODUUL I Uil 1 I j L U- 1— J,* r L U. L)UtUwj j%, I i 1 Vl th 1 tL)I 1 I Vt,. l %,L.-
WUUUUVi 4Ut I d.f r
The Honorable Mayor and Members Bid No.
of tha City Commiaaion 93-94- 133
Pate 2
Amount Of Bid % of Cnst satimates
$78, 7.78.08 100%
Cost Astimate/Budgeted Amounts
$78,778.06
Source of Fundss
General OpArating Budget
Index Code 290201-703
Minority Reyresentations
N/A
Public t{earings Notices
N/A -
Assessable Projects
N/A
94- 785
MI-
0
i
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy S . Carter DATE : J U 2 2 1994 FILE
Chief Procurement Officer
SUBJECT : Bid Approval, Bid No.
93-94-133, Ammunition
FROM : Donald H. Warshaw REFERENCES
Chief of Police
ENCLOSURES:
This department has verified that funds are available with the
Department of Budget to cover the cost of furnishing the Police
Department with ammunition, at a cost of $78,778.08. Funding is
to be from the Police Department General Operating Budget, Index
Code 290201-703.
BUDGETARY REVIEW & APPROVED BY:
maiXhar Surana, Director
D I
eo4rtment of Budget
REVIEWED AS TO ACCOUNTING AND
TREASURY REQUIREMENTS BY:
Finance Department
ADDITIONAL APPROVALS
(IF REQUIRED)
Eduardo Rodriguez, CIP Manager
City Manager's Office
94- 785
FCH
IAMI, FLORIDA BID NO. 93-94-133
(Continued)
BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ED ENVELOPE IDENTIFIED BY BID NUMBER; TIME AND DATE OF BID OPENING.
IF SECURITY IS REQUIREDe A BID WILL NOT BE ACCEPTED UNLESS THE DEPQSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE..
,rms: Net 30 Days ( Include cash discount for prompt payment, if any)
Iditional discount of NONE. $ if awarded all. items.
irranty and/or guarantee: Manufacturer warranty/guarantee
alivery: 30-60calendar days required upon receipt of Purchase Order or Notice
f Award.
N/A Number of calendar days required to complete work after start.
i accordance with the Invitation to Bid, the specifications, General Conditions, Special
3nditions, and General Information to Bidders, we agree to furnish the Items) at Prices
idicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
C. Reed Knight, Jr. C. Reed.Knight, Jr.
William H. McClure, Jr.
�) List principal business address: (street address)
7750 9th Street -SW
�) List all other offices located in the State of Florida: (street address)
NONE
;Please use the back of this page if more space is -necessary)
' I
HINORTTX PROCURRMRNT CdM_PLTA_NCE
the undersigned bidder acknowledges that (s)he has received a copy of ordinance 110062 as
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
applicable substantive and procedural provisions therein, including any amendments thereto.
ti
Bidder: Lawmen's & Shooters' .Supply, Inc. Signature:
company name)
Date: June 1 , 19F94 Print Name: Larr E. Tippins
Indicate if Business is 51% Minority -owned: (Check one box only)
[ j BLACK [ j HISPANIC [ ] FEMALE
AFFIRMATIVE ACTTQN P .AN
If firm has an existing plan, effective date of implementation: 1982
If firm does not have an existing plan, the Successful Bidder(s) shall be required tc
establish an Affirmative Action Policy, pursuant to ordinance #10062 as amended. See Appendix
I for sample.
Bidder: Lawmen's & Shooters' Supply, Inc. Signatureoz�
4
(company name) 1_ 785
r-Ait iinr Tn rmmni 17Tr ctl;N. ANn RFTIIRN THIS FORM -MAY RUMMUEY THLS BID.
it
I %
%
,rABULATION OF E310S r-On
.4 1 T- / 0 A—) P u r,,- c Bid No. 93-94-133
city Monow, Cloy Cl--I, A. M.
tho ,Cur C—moselon, cloy cl ., L, City of mia-I, lilwido .9_P. M.
VALOR t09PP-AT,o,) cF
�WM Sig,MgS
FtmioA (NM)
sany, jAic- .(NM)_..
r1760 9 STREET 5 W
A4141m 3314
UOD 660
cA FLS2q
D RIPTIOII
Esc,
qTY
Unit
- Poics
701.1
U.10
Price
Total
U.II
Plies
Total
U.11
Plicy
Total
Unit
Plitt
Total
Price
Total
1e�i0 CAL. lbOC794- CCT- BLAUX
Kom
321@, A
rawfv
65A30,!12
-223 CAL 55 GPLIJ WAIL HESTEA
�Ocs
N 0 -
r
7 qzz:Lo
----------
-
-723 CAL 55 60A SET Pei W-E
20,000
N o
1 T-)
4,537.
.16 SPtClAL StAnr,5-
q10*0
S34.,qo
17Z,ZZ8M
6Ob,
IRREGUI—AnrrIESLEGEND.
Jo Pv.,*-*I- Allaon,r IT IS RECOMME11DED THAT cc i, JO 0 6/Z,5
'is Allillo.11 ,, I* Capitol C—ps.y so
:a1flocis'a E"o.nSlins
2ruposal unsionsa or 1,,plop-li, S,gn,4 or too Corporal. Spot
E3 I D
t
ITEM:
DEPARTMENT:
j TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
EUNDi•
i
BID TABULATION:
BID EVALUATION:
Bid No. 93-9 -133
Ammunition
Police
Single Purchase
Ammunition is needed to continue maintaining
officer proficiency in the use of firearms.
13
2
General Operation Budget, Account Code No.
290201-703.
SEE ATTACHED
ALLVENDORS ...........................
MINORITY%FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City.......... ...
Black (B) Vendors ..... ... ...........
Located within City limits.........
Registered with City ...............
Female (F) Vendors .... ... ...........
Located within City limits.........
Registered with City ...............
Hispanic (H) Vendors ..................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids"
Bid
Invitations
Bid
Mailed
Responses
13
2
9
0
2
0
3
0
1
0
0
0
.0
0
4
0
1
0
2
0
4
0
1
0
1
0
4
2
0
0
-
3
94- 785 01
Reason for NOT awarding to local vendor:
Local vendor did not respond to this invitation to bid.
Reason(s) for NO BIDS are as follows:
Kiesler Police Supply- manufacturer requested company not to bid
Security Supply Inc. -can't be competitive
Metro Distributors- can't be competitive
IT IS RECOMMENDED THAT AWARD BE MADE TO
LAWMEN'S & SHOOTERS SUPPLY INC. A NON -LOCAL,
NON -MINORITY VENDOR AT A TOTAL PROPOSED AMOUNT
OF $78, 7,T8.-QB 4 r\
94- '785
j0
Reason for NOT awarding to local vendor:
Local vendor did not respond to this invitation to bid.
Reason(s) for NO BIDS are as follows: ,
Kiesler Police Supply- manufacturer requested company not to bid
Security Supply Inc. -can't be competitive
Metro Distributors- can't be competitive
IT IS RECOMMENDED THAT AWARD BE MADE TO
LAWMEN'S & SHOOTERS SUPPLY INC. A NON -LOCAL,
NON -MINORITY VENDOR AT A TOTAL PROPOSED AMOUNT
OF $78, 4 /\
94- 785
10
. r 1�iID_�EGGFI7T' .
•
SD =,_, AMMUNIION FOR POLICE DEPARTMENT �` •�-�
rrrr.�rr rr-.r
AID go.* 9 3-94-133
sdSE'IDcs) Op""' IOTA
1�7,r1994 10:30 a.m.
/• �•
'OWD�or�
PUT pR11 21D #i21 !1! fISEISA`i_CHEClC�
.__
SHOOTER' SUPPLY INC.
See attached
id
VALOR CORPORATION
NO BID:
•
.KIESLER POLICE SUPPLY
—rr�
SECURITY SUPPLY, INC.
re
METRO DISTRIBUTORS, USA
rr�rr�rr•rrrrr
r�M r»a-ltrr �r ����ra. r•�
�•►��...►Yrr r�a�l�M��►
Mrs--rr��w--1r r�
r-r-.�V.---r•--1�r�r•#.rr��+rr--
M-r-+-��-------
--r-r-i---r-r-��.►�-r
-rss MGM-N�--
--r----r-.-
Ms�or rrr-brrr
----------
--.►.--.. �►---�►--
-M-a,-ram- _-M--i-�
��s.Y-�r.•.a.Y� rr-�
•
------�.r�-Y �.I--.�-�-.►--
�--aM-r-.•�eO�.M---
�+oirr•r -Mrs..
-�'.M-I.-Or -���
- .. -Ao �.►- M - N r l- -r�r-
.►w--.P1..-11---M�7O-y itiM
---�+Y--r.r ..--w1rr0�.-
---------------------
NOM- ----•.•!r+
r-M---s------
V-ra-----.-�r✓..r
V..-for•-f.►r---.s--
•
--�+.---r-r r...-�`-..M---------.+
�p 'V ._ L__ -_ _ received i i 6nv810265 an bebolf of
�_._...
(P�sioa �'iaa bido
SSA Se2id waste -Procurement Division
(CStJ T�pirtmsAt�----------- es -__Z�_ _..._
SIGNED
qVifiotl7ye-arliur C2iikJI-
LEGAL ADVERTISEMENT
BID NO. 93-94-133
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 10:30 a.m. June 17, 1994 for the
furnishing of various types of Ammunition for the Police
Department.
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 contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Local Preference 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 original bid amount submitted by the local vendor
does not exceed 110 percent of the 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 any other documents to verify the location
of the firm's primary office.
ALL VENDORS LOCATED WITHIN THE CITY OF MIAMI MUST PROVIDE A COPY
OF THEIR OCCUPATIONAL LICENSE WITH THEIR BIDS.
Detailed specifications for the bids are available upon request
at the City Procurement Office located at 1390 N.W. 20th Street.
The City Manager may reject all bids and readvertise.
(Ad No. 1474)
Cesar H. Odio
City Manager
`- City of Miami"
REQUISITION FOR ADVERTISEMENT appear number
advertisement
INSTRUCTIONS: Please e and attach a copy of the advertl -- t with this reoulsition.
1. Department;
FOLIC ,
2. Division:
3. Account Code number:
.290201-287
4. Is this a confirmation:
❑Yes No
5. Prepared by:
ROBIN M BOCLAIR
6. Size of advertisement:
i
7. Starting date:
MAY 31, 1994
8. Tele hone number:
5�5-5174
9. Number of times this advertisement is to be
# published: one (1 j
10. Type of advertisement:
Legal ❑ Classified ElDisplay
i 11. Remarks:
i
1 BID NO. 93-94-133
AMMUNITION
12.
Publication
Date($). of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
MI1gRI TIDIES
DIARIO LAS AMERICAB
13:
Approved:.
❑ Disapproved
A\G Al
ec or Designee Date
D art�4*-
Approved for Payment Date
C GS/PC 503 Rev. 12/89j Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRI UTION: White - G.S.A.; Canary - Department