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