Loading...
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