Loading...
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