Loading...
HomeMy WebLinkAboutR-90-02534-90-205 4 / 1 2 / 9 0 P,ESOLI17I0N N0. 1140—OZ .3 A RESOLUTION ACCEPTING THE BIDS OF OAKS WHOLESALE DISTRIBUTORS IN THE AMOUNT OF $ 3 8 , 1 1 9 . 0 0 A N 0 LAWMEN'S AND SHOOTERS IN THE AMOUNT OF $83,624.00 FOR THE FURNISHING OF AMMUNITION AND RANGE SUPPLIES 10 THE 0EPART14ENT OF POLICE ON A CONTRACT 8 A S I S FOR ONE ( 1 ) YEAR WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE YEAR PERIOD IN AN AMOUNT PROPOSED FIRST YEAR COST NOT TO EXCEED $121,743.00; ALLOCATING FUNDS THEREFOR FROM THE 1989-90 OPERATING BUDGET, ACCOUNT CODE N0. 2 9 0 2 0 1 - 7 0 3 ; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE SUPPLIES A N 0 THEREAFTER TO EXTEND THESE CONTRACTS FOR AN ADDITIONAL ONE (1) YEAR PERIOD, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received November 20, 1989 for the furnishing of ammunition and range supplies on a contract basis for one (1) year with the option to extend for an additional one year period for the Department of Police; and WHEREAS, invitations were mailed to twenty (20) potential suppliers and four ( 4 ) bids were received; and WHEREAS, funds for these supplies are available from the 1 9 8 9 - 9 0 Operating Budget, Account Code No. 2 9 0 2 0 1 - 7 0 3 ; and WHEREAS, these supplies will be used by the Department of Police for the purpose of continuing the quarterly firearms qualifications of all sworn officers; and WHEREAS, the City Manager and the Director of the Department of Police recommend that the bids received from Oaks Wholesale, Inc. and Lawmen's and Shooters be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, F L 0 R 1 D A : 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. r�CiTY COMMISSION MEETING OF APR 12 1990 RESOEU1101i N REMARKS: Section 2 The November 20, 1989 bids of Oaks Distributors in the amount of $ 3 8 , 1 1 9 , 0 0 and Lawmen's and Shooters in the amount of $83,624.00 for the furnishing of supplies on a contract basis for one (1) year with the option to extend for an additional one (1) year period for the Department of Police at a total proposed cost not to exceed $ 1 2 1 ,743.00 is hereby accepted with funds therefor hereby allocated from the 1989-90 Operating Budget, Account Code No. 2 9 0 2 0 1 - 7 0 3 , subject to the availability of funds. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue Purchase Orders for these supplies, and thereafter to extend these contractsi for an additional one (1) year period. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this l2th_ day of April_`____, 1990. WAVIER L S ARE MAYOR ATTE MATTY HIRAI, CITY CLERK / l PREPARED A P P AL J RO VILARELLO C ASSISTANT CITY ATTORNEY APPROVED AS TO F0R14 AND CORRECTNESS: -- JORGE L. FER /ANDEZ 1 The herein authorizations are 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 C u d e provisions. - 2 - t90-0"(4.53 s BID SECURITY LIST D BID ITEM: Ammunition & Ranee Supp] ies Contract, BID NO: 89-90-031 DATE BINS RECEIVED: November 20th, 1982 3:00 p.m. BiDDER TOTAL. BID AMOUNT BID BOND (.ar) CASHIER'S CHECK Lawmen's Shooters Broken Down by items Oaks Whsl. Dist. " Bacon Creek Gun Shop. " Zero Ammunition Co, Inc. " Maszk'sWorkshop Inc. " NO BID: Southern Guns TackleJones Jones Equipment Co. Inc. Law Enforcement Co. Public Safety Devices. RECEIVED � `�i! -� (�I envelopes on behalf of Procurement 3ICNED: partmtnt) DATE: Receivtd the hereinabove described checks this day of 19 'n connection %ith the htreinabove cited bids, w cch�were Accounting Division (or) h�inaed to the undersigned on behalf 07 the SIGN (City Department) --{ - -- ED: DATE: e i s f -1 11 BILE NO. 39--90-03.1 Sealed bids will be received by the City of Miami City Clerk at her office to ive, Miami, Florida not later than :00 .m. Novembe�as 1989 for the furnishing of Ammunition an an e u9 3es,hee e on a contract basis to the Department of Police. 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. 10538 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 of Miami Minority/Women Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 6342 ) Cesar H. Odio City Manager -s Cam_yn pfm REQUISITION FOR ADVERTISEMENT DEPT/DIV. L'=-ocu'-.-F-�;tu tlt (fcft4 ACCOUNT CODE 0 01 ` ` 8 :This number must appear in the advertisement. DATE O+ tUbF:' i 3 8 , 11209 PHONE _ J = "-' 1 APPROVED BY: PREPARED BY M-,.)= is Abi 1 a1 kl t, j DIRECTOR OF ISSUINO'DEPARTMENT Publish the attached advertisement t;nc, (1) times. i (number of times) Type of advertisement: legal xX classified display (Check One) Legal Size: First four words of advertisement: Starting date 13i& Pao. 09--90-021-: St�alc?6' bi(is Fai_ia. 1.)4_,... Remarks: A;nmuni.tion cox 1taiiij(? a DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. i_ — LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 Aiam i Re vic-,w A-1 B-2 C-3 D-4 E_-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY Mfv� DD ' Adv. Doc. Reference VENDOR INDEX CODE OBJECTPROJECT 11 13 1 117 18 1 25,34 39 42 45 50 51 56 57 62 63 6566 71 0 1 12 1411 1 VIP 2 10121_H 218171 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department Ya1.icjw (-C py. L"a_].v CITY OF MIAMI, FLORIDA I CA=11 INTER -OFFICE MEMORANDUM TO The Honorable Mayor and Members DATE �D �� A FILE = of the City Commission A � SUBJECT Recommendation for Resolution Award of Bid No. 89-90-031, Range Supplies Cesar H. Odi FROM i•. 1 REFERENCES - City Manager • ' ENCLOSURES RECOMNNDDATIO I�z_ It is respectfully recommended that an award be made and a resolution be passed accepting the bids of Oaks wholesale =_ Distributor and Lawmen's and Shooters, in the amounts of $38,119 and $83,624 respectively, for the furnishing of ammunition and range supplies. The Police Department has analyzed the bids received on November 20, 1989, for the furnishing of ammunition and range supplies. These items will be utilized to continue the quarterly firearms qualifications of all sworn officers. On November 1, 1989, invitations for sealed bids were sent to prospective vendors. Bids were opened on November 20, 1999, with four vendors submitting bids and five vendors submitting .,no - bids." It is requested that the bid be split between Oaks Wholesale Distributors and Lawmen's and Shooters as they provided the lowest responsive bids. None of the responsive vendors are located within the boundaries of the City of Miami. Ms. Adrienne Macbeth was contacted reference to Minority Participation and she concurs with the Department's recommendation. It is, therefore, recommended that the award of bid by made to Oaks wholesale Distributors, in the amount of 3P, 119, arirl tr) Lawmen's and Shooters, in the amount of $83,624, for a r:nl-al amount of $121, 743, for the furnishi.nq of Ammuniti�,+i and Parige Supplies . Fundino will be the Police Department f;eneral_ Fnn(.l; Index Mode 290201-703. 9023 The Honorable Mayor and Members of the City Commission Page 2 Amount of Bid $121,743 Cost estimate/Budgeted AznP-unt: $121,743 Source of Funds General Fund Mingrity Representat ign : Non -Minority Vendors Public Hearings/Notices N/A Assessable Pro ji�ct_ N/A Bid No. 89-90-031 I of CostEstimate: 100% 90-0253 CITY OF MIAMI, FLORIDA - INTER -OFFICE MEMORANDUM TO William J. Schaut Chief Procurement Officer FROM * erry L. Ande son, Jr. Chief of Poli e DATE SUBJECT REFERENCES ENCLOSURES F E 8 5 19g0 FILE Bid Approval, Bid No. 89-90-031, Range Supplies This department has verified that funds are available for the purchase of Ammunition and Range Supplies at a total cost of $122,469. Funding is to be from the Police Department General Operating Budget, Index Code 29030i-703. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: t Manoha_r 'irr_ana, Director Department' of Budget 6 -it j ADDITIONAL APPROVALS (IF REQUIRED) Eduardo Rodriguez, CIP Manager City Manager's Office Frank Castaneda Director Community Development. (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.) 90---0253 ... .. I jit 1 . '. 1111, d I 1 I II lI I w . Ins, L 1 I,1II II II. II i it ,I .I ,I I I bl IJI I I Il II II I II 1. 1, II III IJ I IJi I Ill. Ill ill II 1. I�III II I II III II II II II i 11 1 II IIII I II III I'!II i,lli L III 11 I li I h_IJI II 6l f.lid ��l1 1, ii i'll,i,Illd lll.11l 1l111 11111111.11 lJ DCC REPORT SE200 COMPUTER PRODUCTION DATE 03/18/90 RPT RFC: SE200 CITY OF MIAMI EXPENDITURES REPORT FISCAL MONTH 05 PORTION OF YEAR EXPIRED 41.6% AS OF 02/28/90 QA/D8/8E200 PAGE - 00050 FUND 01 GENERAL FUND PROJECT 000000 NOT SUBFUND RELATED DEPARTMENT 29 POLICE DIVISION 02 OFFICE OF ADMINISTRATION SECTION 01 POLICE -OFFICE OF ADMINISTRATION QUARTERLY % EXP ALLOTMENT OBJ ANNUAL BUDGET EXPENSE EXPENSE YTO ENCUMBRANCE OUTSTANDING + ENC/ ALLOT BALANCE AVAILABLE CODE DESCRIPTION BUDGET ALLOT YTO CURR MTD 610 RENT OF EQUIPMENT - OUTSIDE 373,766 373,766 473,658 71,363 39,471 136,320 197,357 236,573 99.7 41.6 871 276,300 64 640 INSURANCE. - PROPERTY INSURANCE 473,658 52,608 52,608 2,936 21,846 30,028 98.6 732 710 0 INTERNAL SERV CHGES MOTOR POOL 2,751,211 2,751,211 229,429 1,146,467 23 41.6 41.6 1,604,719 43 771 INTERNAL SERV CHGES HEAVY EQUIP MAINT 47,560 565,796 565,796 65,796 5,006 5.006 70,834 70,034 12.3 95,761 495.761 772 INTERNAL SERV CHGES PROPERTY MAINT 170,000 170,000 6,969 37,609 640 773 774 INTERNAL SERV CHGES PRINT SHOP INTERNAL SERV CHGES COMMUNIC MAINT 470,000 470,000 38,333 193,333 312 41.1 41.1 90.2 27131,750 666 279,639 9,639 775 INTERNAL SERV CHGES CUSTODIAL SERVICE 98,430 98,430 16.105 88,477 } w w f. R k 1 R R} p} f r! w w r w R. w r. R r w 1 r 11 R r r w w t r r 1 1 R r} f y R r w f w 1 f R t w! 1 1 r r R 1. 1 w t t r 1 w r 1 f}} w r f f 1 f 1 f t t• t w t f ....... w• w w w ....... R ..................... 43.3 3,150,612 ... OPERATING SERVICES " ' 30 300 5.564,281 5,564,281 454,127 2,138,826 274,842 sfrwtrlRwlrwrfwlr/rr.......•f ............................... .wR.}•}...wRRR..w.R.wrrrwlRrr}rrllrwwrrwrrffwwrllwtrlrl.<.r<.rfRrrrlrwrf 260 PROFESSIONAL SERVICES - DENTAL HOSP 321,328 321,328 6,193 77,927 28,530 139,207 170,773 132,924 62.0 $4.5 122,023 49,559 270 PROFESSIONAL SERVICES - OTHER 321,691 33,500 321,691 33,500 150 6,465 2,403 26.5 24,611 340 510 OTHER CONTRACTUAL SERVICES - OUTSIDE COMMUNICATIONS SERV. EPH. OUTSIDE 161,028 161.028 19,871 34,803 1,597 34,615 22.6 99.9 124,627 55 670 REPAIR/MAINTENANCE - OUTSIDE 60,000 60,000 13,790 25,329 18.000 600 PRINTING/BINDING - OUTSIDE 16,000 67,000 18,000 87,000 19,147 39,632 5,224 51.5 42.143 700 701 OFFICE SUPPLIES OFFICES-EQU REPAIRS -EQUIPMENT SUPPLIES 48,000 48,000 78 2.274 78 ='i 20,452 41335 42.7 6.1 27,469 321- a703 AMMUNITION �i41.,000 141,000 21 21 21- .'712`"HORTICULTURAL SUPPLIES 10,000 10,000 779 1,601 23.8 7,619 714 716 DRUGS AND MEDICINE PAPER STOCK. - PRINTING 2.495 7,429 20,829 94.1 31,74 1,569 718 PARTS AND MAINTENANCE SUPPLIES 30,000 34,000 34.000 30,000 34,000 34.000 1,233 1,233 9,054 9,054 11,376 11,376 60.1 60.0 13,569 719 719 SAFETY SUPPLIES MISCELLANEOUS SUPPLIES 182,899 182,899 45,304 82,707 20,914 97,350 1,070 98.4 86.2 2,840 3,514 760 BOOKS PUBLICATIONS MEMBERSHIPS 25,500 25.500 14,213 R .............. f ............ r ......... r a R w . k } } w . R . R R r t w ♦ f ... r ..... r ..... r ! ...... • ...... w ......... ► ........ ................... 406,011��wff528,228R�f 60.7 604,705 ... OPERATING SUPPLIES " ' 30 400 1,S38,946 1,538.946 . R ... f .. t ... �lR206,062�wlR • . f ..... ........ . w .... f ........ w.... ........ . • w w• R R} R R. R R R R. R< f< w w• .. w 1 w•!•• R. .. R R. R ..................... fz ................. R R ....... w .. ....... ................. f ........... f t f f 1 r R f t w R t w t t f t! 1 1 f R f f/ R R w t R t 1 r t f w w t t f t f t 1 w t w■ w r t w f f R t f f w w w f 1 w f t ... TOTAL OPERATING EXPENSES '"' 7,103,227 7,103,227 660,190 2,544,838 803,071 47.1 3,755,317 .! R R• R. w R< f f!.}.} 1< r. R R R R R R f r f R R f w r 1 r f I w}< f< w w t.! R f w f R. f w w f r<.< t f f 1 1 f! f f t 1 1< f w 1 r 1 t} r t r t f w w f f w 1 f• w f t r 1 r 1 f w t t r 1 t. 1 R f w 1 w w f/ f I f f w r 1 r t. 1 1 r� 11 I, i 1 11 Tf 11111 I 11 11 ''1 llll ll ` j° ` 111 41 11 1 I•'.. I P, ' III , 10 1, ' a 1 11 111 1 . 11 1 1 1 i i i .i i .. . E] E uF MIAMI, FLORI' . , OCUR.EMENT MANAGEME� DIVISION BID SHEET P.O. OX 33C /08 Miam <. Fl 33 23 3-0708 TELEP.ONE'NO. 575-5174 BID NO. 89-90-031 IMPORTANT: BID SHEET AND BIRDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID FALL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: I► c'r ,.'� r�a�S (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. warranty and/or guarantee: State any variances to specifications (use separate o sheet if :ecessary): Delivery: 3,r ho calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami Police Department -Property Bur_ea,_ 400 N.W. 2nd Avenue Miami, F1 33128 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 bi! sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: Please use the back of this page if more space is necessary �. Name of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has receives a copy of ,)rdinance No. 10538, 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. Signature:i (company name Print Name Indicate if Minority Business: Date: j Black [ 7 Hispanic r ) womrn FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS ETD . ____W E l I JF MIAMI, C FLORIW _UREMENT MANAGEME 3 VISION BID SHEET P.O. BOX 33Ui08 Miam� Fl 33233-0708 TELE. .JNE No. 575-5174 BID NO'. 89-90-031 IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE 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: (Include cash discount for prompt payment, if any) additional discount of c % if awarded all items. ;iarranty and/or guarantee: f -; -r'V State any variances to specifications (use separate sheet if necessary):L�, �,r1✓` ;�� ')elivery:.-'/,' .r �c llendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami Police Department -Property Bugeau 400 N.W. 2nd Avenue Miami, F1 33128 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): NAMES OF COMPANY OFFICERS: ?lease use the back of this page if more space is necessary) Name of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy cf Ordinance No. 10538, 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. �. 3IDLERi-ijk ',rt ti`f`f '.li,•rr�.. ' ". %; , Signature: company name ` Print Name: Indicate if Minority Business: Date: ] Black [ ] Hispanic [ ] Women FAILURP. TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PHIS 90-02 3 ' AWARD OF BID Bid No. 89-90-031 ITEM: Ammunition & Range Supplies DEPARTMENT: Police TYPE OF PURCHASE: Contract Ear one (1) year. REASON: These items will be utilized to continue the quarterly firearms qualifications of all sworn officers. POTENTIAL BIDDERS: 20 BIDS RECEIVED: 4 TABULATION: Attached FUNDS: 1989-90 General Operating Budget Account Code No. 290201-703. MINORITY PARTICIPATION: Invitations to bid were sent to four. (4) Hispanic and two (2) Woman -owned firms engaged in the guns and ammunition business as located in the following sources: 1. New Vendors Applications on file in the Procurement Office. 2. City of Miami Minority Register 3. Previous Bid on File in the Procurement Office No Minority response received. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman Non -Minority New Bidders Black American Hispanic American Woman Non -Minority Courtesv Notifications "No Bids" -, - ^- Totals The bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bid Invitations Mailed 0 1 1 11 0 3 1 3 18 �]M- Numbe r of Responses 0 0 0 4 0 0 0 0 5 9 9G253 Page l of 2 Reasnns f(-)r. "No F?i were -is follows: 1. Southern Guns & Tackle - "Unable to hid at this moment. tie are being sold." 2. Jones Equipment Co. - "Unable to furnish itQms specified." 3. Law Enforcement Co. - "No bid." 4. Public Safety Devices - "Can not supply at this time." 5. Zero Ammunition Co. Inc. - "No bid." R_ECOMMENDA`I'ION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO OAKS WHOLESALE DISTRIBUTORS IN THE AMOUNT OF $ 3 8 ,11.9 .0 0 AND LAWMEN'S AND SHOOTERS IN THE AMOUNT OF $83,624.00 FOR A TOTAL PROPOSED AMOUNT OF $121,743.00. Procurement Supervisor Date 90-0;2053 Page 2 of 2 C& C f.[�fwtaulABUt•` LAjfiJ� F WDS FOR� -a PRs� t A'/ .--- ItCm Vr iieSCtrilrOr gya,Ky Unit PriCO Tatal tat pfice Fatal Unit Ries Total Unit Price 7eta1 iUAit Price Yatal 1 M Off". a S"o�. t . "..9 '% N N a3 V, _ _ / r7,!Ej"� S.,gx .1 13 79. s& 9,6. lv• / sAyplJ ia s•� _._ —_ _ _ _......_ �60. r% Nfi3 ^ 6 on.°° N o `% N ,a Ga O•r° rr14 /a G-r- . a nr ,[i /d . °= /s�.�l _ _.. doff d.Pa .ep ,.3o a 37• —Zjspa xo.ae ,. Mr�Mi• „�. � - - - - - -- N. ss " <,I a 00n4 .'�' C3- _ lie • •9 — — �.yty,�n 1�'= S I. CT _ _.. ot�_ is J4_ - - - —tra _ o•� —__- _ d .sue_ I5 f�k 2�' - 1�r2 �_ — TOTAL $ 38,118.75 $83,623.64 Oaks Wholesale awarded Items Nos. 3,5, thru 10, 12,13,14.16 thru 19, 26,27 & 29. Lawmen's & Shooters awarded Items Nos. 1,2,4,15,20,24,25 & 28. E 11