HomeMy WebLinkAboutM-92-0542•:
CA 12
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO
The Honorable Mayor and Members
of the City Commission
FROM: Cesar H. Odi '
City Manager
DATE : SEP - 21992 FILE :
SUBJECT : Recommendation for Resolution I�
Award of Bid No. 91-92=037,
Ammunition and Supplies
REFERENCES:
ENCLOSURES:
DENIED B'>l
140TION 170
it is respectfully recommended that an award be made and a
resolution be passed accepting the bid of Lawmen's and Shooters
Supply, a non -minority, Florida corporation of 7750 9th Street,
Southwest, Vero Beach, Florida 32968, in the amount of $18,474,
for the provision of ammunition and supplies to the Miami Police
Department. The funding source will be the Police Department
General Operating Budget, Index Code 290201-703.
Pursuant to public notice, the Police Department evaluated sealed
bids received February 19, 1992, for the furnishing of ammunition
and supplies. Eight vendors submitted bids and six submitted
"no -bids." The bid of Lawmen's and Shooters Supply was the
lowest bid meeting the department's requirements and
specifications. Lawmen's and Shooters Supply is a non -minority,
Vero Beach, corporation, whose bid totalled $18,474.
It is, therefore, recommended that an award of bid be made to
Lawmen's and Shooters Supply, in the amount of $18,474. The
Department's specifications have been met, and the funding source
will be the Police Department General Operating Budget, Index
Code 290201-703.
F?"
EN!ED B52 542
OTION NO
Tile Honorable Mayor and Members Bid No.
Of the City Commission Page 2 91-92-037
Amount o Bid % of Cost Estimate:
e:
$18,474
100$
Cost est;mate/Budgeted mn»nt.:
$18A74
Source of Funds:
General Fund - Index Code 290201-703
Minority ReBresentation:
9
Non -minority
Public Hearin�sfNo ;ces
N/A
Assessab1- Pro ct.
N/A
CITY OF MIAMI, FLORIDA
INTER -ORRICE MEMORANDUM
TO: Judy S . Carter DATE :
Chief Procurement Officer
SUBJECT
3vnFROM : CaRo REFERENCES
ko(L-Chief of Police
ENCLOSURES:
FILE :
Bid Approval, Bid No. 91-92-037,
Ammunition and Supplies
This department has verified that funds are available with the
Department of Budget to cover the cost of furnishing the Police
Department with Ammunition and Peripheral Supplies, at a cost of
$191,474. Funding is to be from the Police Department General
Operating Budget, Project No. 690001, Index Codes 290201-703.
FINANCE REVIEW & APPROVED BY:
Carlos Garcia, Director
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
L''
v
onohSurana, Director
ent 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.)
DENIED BY 9 2 - 5 4
MOTION NO
� U
.�, FLORIDA BID N0. 91-92--037
+� o (Continued)
tr!j BID SHEET AND ATTACHMENTS
.•PTACHED ENVELOPE IDENTIFIED BY BID
IF - SECURITY IS REQUIRED? A BID WILL
BOND IS SUBMITTED IN'THIS ENVELOPE.
MUST BE RETURNED IN TRIPLICATE IN '.t!r
NUMBER, TIME AND DATE OF BID OPEN►tF.
NOT BE ACCEPTED UNLESS THE DEPOSIT OR
Terms: Net 30 (Include cash discount for prompt payment, if any)
Additional discount of 0 % if awarded all items.
Warranty and/or guarantee: Factory
Delivery: 30 calendar days required upon receipt of Purchase Order or Notice
of Award.
Number of calendar days required to complete work after start.
Delivery Point(s): As indicated in the Special Conditions
In accordance with the Invitation to Bid, the Specifications, General conditions, Special
conditions, and General Information to Bidders, we agree to furnish the Items) at Prices
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
C. Reed Knight, Jr. C. Reed Knight. Jr.
a) List principal business address: (street address)
7750 9th Street S.W. Vero Beach, FL 32968
b) 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)
MINORITY PROCLiR1eMRNT COMPLIANM
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance 810062 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.
Bidder: Signature:
(company name)
Date:
Print Name:
Indicate if
Business is 51% Minority -owned: (Check
am.box
-% -
DENIED QYA 542
[ J BLACK
[ HISPANIC [ ] FEMALE
A1RKATIVE ACTION PLAN
1�f»QTION NO
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 to
establish an Affirmative Action Policy, pursuant to Ordinance
#10062 as
amended. See Appendrx
I_ for sample.
Bidder: Lawmen's
& Shooters' Supply. Inc Signature:
(company name)
.
FAIURE TO
COMPLETE, _SIGN._. ND RETURN THIS, FORb MAY
DISQUALIFY
THIS BID-
4
Bid No, 91-9.2-037
Ammunition and Ranee Supplies
Police
Contract for one (1) year with option to
extend for an additional one (1) year period
24
8
Attached
1992-93 Operating Budget, Account Code No.
290201-703
ALL VENDORS ...........................
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
24
8
12
3
0
0
8
2
0
0
0
0
0
0
7
1
0
0
• 7
1
5
2
0
0
1
1
12
5
0
0
• -
6
DENIED 1 Y 9 2_ 54
MOTION PTO
4 IP
Reasons for "No Bids" were as follows:
I.
Trophy
Reloading
-- "Primarily
re -manufacture ammunition"
2,
Super
Seer Corporation
- "Do not manufacture
these items"
3.
Venco
Industries Inc. -
"We only sell
firearms cleanning supplies"
4.
Jones
Equipment Company
- "Unable to
furnish items specified"
5.
Metro
Distributors -
"Unable to meet
bid specifications at. this
t itnc' "
6.
Smallwood's
- "We do not
carry these items"
E COMMENDATION:
IT IS RECOMMENDED THAT THE AWARD BE 11AD13 TO
LAWMEN'S AND SIiOOTERS SUPPLY AT A TOTAL,
PROPOSED FIRST YEAR COST OF $18,474.00.
i
D to
DENIED ►3Y 9 2 _ 54
In
..
y
TABULATIO OF B DS FOR
r
/n]
f'fiti+.snwStT 1N'b%Z_C NAfP4e—i
( OF, 2�_
City Atawovoe, City CI&A A. AL
' Itacolaed k lira Goy Cow.nraseow. City Coati. City o1 Miami. FIo.l1e er P. Al.
leader
alb
toor.ksl/s
S
isYMI.i f
(i7iZ1CfOK. �� >!"
1�C^a7 �CCKCN
3 A1&)X7.A4
m,fl
logo
bESCRIPt1o1N
ti
Ural
Pr:ca
Total
Unit
PRica
Total
Unit
Ptice
Total
UnIRUdf
r
Prlte
total
Unit
Prier
.: I�Rcr l C
ow:.
!/ m
50
N*-*to
#f3�#!.o*
190.OD
1400- >c+
14444M
7•St yQ
00
If4 .7
ZU47.10
mop
23LS:00
.8t
ZZ-16.3S
3 So
Coy
3.ts so
Z 4L,
Ooo&xt
-Jb w.
No —
i ,
�ScR.1$ _
It. t` -40
c40D,CO
1-40m.00
1.'W
VIN0.9b
t.4t s
/t g4fto
o. rs
Iz �1 tCt+eo
(,r,
+• •• Afa Slugs" 4.%-%o
15'...
/GtZ2
2'C21.30
Irt>xy
EV mDo
1W.zq
v 43.60.k7
sS
0 L.fib
60 aS'
tr4a-�
1
•• .t'L;r S'2�llrvc t9r»�
5.t�
3ZgM
1 z4.T0
�C�
ILTSoo
Z.I.Z:0(
rct
t S"ta rb
8S s�
7►� .So
fa1a44P
M6-00
iSoo60
16 .es
jrft.00
-i- so
/1rTS:Oo
_A
'a-tl E Cx.Nel�Cl41C "Trtl�(se"C1 .
3 of
Zl .00
i C>�(y.ov
t Sb, CCt
7'Sa.00
_[��g
4.go
Xb 8.b
AM- )JA*M1L*
Lr ow
e
I
*AWARDS
IS
sB4.500
IRREGULARITIES LEGEND,
—
/
f5 THAT.y�'S"�%= � C.•���1
A —N: pe+wr.at_Attern.y
B . Ns A{I:ae•It wr to Capital ! So.slr.t .i 6end.nf Crapeny
1T iiECt7ttMEffdOEO
•e . 1focry %4 .yK//rlt & 7NC 1.0-z ',�t r All Cam! —7W—,Awl r
— Cwrreered E.eanuens
/TP.tta d � �—� R-t �tiC
t Tl c- .¢.4 ynh -y AAA-3-
D — Proposal Uwr:�nad ee I..Peop..ly S.fera of fie Corporeta S.al
0
7r / y
E. Irne:;r lutttutlte: Mot Filled weir
BID
•fJ37
F_
G .,1rlree�er Ltd Bani
"-
11— CG...cryd Met
Irr..- Are. BYr99-
[DEMED
54
OtION NO
tr
r • •^
TABULATION OF BIDS FOR
• • ,
^
l�I•S.wJ�T..++�1 t ICh�GG f�[t�S �.. CrF Z�
Cloy M.nyvt. City Cl.•k A. M. , f
$19ccivd Lc 1lw Cad C.n■.outan. Cloy Clai. C111F of Miami. Melds M P. M.
itit�t's�kls4)O+Il�yeet'
-tl�
na..
t3olc a�
FMihaiA
t Jig
Itwn
�
DuCRIPTIDN
_
'CY
Un.l
Ptie•
T•l•1
Unit
Pliee
tad
Unit
P/lcc
T.t.t
Unit
Price
Told
Unll
Price
T.td
Unitt
Ptice
•T•rd
/ Z0.00
ZIP.
LBO
4eo.ao
.ud
o3, OCO.ao
'
179.00
Z, `70.0
to
7
_
3" 00
1 a mdo
7-7000 -
1-450-0-
*AWARD
I S
UNDER
4
IRREGULARITIES LEGEND.
. 7=L=
IT IS RECObIME14DED TttAT
B _ Ne Allide•1t as t. Coritel ! S,,•P" et 8"J"o C'-Pent'
C _ C"'oetvd E d nwon•
D — Ptopersl Uncign.d at impeopefir S#ynvd of tl. CeVwe1• Scel
L• t)3?
BID
E—Ifut•:a 1 mnalre Nat FI I if-d Ifit
F_
G — lwvmvwr ISW Send
tl — Cen.ctfj Bid
)— MO.
DENIED BY, 9 2 _ 5 2
MOTION NO
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF LAWMEN'S
AND SHOOTERS SUPPLY FOR THE FURNISHING OF
AMMUNITION AND RANGE SUPPLIES TO THE POLICE
DEPARTMENT ON A CONTRACT BASIS FOR A PERIOD
OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR
AN ADDITIONAL YEAR AT A TOTAL PROPOSED FIRST
YEAR COST OF $18,474.00; ALLOCATING FUNDS
THEREFOR FROM DEPARTMENT OF POLICE FYI 1992-
93 OPERATING BUDGET, ACCOUNT NO.
290201-703; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THESE SUPPLIES AND
THEREAFTER TO EXTEND THIS CONTRACT FOR AN
ADDITIONAL ONE (1) YEAR PERIOD AT THE SAME
PRICE, TERMS AND CONDITIONS SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received February 19, 1992 for the furnishing of ammunitions and
range supplies for the Department of Police; and
WHEREAS, invitations were mailed to twenty four (24) and
eight (8) bids were received; and
WHEREAS, funds for these supplies are available from the
Department of Police FYI 1992-93 Operating Budget, Account No.
290201-703; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Lawmen's and Shooters Supply, be
accepted as the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
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.
BEi3I�LD �� 9 2 5 2
140TIO14 NO
1.!
Section 2. V11
lhe February 19, 1992 bt of Lawmen's and
R
Shooters Supply for the furnishing of ammunition and `range
to the Police Department
supplies Aat a total estimated first year cost of $18,474,00 is
hereby accepted with funds therefor hereby allocated from Police
Department FY' 1992-93 Operating Budget, Account No. 290201-703.
Section 3. The City Manager is hereby authorized`/ to
instruct the Chief Procurement Officer to issue a purchase Order
for these supplies and thereafter to extend this contract for an
additional one year period at the same price, terms and
conditions subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this
ATTEST:
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORNEY
day of
APPROVED AS TO FORM AND CORRECTNESS:
1992.
XAVIER L. SUAREZ, MAYOR
A. QUINN JONES, III
CITY ATTORNEY
The herein authorization is'further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
- 2 -
r. tarED B , 92-- 542
,10
2xp
11