Loading...
HomeMy WebLinkAboutExhibitQiit ANNIE PEREZ,CPI'C) EMILIO T. (3ONZALEZ, PI-1,11 ProctiRtment I)irector City Nlanager CITY OF MIAMI'S SUPPLEMENTAL AGREEMENT TO BID CONTRACT BETWEEN VILLAGE OF INDIAN CREEK, FL AND LAWMEN'S AND SHOOTERS' SUPPLY, INC. The City of Miami ("City") is accessing the above mentioned agreement to procure lead-free ammunition for the Department of Police ("Police"). That certain Contract titled "Ammunition" between the Village of Indian Creek, FL ("Indian Creek"), and Lawmen's and Shooters' Supply, Inc. ("LAWMEN"), made and entered effective as of May 23, 2017 is attached hereto and is incorporated by reference herein. This supplement to the Contract between Indian Creek and LAWMEN includes City of Miami legal requirements. The term of this Contract is as stated in Section 1 of Appendix C of the Indian Creek Invitation to Bid (ITB), which is from May 24, 2017 to May 23, 2020 with two one-year renewals, extending the contract to May 23, 2022, The Indian Creek ITB is attached hereto as Exhibit A and made a part hereof. The effective date of access by the City of Miami is , 2018. a) All references to "the Village of Indian Creek" or "the City of the Village of Indian Creek", shall be deleted and replaced with "the City of Miami", or "the City", as applicable. b) LAWMEN'S Responsibilities: A. LAWMEN has agreed to furnish the goods as further described in Indian Creek contract number ITB No.2017.5.18AB ("Ammunition Contract"), as indicated in Exhibit A, Invitation to Bid as attached. B. LAWMEN will provide products to the City in an amount equal to the costs identified in the Ammunition Contract, Tabulated Results. C. LAWMEN's responsibilities will commence on the effective date of this agreement. c) Section 32 of the contract, titled "Florida Public Records Law" is hereby deleted in its entirety. d) Section 34 of the Contract, titled "Indemnification" is hereby deleted in its entirety and replaced with the following language: LAWMEN shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of LAWMEN and persons employed or utilized by LAWMEN in the performance of this Contract. LAWMEN shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, LAWMEN shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. LAWMEN expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by LAWMEN shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate LAWMEN to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by LAWMEN, or persons employed or utilized by LAWMEN. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. LAWMEN shall require all sub -contractor agreements to include a provision that each sub- contractor wilt indemnify the City in substantially the same language as this Section. LAWMEN agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of LAWMEN in which the City participated either through review or concurrence of Consultant's actions, In reviewing, approving or rejecting any submissions by the Consultant or other acts of Consultant, the City, in no way, assumes or shares any responsibility or liability of Consultant or any sub -contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by LAWMEN. e) Section 39 of the Contract, titled "Legal Requirements" is hereby deleted in its entirety. f) Section 40 of the Contract, titled "Liability, Insurance, Licenses and Permits" is hereby deleted in its entirety and replaced with the following language: LAWMEN shall provide and maintain in force at all times during the Agreement with the City, such insurance, including Workers' Compensation and Employer's Liability Insurance, Comprehensive General Liability Insurance, Automobile Liability Insurance and Errors and Omissions Insurance to assure the protection contained in the foregoing indemnification undertaken by LAWMEN. A. Commercial General Liability Insurance with limits of no less than $1,000,000.00 per occurrence, $2,000,000 policy aggregate, affording coverage for bodily injury, including death, and property damage. The certificate of insurance shall insure exposures arising out of premises and operations, products and completed operations, personal injury and advertising liability. This insurance shall list the City of Miami as an additional insured. Page 2 B. A Certificate of Insurance acceptable to the City shall be provided listing the above coverages and providing 30 days prior written notice to the City in the case of cancellation. The City shall be named as an additional insured on all liabilities, except professional liability and workerscompensation coverage. A copy of the certificate shall be mailed to the City's Risk Management Department at the time LAWMEN executes this Agreement. g) Section 48 of the Contract, titled "Payment" is hereby deleted in its entirety and replaced with the following language: All invoices issued by LAWMEN will be processed within forty-five (45) days, from the date of issuance in accordance with Florida Statues Sections 218.73 and 218.74 of the Florida Prompt Payment Act. h) Section 56 of the Contract, titled "Public Records", is hereby added with the following language: LAWMEN hereby agrees and understands that the public shall have access, at all reasonable times, to all documents and information pertaining to the City, subject to the provisions of Chapter 119, Florida Statutes, and any specific exemptions there from, and LAWMEN agrees to allow access by the City and the public to all documents subject to disclosure under applicable law unless there is a specific exemption from such access. LAWMEN's failure or refusal to comply with the provisions of this section shall result in immediate termination of LAWMEN by the City. Pursuant to the provisions of Section 119.0701, Florida Statutes, LAWMEN must comply with the Florida Public Records Laws, specifically LAWMEN: 1) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. 2) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 4) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of LAWMEN upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 5) Al! records stored electronically must be provided to the City in a format compatible with the information technology systems of the public agency. The Inspection and Audit provisions set forth in Sections 18-101 and 18-102 of the City Code are deemed as being incorporated by reference herein and additionally apply to this Agreement. Should LAWMEN determine to dispute any public access provision required by Florida Statutes, then LAWMEN shall do so at its own expense and at no cost to the City. IF LAWMEN HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO LAWMEN'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, Page 3 CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDSMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. LAWMEN MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. i) Section 57 of the Contract, titled "Notices", is hereby added with the following language: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery of by registered or certified US Mail, return receipt requested, address to the other party at the address indicated herein or to such other address as a party my designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by mail on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO THE CITY: Emilio T. Gonzalez, Ph.D. City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mendez City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 TO LAWMEN: Lawmen's and Shooters' Supply, Inc. 7750 9th Street S.W. Vero Beach, FL 32968 Attn.: Gail Walker -Keen or C. Reed Knight, Jr. Section 58 of the Contract, titled "Applicable Law, Venue and Attorney's Fees", is hereby added, with the following language: This Agreement with the City of Miami will be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between LAWMEN and the City of Miami will be in a court of competent jurisdiction located in Miami -Dade County, Florida. Each party shall bear their own respective attorney's fees. Page 4 k) Section 59 of the Contract titled "Equal Employment Opportunity", is hereby added with the following language: In the performance of this Agreement, LAWMEN shall not discriminate against any firm, employee or applicant for employment or any other firm or individual in providing services because of sex, age, race, color, religion, ancestry, disability, or national origin. I) Section 60 of the Contract titled "Contingency Clause", is hereby added with the following language: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, city programs or policies , or regulations, upon thirty (30) days written notice. m) Section 61 of the Contract titled "Force Majeure", is hereby added with the following language: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. n) Section 62 of the Contract titled "No Conflict of Interest", is hereby added with the following language: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, LAWMEN hereby certifies to the City that no individual member of LAWMEN, no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. LAWMEN hereby represents and warrants to the City that throughout the term of this Agreement, LAWMEN, its employees, and its subcontractors will abide by this prohibition of the City Code. o) Section 63 of the Contract titled "No Third Party Beneficiary", is hereby added with the following language: No persons other than LAWMEN and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. Page 5 p) Section 64 of the Contract titled "Survival", is hereby added with the following language: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. q) Section 65 of the Contract titled "Governing Law", is hereby added with the following language: This Agreement with the City of Miami will be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between LAWMEN and the City of Miami will be in a court of competent jurisdiction located in Miami -Dade County, Florida. Each party shall bear their own respective attorney's fees. Page 6 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized. LAWMEN'S AND SHOOTERSSUPPLY, INC.: CITY OF MIAMI, a municipal corporation: BY: BY: C. Reed Knight, Jr. Emilio T. Gonzalez, Ph.D., City Manager DATE: DATE: ATTEST: Corporate Secretary/Notary Public ATTEST: Corporate Seal/Notary Seal Todd Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: Ann -Marie Sharpe, Director Risk Management APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney Page 7 ANNIE PEREZ, CPPO EMILIO T. GONZALEZ, PH.D. Procurement Director City Mantiger CITY OF MIAMI'S SUPPLEMENTAL AGREEMENT TO BID CONTRACT BETWEEN VILLAGE OF INDIAN CREEK, FL AND NPEE L.0 d/b/a National Police Ammunition The City of Miami ("City") is accessing the above mentioned Agreement of the Village of Indian Creek, FL, ("Indian Creek") to procure lead-free ammunition for the Department of Police ("Police"). That certain Contract titled "Ammunition" between Indian Creek and NPEE L.0 d/b/a National Police Ammunition ("NPEE"), made and entered effective as of May 23, 2017 is attached hereto and is incorporated by reference herein. This supplement is to the Contract between Indian Creek and NPEE includes applicable City of Miami legal requirements. The term of this Contract is as stated in Section 1 of Appendix C of the Indian Creek Invitation to Bid (ITB), which is from May 24, 2017 to May 23, 2020 with two one-year renewals, extending the contract to May 23, 2022. The Indian Creek ITB is attached hereto as Exhibit A and made a part hereof. The effective date of access by the City of Miami is , 2018. a) All references to "the Village of Indian Creek" or "the City of the Village of Indian Creek", shall be deleted and replaced with "the City of Miami", or "the City", as applicable. b) NPEE's Responsibilities: A. NPEE has agreed to furnish the goods as further described in Indian Creek contract number ITB No.2017.5.18AB ("Ammunition Contract"), as indicated in Exhibit A, Invitation to Bid as attached. B. NPEE will provide products to the City in an amount equal to the costs identified in the Ammunition Contract, Tabulated Results. C. NPEE's responsibilities will commence on the effective date of this agreement. c) Section 32 of the contract, titled 'Florida Public Records Law" is hereby deleted in its entirety. d) Section 34 of the Contract, titled "Indemnification" is hereby deleted in its entirety and replaced with the following language: NPEE shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of NPEE and persons employed or utilized by NPEE in the performance of this Contract. NPEE shall further, hold the City, its officials and employees harmless, indemnify, save civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, NPEE shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. NPEE expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by NPEE shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate NPEE to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and ail suits and actions of every name and description which may be brought against the City, whether performed by NPEE, or persons employed or utilized by NPEE. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. NPEE shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. NPEE agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of NPEE in which the City participated either through review or concurrence of Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of Consultant, the City, in no way, assumes or shares any responsibility or liability of Consultant or any sub -contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by NPEE. e) Section 39 of the Contract, titled "Legal Requirements" is hereby deleted in its entirety. f) Section 40 of the Contract, titled "Liability, Insurance, Licenses and Permits" is hereby deleted in its entirety and replaced with the following language: NPEE shall provide and maintain in force at all times during the Agreement with the City, such insurance, including Workers' Compensation and Employer's Liability Insurance, Comprehensive 'General Liability Insurance, Automobile Liability Insurance and Errors and Omissions Insurance to assure the protection contained in the foregoing indemnification undertaken by NPEE. A. Commercial General Liability Insurance with limits of no less than $1,000,000.00 per occurrence, $2,000,000 policy aggregate, affording coverage for bodily injury, including death, and property damage. The certificate of insurance shall insure exposures arising out of premises and operations, products and completed operations, personal injury and advertising liability. This insurance shall list the City of Miami as an additional insured. Page 2 B. A Certificate of Insurance acceptable to the City shall be provided listing the above coverages and providing 30 days prior written notice to the City in the case of cancellation. The City shall be named as an additional insured on all liabilities, except professional liability and workers' compensation coverage. A copy of the certificate shall be mailed to the City's Risk Management Department at the time NPEE executes this Agreement. g) Section 48 of the Contract, titled "Payment" is hereby deleted in its entirety and replaced with the following language: All invoices issued by NPEE will be processed within forty-five (45) days, from the date of issuance in accordance with Florida Statues Sections 218,73 and 218.74 of the Florida Prompt Payment Act. h) Section 56 of the Contract, titled "Public Records", is hereby added with the following language: NPEE hereby agrees and understands that the public shall have access, at all reasonable times, to all documents and information pertaining to the City, subject to the provisions of Chapter 119, Florida Statutes, and any specific exemptions there from, and NPEE agrees to allow access by the City and the public to all documents subject to disclosure under applicable law unless there is a specific exemption from such access. NPEE's failure or refusal to comply with the provisions of this section shall result in immediate termination of NPEE by the City. Pursuant to the provisions of Section 119.0701, Florida Statutes, NPEE must comply with the Florida Public Records Laws, specifically NPEE: 1) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service, 2) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 4) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of NPEE upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 5) All records stored electronically must be provided to the City in a format compatible with the information technology systems of the public agency. The Inspection and Audit provisions set forth in Sections 18-101 and 18-102 of the City Code are deemed as being incorporated by reference herein and additionally apply to this Agreement. Should NPEE determine to dispute any public access provision required by Florida Statutes, then NPEE shall do so at its own expense and at no cost to the City. IF NPEE HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO NPEE'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT Page 3 PUBLICRECORDSMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. NPEE MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. i) Section 57 of the Contract, titled "Notices", is hereby added with the following language: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery of by registered or certified US Mail, return receipt requested, address to the other party at the address indicated herein or to such other address as a party my designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by mail on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO THE CITY: Emilio T. Gonzalez, Ph.D. City Manager 3500 Pan American Drive Miami, Florida 33133 TO NPEE: Victoria Mendez City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 NPEE L.0 d/bia National Police Ammunition 451 East 10th Court Hialeah, FL 33010 Attn.: Erik J. Agazim Section 58 of the Contract, titled "Applicable Law, Venue and Attorney's Fees", is hereby added, with the following language: This Agreement with the City of Miami will be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between NPEE and the City of Miami will be in a court of competent jurisdiction located in Miami - Dade County, Florida. Each party shall bear their own respective attorney's fees. Page 4 k) Section 59 of the Contract titled "Equal Employment Opportunity", is hereby added with the following language: In the performance of this Agreement, NPEE shall not discriminate against any firm, employee or applicant for employment or any other firm or individual in providing services because of sex, age, race, color, religion, ancestry, disability, or national origin. I) Section 60 of the Contract titled "Contingency Clause", is hereby added with the following language: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, city programs or policies , or regulations, upon thirty (30) days written notice. m) Section 61 of the Contract titled "Force Majeure", is hereby added with the following language: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. n) Section 62 of the Contract titled "No Conflict of Interest", is hereby added with the following language: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, NPEE hereby certifies to the City that no individual member of NPEE, no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. NPEE hereby represents and warrants to the City that throughout the term of this Agreement, NPEE, its employees, and its subcontractors will abide by this prohibition of the City Code. o) Section 63 of the Contract titled "No Third Party Beneficiary", is hereby added with the following language: No persons other than NPEE and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. Page 5 p) Section 64 of the Contract titled "Survival", is hereby added with the following language: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. q) Section 65 of the Contract titled Governing Law", is hereby added with the following language: This Agreement with the City of Miami will be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between NPEE and the City of Miami will be in a court of competent jurisdiction located in Miami - Dade County, Florida. Each party shall bear their own respective attorney's fees. Page 6 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized. NPEE d/b/a National Police Ammunition: BY: Erik J. Agazim DATE: ATTEST: CITY OF MIAMI, a municipal corporation: BY: DATE: Emilio T. Gonzalez, Ph.D., City Manager Corporate Secretary/Notary Public ATTEST: Corporate Seal/Notary Seal Todd Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: Ann -Marie Sharpe, Director Risk Management APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney Page 7 ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: 2017.5.1 8A13 PROCUREMENT CONTRACTING OFFICER: Charles Johnson DATE SUBMITTED: 4/5/18 TITLE: Ammunition Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package ri Award Suminary Form for Director or City Manager (if applicable) Agenda Item Summary Form (for Commission Approval — if applicable) Resolution (for Commission Approval — if applicable) Z Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package Copy of Tally/Evaluation Results (score sheets, ranking or summary) E Copy ofContract's Advertisement & Distribution information Copy of Contract/Solicitation Being Accessed Copy of Award Sheet/Approval Documents Z Copy of Proposal/Bid FA NOTES: PPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, olicies and procedures. El NpT APPROVED as a contract which was entered into pursuant to a laws, policies and procedures. Annie Perez'—e, PPO Director, Department of Procurement p titive process in compliance with City 10/8/14 PUBLIC SAFETY DEPARTMENT INDIAN CREEK VILLAGE, FLORIDA 'An internatianaffy Accredited Police Service Protecting & Serving America's Most Ltcfusive Municipaaty' VILLAGE OF INDIAN CREEK AMMUNITION BID FOR PRICING MAY 18, 2017 9080 BAY DRIVE, INDIAN CREEK VILLAGE, FLORIDA 33154 Administration: 305.865.4121 Desk Officer: 305-866-2446 Fax: 305.865.2502 NOTICE OF BID INVITATION INDIAN CREEK VILLAGE AMMUNITION FOR THE VILLAGES PUBLIC SAFETY DEPARTMENT Indian Creek Village will receive sealed proposals until 2:00 P.M. local time, Thursday, May 18th 2017 at the Village Clerk's office, 9080 Bay Drive, Indian Creek, Florida 33154. Bids received later than 2:00 P.M. on May 18th, 2017 will not be considered. Indian Creek Village, Florida is accepting bids from qualified bidders for the above in accordance with the specifications, terms and conditions contained in the Invitation to Bid (ITB). This ITB is for the purchase of Ammunition for the Villages' Public Safety department. Bidders are not required to bid on all items. Bids will be opened publicly at or shortly after 2:05 P.M. on Thursday, May 18th, 2017 at the Village Clerk's Office, Indian Creek Village, 9080 Bay Drive, Indian Creek, Florida 33154. Hard copies of the Bid documents may be obtained on or after Thursday. May 11th, 2017, from Marilane Lima, Village Clerk at the at the Indian Creek Village, 9080 Bay Drive, Indian Creek, Florida 33154. You may request en electronic copy by emailing mlima@icvps.org The bid will be awarded to the most qualified, lowest responsive bidder. If, however, the Village Manager deems it to be in the best interest of Indian Creek Village, Indian Creek Village reserves the right to reject any and all bids, to waive any informalities or minor defects in any bids. Bids, which contain irregularities of any kind, may be rejected. INVITATION TO BID (ITB) AMMUNITION BID ISSUANCE DATE: THURSDAY MAY 11 2017 BID DUE: THURSDAY MAY 18TH 2017 ISSUED BY: INDIAN CREEK VILLAGE TABLE OF CONTENTS SOLICITATION SECT101NS; PAGE 0100 NOT UTILIZED NIA 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT APPENDICES: APPENDIX A PROPOSAL CERTIFICATION 11 APPENDIX B MINIMUM REQUIREMENTS & SPECIFICATIONS 15 APPENDIX C SPECIAL CONDITIONS 22 APPENDIX D BID PRICE FORM 24 2 10 SECTkJN82OO INSTRUCTIONS TO BIDDERS 1.G2N2AAL This invitation toBid (|TB)is issued by the Village ofIndian Creek, Florida (the ^City").asthe means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the 'bid") to the City for the City's consideration as anoption inachieving the required scope /fservices and requirements axrioted herein, All documents released |nconnection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are oomp�emontary toone another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[sl") if this ITS. results inanaward, 2PURPOSE. The City isseeking bids from quaUfied Manufacturers, Distributors and other companies that are legaIly and financially able to furnish Ammunition and Less -Lethal Products for Police Department on an as needed basis. The intent is boobtain the most cost effective Ammunition and Less -Lethal pmdudo, while maximizing the quality and level of service, Qualified companies must have the capability to provide these products in all respects, in accordance with the specifications are further detailed herein and, specifically, |oAppendix C. 3.SOLICITATION TIMETABLE. The tentative schedule for this solicitation isaofoKowa� ITB Issued Deadline for Receipt of Questions Responses Due 4.PROCUREMENT CONTACT. Any questions mclarifications concerning this solicitation shall be submitted to the Procurement Conitact noted below: Procurement Contact: Mad|aneUma, 305-865-421 GmmU:mDmw@icvps.org 9.EXAMINATION OF SOLICITATION DOCUMENTS ° It is the responsibility of each Biddnr, before submitting a Bid, to: ° Examine the solicitation thoroughly. " Take into account federal, state and local (City and M|mm|'Dedo County) laws, rego|ahono, penn1s, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. ~ Study amdcarefully correlate Bidders observations with the solicitation. ° Notify Procurement ofall conflicts, errors ordiscrepancies in the solicitation of which Bidder knows orreasonably should have known. = The submission ofmBid shall constitute anincontrovertible representation byBidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the work required by the solicitation and that the solicitation documents are sufficient in scope and detail to imdino0m and convey understanding ofall terms and conditions for performance and furnishing uf the Work. 10. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make u moonnmb|e effort to give at least three (3) calendar days written notice of any such postponement toall prospective Bidders, 1Y.CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools. services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as maybe otherwise expressly provided in the solicitation. 12. METHOD OF AWARD. Following the review ofbids and application ofvendor preferences, the lowest responsive, responsible bidder(s)meeting ail terms, conditions, and specifications of the JTB will be recommended for award by bid item. bid group, offer the entirety ofall bid items, asdeemed inthe best interest ufthe City, to the City Manager for his oomsdem8on ° The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time apec0md, without delay or interference, " The character, integrity, reputation, judgment, experience and efficiency ofthe bidder, ° The quality ofperformance ofprevious contracts. ° The previous and existing compliance by the bidder with laws and ordinances relating to the Contract, 111 MULTIPLE AWARDS, The City may award upto three vendors (pdmurXsecondary, tediary).muavailable, by line item, by group or in 49 entirety, The City will ardeavor to utilize vendors in order of award, However, the City may utilize other vendors inthe event that: 1)acontract vendor innot oriaunable toboincompliance with any contract ordelivery requirement: 2}i|ioin the best interest ofthe City todnooregardless ofreason. 14. BINDING CONTRACT. The signed bid shall be considered anoffer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection orapproval ufthe City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the dooumemts, the order of preference shall be as follows: 1) Addendum in reverse order of neleas% 2) Solicitation; 3) Bid Proposal. In case of default on the pal of the successful bidder. the City may procure the, items or services from other sources and hold the bidder responsible for any excess cost occasioned mrincurred thereby. 15.VOLUME OFWORK TO8ERECEIVED BYCONTRACTOR. )tisthe intent of the City topurchase the goods and services opacifiom|lylisted inthis solicitation from the contractor, However, the City reserves, the right b»purchase any goods orservices awarded from state or other Qovemmwnhx| contract, or on an as -needed basis through the City'u spot market purchase 0mv|e|noo. 16. GENERAL TERNS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation, Ignorance by the Bidder of conditions that exist or that may exist will not 4 be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 17. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. 18. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 19, BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 20. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder, Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 21. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the Village of Indian Creek. 22. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the Village of Indian Creek, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 23. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 24. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 25. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted, 26. DISPUTES. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding an all parties. 27. DISCREPANCIES, ERRORS AND OMISSIONS, In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid, 5 28,DEPAULT Failure mrefusal ofmbidder toexecute acontract upon award, nrwithdrawal ofubid before such award is made, may result hforfeiture ufthat portion ofany bid surety required aoliquidated damages incurred bythe City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the b�der from the City's bidders list. 29. EQUIVALENTS, |fa bidder offers makes of equipment mbrands of supplies other than those specified in the Bid npeo0ooiono, he must ou indicate in his bid. Specific articie(s) ofeqmipmenUtupp||en ahm|| conform in quo|ity, design and construction with all published claims ofthe manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and nhmH indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with syeuiOomtinnn. and MUST BE INCLUDED WITH THE BID, NOBIDS WILL BECONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL 8ETHE SOLE JUDGE OF EQUAL1TYAND ITS DECISION SHALL BEFINAL. Note as to Brand Names: Catalog numbem, manufacturers' and brand names, when listed, are informational guides as to o standard of acceptable product quality level only and should not be construed as an endorsement or u product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that pmduot(o)offered conform with or exceed quality anlisted inthe specifications. 3U.ESTIMATED QUANTITIES, Estimated quantities mestimated dollars, if provided, are for City guidance only. Noguarantee is expressed mimplied oatoquantities ordollars that will be used during the contract period, The City is riot obligated to place any order for ugiven amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during m previous contract period. The City may use said estimates for purposes ofdetermining whether the low bidder meets specifications, 31. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right boinspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 32. FLORIDA PUBLIC RECORDS LAW, Bidders are hereby notified that all Bid including, without Umkadon, any and aU information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1). Florida Statullem,and m.24(a).Art. 1 of the State Constitution unVI such time as the City provides notice of an intended decision or until thirty(30 days after opening of the bids, 'whichever is aodier.Add0una8y. Contractor agrees to be in full compliance with Florida Statute 11B.O7O1including, but not limited to, agreement to (m) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the men|mm| (h) provide the public with access to public records onthe same terms and conditions that the public agency would provide the records and atacost that does not exceed the cost provided in this chapter orao otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law: (d) Meet all requirements for retaining public records and transfer, at no nnmL to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt urconfidential and exempt from public records disclosure requirements. All records stored electronically must beprovided to the public agency imoformat that is compatible with the information technology systems of the public agency,, 33. GRATUITIES, Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose ofinfluencing consideration of this Bid. 34. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and innbomenbaUUoo from any and o& Uab||ity. |oouoo or damages, including oMummy's haos and costs of defense, which the City orits officers, employees. agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature ohoinQ out of. relating to or exu0mQ from the performance of the agreement by the successful Bidder orits employees, agents. aemants, partners, principals or subcontractors, The successful Bidder shall pay 6 all claims and losses inconnection therewith, and shall investigate and defend all claims, suits oractions ofany kind mnature in the name ofthe City. where applicable, including appellate proceedings. and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City orits officers, nmpbyoou, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 35. INSPECTION, ACCEPTANCE 8TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from (he gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, mdonot conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. �LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses. permits, and inspection fees required under the contract; and shall comply with all Applicable Laws, 39.LEGAL REQUIREMENTS. The bidder shall borequired tocomply with all federal, State ofFlorida, Miami -Dade County, and City of Village of lndian Creek codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for reiief from responsibility, 40.LIABILITy INSURANCE, LICENSES AND PERMITS, Where bidders are required to enter or go on to City of Village of Indian Creek property todeliver materials nrperform work uraemiceuaseresult oftheBid,thebiddew0asoumethe full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with ail Applicable Laws. The bidder shall beliable for any damages or loss to the City occasioned bynegligence ofthe bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws, 41^MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations inoprofessional manner and �n accordance with all applicable Local, Stah:. County. and Federal |mwm, mo|en, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, im|ned, expedenoed, certified, and licensed in all mmao encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, codification, uuthodzahoo. Uoanms, pennU, or registration currently required by applicable |axm, m|es, and regulations. Bidder further certifies that it and its employees will keep all |icenoeo, pennits, registnaUona, authorizations, or certifications required by applicable laws or regulations in full force and effect during (he term of this oonUact. Failure o{bidder to comply with this paragraph shall constitute amaterial breach ofthis contract, 42. MISTAKES. Bidders are expected kmexamine the specifications, delivery schmdolem, bid prices, and extenaionm, and all instructions pertaining to supplies and services,. Failure to do sowill ��the bidder's, risk and may result in the bid being mon- raopnna|vn. 43. MODIHCATIONAIVITHDRAWALSOFBIDS. Abidder may submit amodified bid to replace all urany portion of previously submitted bid upuntil the bid due date and time. Modifications received after the bid due date and time will NOT ho considered. Bids shall bairrevocable until contract award unless withdrawn inwriting prior 8zthe bid due date urafter expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 44. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items maybe tested for compliance with specifications, Items delivered, not conforming to specifications, may berejected and returned atthe bidder's expense. These items, aswell as items not delivered as per delivery date in bid and/or purchase o,dor, may be purchased by the Qty. at its discretion, on the open market. Any increase |ncost may becharged against the bidder. Any violation ofthese stipulations may also result in the bidder's name being removed from the City's vender list. 45. OPTIONAL CONTRACT USAGE "PIGGY BACK" CLAUSE. When the successful bidde is in agreement. other units of government mnun-pmfitagencies may participate inpurchases pursuant to the award of this contract at the option ofthe unit ofgovernment nrnon-profit agency. 46. OSHA. The bidder warrants to the City that any work, services, supplies, materials orequipment supplied pursuant to this Bid shall conform inall respects tothe standard's set forth imthe Occupational Safety and Health Act u[1Q7U,osamended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall baborne solely bythe bidder. 4lPATENTS & ROYALTIES. The bidder ohali indemnify and save harmless the City ofVillage of/ndianCreek, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for. or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Village of Indian Creek. Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shaI include all royalties or cost aris/ng from the use of such design, device, or materials in any way involved in the work. �PAYMENT, Payment will be made by the City after the items have been received, inspected, and found tocomply with Bid specifications, free of damage or defect, and properly invoiced net 30. 49. PRICES QUOTED, Prices quoted'shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit phoeand extended total, when requested, Prices must bestated inunits ufquantity specified inthe bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern, Bidders are requested hoprovide prompt payment terms |nthe space provided onthe Bid submittal signature page ofthe solicitation, Award, if made, will be in accordance with terms and conditions stated herein. Each item must bebid separately, and no attempt /s to be made to tie any item or items in with any other item or items. Cash orquantity discounts offered will not beaconsideration indetermination ufaward oybid(s). 5Q.PRODUCT INFORMATION. Product literature, specifications, andtechnical information, will bosupplied onrequest, 51. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions ohe|| have precedence, 52. Ater award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval, The bidder is expected to furn{sh the brand quoted in its bid, Any substitute shipments will be returned at the bidder's expense. 53. TAXES. The City of Village of Indian Creek is exempt from all Federal Excise and State taxes. S4.TERMINATION FOR DEFAULT. If the successful bidder shall fall to fulfill inotimely manner, cvotherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant themto, the City shall thereupon have the right to terminate the work and/or services then remaining tobcperformed bygiving written nmkioo to the bidder ofsuch tnrminaUnn, which oha& become effective upon receipt by the bidder ufthe written termination In that event, the City shall compensate the successful bidder inaccordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to tennimaUon, net o(any costs incurred by the City as consequence of the default. Notwithstanding the above, theouccessfui bidder shall not be relieved of liability to the City for damages sustained by the City byvirtue o/any breach nfthe contract bythe bidder, and the City may reasonably withhul'dpayments to the successful bidder 8 for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined, The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then he City may proceed to terminate the contract for cause in accordance with this subsection 1,57, 55. TERMINATION FOR CONVENIENCE OF CITY, The City may, for its convenience, terminate the work andlor services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice, in that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the Cty, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to eam on the balanced of the contract, Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this su bsection, 9 8ECTKONO3UO PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1.SEALED BIDS. One original Bid Proposal must bosubmitted |nasealed envelope onorbefore the due date established fnr the receipt of bids. The following information should be clearly marked on the face of the envelope in which the bid is submitted: Bid Number, Bid T|de, Bidder's Name, Return Address. Bids nanoivod nkmbnnice|ly' either through email or facaimi|e, are oomapWble. Bids sent through wmmU must be emmiiwd&o MorUmno L|mo, N||mHw C|o,k' ml[ma@im/pm.oq0 2, BID PROPOSAL, The Bid Proposal is to include the following: " TA13 I - Bid Price Form (Appendix D).nhall be completed mechanically or, ifmanually, in ink. Cost Proposal Forms submitted inpencil shall hedeemed nom+eeponaive.All corrections on the Cost Proposal Form shall beinitialed. " TAB 2-PROPOSAL CERTIFICATION (Appendix A). " TAB 3-Documentation |n6(nohnW compliance with Minimum Eligibility Requirements 3. LATE BIDS. Bid Proposals are tobereceived omorbefore the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned hwProposer unopened. The City does not accept responsibility for any delays, natural orotherwise. Balance m'Page Intentionally Left Blank to APPENDIX "A" Proposal Certification, PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 11 Solicitation No: 2017.5.18AB Solicitation Tilfe: AMMUNITION Procurement Contact Marilane Lima 1, General Proposer Information, Tel: 305.8654121 Email mlima@lcvps.org PROPOSAL CERTIFICATION FIRM NAME: No. of Employees: No of Years in Business: No of Years in Business Locally: OTHER NAMEIS) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): cITh STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS; CITY: STATE: ZIP CODE: I PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Balance of Page Intentionally Left Blank 12 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Name of Proposers Authorized Representah've: Title of Proposer's Authanzed Representative, Signature of Proposer's Authorized Representative: Date: State of On this day of , 0 , personally appeared before me who County of stated that (s)he is the of a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Balance of Page Intentionally Left Blank 13 PLEASE RETURN TO: CITY OF VILLAGE OF INDIAN CREEK PROCUREMENT DEPARTMENT ATTN: Marilane Lima ITB NO. 2017.5.18AB 9080 BAY DRIVE VILLAGE OF INDIAN CREEK, FL 33154 14 APPENDIX "B" Minimum Requirements & Specifications AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 15 1, MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its bid or upon request by the City, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its bid or fail to comply with minimum requirements shall be deemed non- responsive and shall not have its bid considered. The stated minimum requirements shall be applicable during the duration of the contract. A. Bidder (business) shall hold valid Federal Firearms License (FFL) Type 6, 7 or 10 issued by the Bureau of Alcohol, Tobacco, Firearms, and Explosives or any licensing requirements required by Federal, State, Municipal law for the sale of ammunition. B, Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience in providing public safety organizations with a minimum of three (3) ammunition contract completed or in process within the last five (5) years. SUBMITTAL REQUIREMENT: For each client reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email, 6) Narrative an Scope of Services provided, 7) Dates of engagement. 2. GENERAL STATEMENT OF WORK. The City of Village of Indian Creek is seeking a qualified vendor to supply and deliver of various types of ammunition to be used by authorized City of Village of Indian Creek Police personnel. Bidder shall have the capability to perform and complete the services in all respects in accordance with the solicitation documents. Delivery is requested within 30 calendar days after receipt of purchase order release Back -orders shall be made known to the City at time of order placement. Failure to supply deliveries within 48 hours may result in contract cancellation. Bidder shall supply all necessary equipment, labor, and materials for the transportation of the bid items to the specified City location. All boxes/cases shall be from the same lot number and shipment to be made in full or Bidder must receive approval by City for multiple shipments. (Exact delivery point will be indicated on the Purchase Order), Delivery shall be al 9080 Bay Drive, Indian Creek Village, FL 33154.There shall be a minimum 24 hour advance notification prior to equipment being delivered to City Contact/ Project Manager. All prices quoted shall be F.0,B, destination, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and files any claims). The successful bidder shall be fully responsible for any and all travel expenses and/or delivery/transport charges to and from destination, Exact delivery point will be indicated on the purchase order, The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 3. GENERAL SPECIFICATIONS. Items specified herein shall be classified under six (6) Groups, which are listed below and described as follows: 4. SPECIFIC PRODUCTS: If the vendor does not currently have a specific product in this ITB then the vendor will input "N/A", the city understands that not all participants may have all items requested and will consider each item individually for award as a multiple award contract. Group 1, Frangible Rounds. Frangible ammunition must be lead free including primer. The projectile cannot contain any iron, silica, and must break apart when fired at five (5) feet at a ninety (90) degree l/2" AR500 steel plate. The largest retained particulate cannot weigh more than 5`)/0 of the total weight of the original projectile: 16 I , Ammunition must hold o1Qround group ofsix inches (6")ad25yards from arest. 2, More than one ammunition related failure per 1.ODOrounds disqualifies ammunition, J. All ammunition must function in full size duty pistols uldized by law enforcement (Smith & Wesson, Glock, Sig Sauer, Heckler &Koch) 4. Rifle ammunition must hold a three inch (Y) group from a 16" barrel a( 75 yards shot from a rest and function in a standard AR15style rifle, 5. Ammunition must conform to Sporting Arms and Ammunition Manufacturers' Institute ('SAMMI") specifications. & Ammunition isnew brass cased, 7. Ammunition primer pockets sealed. 8. Products submitted with the use nf tar ( black litmus tar o,similar) aoawaterproofing agent will not be considered for evaluation. 8. Calibers: a) 8mm;minimum SOgrain frangible lead free brass cartridge b) 38UACP;minimum 75grain; frangible lead free brass cartridge c) 38Specioi;minimum 1OOgrain; frangible lead free brass cartridge d) 3S7Sig; minimum 1D0grain; frangible lead free brass cartridge o) 4OS&VV|minimum 11Ugrain; frangible lead free brass cartridge 0 45Gap, minimum 15Sgrain, frangible lead free brass cartridge g) 4SACP:minimum 14Sgrain; frongfb|*lead free brass cartridge h) 223Rem: minimum 46grain; frangible lead free brass cartridge i) 12gauge: Qpellet, DObuck; frangible lead free brass cartridge 1) 12gauge; Slug, minimum 325grain; frangible lead free brass cartridge k) 3UOBLK;minimum 125grain; frangible lead free brass cartridge |) 308Win; minimum 125groin�frangible lead free brass cartridge Estimated number ofammunition consume bythepoficeOeportmnntomann4basesbyumpocUveemmunRionoategmY: Item No. Specification Caliber Type Quantity 3mm Minimum 9Ograin Frangible Rounds TBD 380ACP Minimum 75grain Frangible Rounds TBD 38Qpecial Minimum 1O0grain Frangible Rounds TBD 40G&VV Minimum 11Qgrain Frangible Rounds TBD 45Gap Minimum 155grain Frangible Rounds � TBD 45ACP � Minimum 145 grain Frangible Rounds TBD 323Rem Minimum 46grain Frangible Rounds TBD ' 13gauge buck Apel|et Frangible Rounds TBID � 12gauge slug Minimum 325grain Frangible Rounds TBD 3008LK Minimum 126grain Frangible Rounds TBD 300Win Minimum 125 grain Frangible Rounds TBD Group 2. Duty rounds. 17 Duty ammunition must perform to the minimum performance specifications of the FBI test protocols set forth by the Federal Bureau ufInvestigations for expansion, penetration, and weight retention. Vis the vendor's duty to verify the products submitted meet this spoo|ficaUonand the village reserves the right to test and orrequest the FBI verify and test ammunition submitted. 1. Ammunition must hold a1O'noundgroup ofsix inches (G]a!25yards from orest. 2. More than one ammo related failure per 1.000rounds disqualifies ammunition, 3. All ammunition must function in full size duty pistols utilized by law enforcement (Smith & Wesson, Glock, Sig Sauer, Heckler&Koch) 4. Rifle ammunition must hold a three-inch (3") group from a 16" barrel at 75 yards shot from a rest and function in a standard AR16style rifle. 6. Ammunition must conform hoSAMMIspecifications, G. Ammunition ionew brass cased, 7. Ammunition primer pockets sealed. 8. Ammunition must perform to minimum acceptable FBI protocol criteria S. Calibers: m) 4OS&W;minimum 155grain hollow point bullet, nickel orbrass case N 9mm|minimum 1i3grain hollow point bullet, nicho>mrbrass case c) 38QACP�minimum 80grain hoHowpoint bullet, nickel or brass coaa d) 357Sig; minimum i25grain hollow point bullet, nickel orbrass case o) 30Special; minimum 125grain hollow point bullet, nickel mbrass case f) 45GAP; minimum 155grain hollow point bullet. nickel orbrass case O) 45ACp;minimum 1SSgrain hollow point bullet, nickel urbrass case h) 223Rem; minimum 58grain hollow point bullet, Rickel orbrass case i) 12gauge ; 9pe||et.O8buck, 2,1/4size ]) 12gauge Slug, minimum 325grain k) 38OBILK; minimum 125grain hollow point bullet, nickel p,brass case |) 3OOVVin�minimum 125Qraio Match grade bullet Estimated numben[ammunition consume bythePoUmvDepartmon{cmannuo|baneobv�ooenUvoammunU�category: ammunition Item No, Specification - . Caliber Type � Quantity 40S&W Minimum 155grain Duty Rounds TBD Smm Minimum 115grain Duty Rounds TBD 380ACP Minimum 8Ugrain Duty Rounds � TBQ 38Gpecia| Minimum 125 grain Duty Rounds TBD 357Qig Minimum 125grain Duty Rounds TBD 45ACP Minimum 155grain Duty Rounds TBD 45Gap Minimum 155grain Duty Rounds TBD 223Rem Minimum SOgrain Duty Rounds TBD 12gauge buck Qpn|let Duty Rounds TBD 12y/uQ Minimum 325grain Duty 9cnndo TBD 300 BILK Minimum 125Qrain Duty Rounds TBD 308VVin Minimum 125 grain Match Duty Rounds TBD 18 Group 3.Training Rounds, Training ammunition mquires� 1. Ammunition must hold o1Oround group o/six inches (8^)at25yards from orest. 2. More than one ammo related failure per 1.00Orounds disqualifies ammunition, 3. All ammunition must function in full size duty pistols utilized bylaw enforcement (Smith & Wesson, G|ook^Sig Sauer, Heckler &Koch) 4. Rifle ammunition must hold u three inch (3^) group from u 16^ barrel ot7S yards shot from a rest and function in m standard AR1Sstyle rifle, 5. Ammunition must conform bm3ANMyspecifications, 8. Ammunition iunew brass cased, 7. Products submitted with the use cf tar ( black litmus tar or similar) as a waterproofing agent will not be considered for evaluation, 8. CaUboo: a) 223Rem; minimum 45grain standard ball /Full meta|jaoknt/ Plated bullet b) Qmm; minimum S0grain standard ball / Full metal jackeY Plated bullet c) 38OACP;minimum 75grain standard ball / Full metal jacket) Plated bullet d) 38Special; minimum 10]grain standard ball / Full metal |aokoVPlated bullet e) 357Sig; minimum 10Ograin standard ball / Full metal jacket / Plated bullet 0 40S&VYminimum 125grain standard ball /Full metal jaokeVPlated bullet g) 45ACPminimum 155grain standard ball /Full metal jacket / Plated bullet h) 4SGap; minimum 155grain standard ball / Full metal jacket] Plated bullet 8 3OO8LK�minimum 125grain standard ball / Full metal jacket) Plated bullet ]) 3O8Win; minimum 126grain standard ball / Full metal jacket] Plated bullet Vendor shall provide training rounds with ability to order other ammunition meeting frangible specs ooneeded in standard b0/full metal jacket Krequested by Police Depaftent. Estimated number ofammunition consume bythe Police Department onannual bases bvneooanUveammunition mteoom- damNu Description Caliber Type CbsnWy 223Rem Minimum 45 grain Training Rounds baUifuUmetal jacket rounds TBD 8mm Minimum Q0grain Training Round ball/full metal jacket rounds TBD 30ACP Minimum 75grain Training Rounds ballffuNmetal jacket rounds TBD 388peda � Min�mum188 grain Training Rounds ball/full metal jacket rounds TBD 357 Sig Minimum 100grain Training Rounds ball/full mela|jadmt rounds TBD 40S&VV Minimum 125Qrain Training Rounds ba}lifu||metal jacket rounds TBD 45 ACP Minimum 155grain Training Rounds ba|Nfu||metal jacket rounds TBD 458ap Minimum 195grain Training Rounds ba|lifu|lmetal jacket rounds TBD 300BLK � Minimum 125grain Training Rounds ball/full metal jacket rounds TBD 308 Win Minimum 126grain Training Rounds badifuUmetal jacket rounds TBD Group 4.Less Lethal Impact Munitions Translucent 12 gauge tear shaped bean bag round with tails filled with #9 shot with and without marking agent, Other specialty impact munitions as needed for crowd control or specialty situations as dictated caliber is 12 gauge. Estimated number of ammunition consume by the Pofice Department on annual bases by respective ammunition category: 19 Item No. Specifications Caliber Type Quantity 12Qauge 40gram bag filled with 4:9 shot Specialty impact (bean bag) non -marking TBD 12Oauge 4Ogram bag filled with #9shot Specialty impact (bean bag) marking TBD Group 5.Reality Based Rounds Force onForce, SimunNnnmother marking, mon-markinD.and blank rounds used for reality -based training. Estimated number of ammunition consume by the Police Department on annual bases by resoective ammunition caleaorv: Item No. Specifications Caliber Type .^ Quantity 0mm Minimum 6grain various colors � Reality Based TBD 38Speoial Minimum 9grain various colors Reality Based TBD 223 Rom Minimum 3grain various colors Reality Based T8D Group ;. Blank Rounds |nvarious calibers used hosimulate live gun fire for training and/or Honor Guard details such mofunerals and memorials. Estimated number ofammunition consume bythe Police Department onannual bases bvreope�iwaummunit�nno�muo: Item No. , Speoifioohuma ` Caliber Type . ' Quantity 12gougo 21/4" shells Blank Rounds TBD 38Oped (no spec- bianN Blank Rounds TED Group % Lead Free Ammunition 1. Projectile must bocompletely lead free, 2. Primer must belead free, 3. Ammunition must hold a1Oround group ofG^at25yards from arest. 4. More than 1 ammunition related failure per 1,000 round disqualifies ammunition, 5. All ammunition must function in full size duty pistols utilized by law enforcement agencies such as Glock, Smith & Wesson, Sig Smumr,HK 0. Rifle ammunition must hold a 3' group from a 16" barrel at 75 yards shot from a rest and function in a standard AR15style rifle. 7. Ammunition must conform bmSAMM|specifications. 8. Ammunition must benew brass ornickel cased. Q. Ammunition primer pockets must besealed. 10. Products submitted with the use nf tar ( black litmus tar orsimilar) aaawaterproofing agent will not be considered formvo/ua0on, 11. Calibers: a) 8mm;minimum QOgrain lead free new brass or nickel omao b) 3DOACP;minimum 75grain lead free new brass mnickacase c) 38Special; minimum 1ODgrain lead free new brass nrnickel case d) 357Sig, minimum 1&Dgrain lead free new brass ornickel a) 4OS&VV;minimum 125grain lead free new brass ornickel case 0 46ACp;minimum 155grain lead free new brass ornickel case g) 46Gap; minimum 15Sgrain lead free new brass ornickel case h) 223Rem; minimum 45grain �emdfree new brass cxnickel case i) 12gauge; Spellet, OObuck lead free new brass o/nicke|case 20 j) 12Quuge Slug, minimum 326grain lead free new brass or nickel oaua N 300BLK;minimum 125grain lead free new brass cartridge ornickel V 3O8win; minimum 125grain lead free new brass mrnickel case Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition category: Item No. Description � Caliber Type Ouanfity Qmm Minimum SOgrain Lead Free Ammunition TBD 380ACP Minimum 76grain Lead Free Ammunition --TBD -- 38Spooio| Minimum 1OOgrain Lead Free Ammunition TBD 357Gig Minimum 1OOgrain Lead Free ammunition TBD 40S&W Minimum 125gmin Lead Free Ammunition TBD 45ACP Minimum 155grain Lead Free Ammunition TBD 45Gap Minimum 155Qra�n Lead Free ammunition TBD 223Rom Minimum 46grain Lead Free Ammunition TBID 12gauge buck Spo||e\ Lead Free Ammunition � TBD 12gauge slug minimum 325 grain � Lead Free Ammunition TBD 300BLK Minimum 125 grain Lead Free Ammunition TBD 308VV|n Kn|mum125grain Lead Free Ammunition TBD 21 APPENDIX "C" Special Conditions AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 22 1. TERM OF CONTRACT. The contract shall remain ineffect for three (3) years from date of contract execution by the Mayor and the City Clerk. The City ofVillage ofIndian Creek will have the option torenew the contract at the sole discretion o[the City Manager for an additional two (2). one (1) year porimda, on a year-to-year baois. Renewal of the contract is s City of Village of Indian Creek pnarogabve, not a right ot the Contractor, Such option will be exercised, ifatall, only when it is in the best interest of the City mfVillage o/Indian Creek, In the event that the contract is held over beyond the term herein provided it shall only befrom a month -to -month basis only and shall not constitute mmimplied renewal uf the contract, Said month -to month extension shall beupon the same terms n{the contract and mt the compensation and payment provided herein, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: if the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the three (3) year term of this contract; provided however, that the bidder may offer incentive discounts from this flxed price to the City a( any time during the contractual term. 2.1OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional two (2), one (1) year terms, on a year to year boeia' at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the Cdymay consider an adjustment Uzprice based on Consumer Price Index increase. ChongaohaU not be more than the percentage increase nrdecrease in the Consumer pdow Index CP|'U (m|[ urban areas) computed G8days prior tothe anniversary date ofthe contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence onthe first day ofany exercised period, the vendor's request for adjustment should basubmitted G8days prior tuexpiration ofthe then current contract term, The vendor adjustment request must clearly substantiate the requested increase. Ifmoadjustment request ioreceived from the vendor, the City will assume that the vendor has agreed that the optional term may be mxamiood without pricing adjustment. Any adjustment request received after the commencement ofo new option period may not be considered, lMETHOD OF PAYMENT, Invoices for payment shall be submitted, no later than three (3) business days after delivery of order 4.SHIPPING TERMS, Vendor will make best efforts to secure the lowest shipping rate possible, 5. PURCHASE ORDERS: Apurchase order is required for all mmrk. AUinvoicau shall reflect We accurate Purchase Order number. Failure todoxnwill result inrejection ofinvoice, $. DELIVERY REQUIREMENTS. The successful bidders shall enclose acompietepacking slip ordelivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip oba|/ be attached to the shipping ourtom(o)whioh contain the items and shall bomade available to theC1(y'a authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following informatiow purchase order number: date of order; work order number and acomplete listing ofitems being delivered, 7. ADDITION/DELETION OF ITEM SIPRODUCTS. Although this solicitation identifies specific items/products, it is hereby agreed and understood that any related item/products may be added to, and any awarded items/products may be deleted from, (Ns contract at the option of the City. When an addition to the contract is required, the Successful Sidder(s) under this contract and other suppliers, as deemed necessary shall be invited to submit price quotes for these new items/products, Ifthese quotes are comparable with market prices offered for similar items/products, the supplier(s) and item(s) shall be added to the contract, if it is in the best interest of the City and an addendum and a separate purchase order or change order shall be issued by the City. 23 APPENDIX "D" Bid Price Form AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 24 APPENDIX D Failure to submit Bid Price Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non -responsive and being rejected. Bidder affirms that the prices stated on the Bid Price Form below represents the entire cost of he items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The cost proposal form shall be completed mechanically or, if manually, in ink. Cost proposal forms completed in pencil shall be deemed non -responsive. All corrections on the cost proposal form must be initialed. Group 1. Frangible Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm Minimum 90 grain TBD $ X $ 2 380 ACP Minimum 75 grain TBD $ X 3 38 Special Minimum 100grain TBD X $ 4 357 Sig Minimum 100 grain TBD $ X 5 40 S&W Minimum 110 grain TBD $ X $ 6 45 Gap Minimum 155 grain TBD X $ 7 45 ACP Minimum 145 grain TBD X 8 223 Rem Minimum 45 grain TBD X 9 12 buck 9 pellet, TBD $ X 10 12 slug Minimum 325 grain TBD X 11 300 BLK Minimum 125 grain TBD $ X $ 12 308 Win Minimum 125 grain TBD X $ Group 2. Duty Ammunition No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 25 1 40 S&W Minimum 155 grain TBD $ X $ 2 9mm Minimum 115 grain TBD $ X$ 380 ACP Minimum 80 grain TBD $ X $ 4 38 Special Minimum 125 grain TBD $ X $ 357 Sig Minimum 125 grain TBD $ X $ 5 45 ACP Minimum 155 grain TBD $ X $ 45 Gap Minimum 155 grain TBD $ X $ 6 223 Rem Minimum 50 grain TBD $ X $ 7 12 gauge buck 9 pellet TBD $ X $ 8 12 slug Minimum 325 grain TBD $ X 9 300 BLK Minimum 125 grain TBD $ X $ 10 308 Win Minimum 125 grain TBD $ X Group 3. Training Rounds balllfull metal jacket rounds 1 Plated bullet No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 223 Rem Minimum 45 grain TBD $ X $ 2 9mm, Minimum 90 grain TBD $ X $ 3 380 ACP Minimum 75 grain TBD $ X $ 4 38 Special Minimum 100 grain TBD $ X $ 5 357 Sig Minimum 100 grain TBD $ X $ 6 40 S&W Minimum 125 grain TBD $ X $ 7 45 ACP Minimum 155 grain TBD $ X $ 8 45 Gap Minimum 155 grain TBD $ X $ 26 9 300 BLK Minimum 125 grain TBD $ X 10 308 Win Minimum 125 grain TBD $ X $ Group 4. Less Lethal Impact Munitions No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 12 gauge 40 gram bag filled with #9 shot Specialty impact (bean bag) non - marking; TBD $ X 2 12 gauge 40 gram bag filled with #9 shot Specialty impact (bean bag) marking TBD X $ Group 5, Reality Based Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm Minimum 6 grain various colors TBD X $ 2 38 Special Minimum 9 grain various colors TBD X 3 223 Rem Minimum 3 grain various colors TBD $ X Group 6. Blank Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 12 gauge 2 % shells TBD $ X $ 2 38 Special ( no spec- blank) TBD 27 Group T. Lead Free Ammunition No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm Minimum 90 grain TBD $ X $ 2 380 ACP Minimum 75 grain TBD $ X $ 1 3 38 Special Minimum 100 grain TBD $ X $ 4 357 Sig Minimum 100 grain TBD $ X $ 5 40 S&W Minimum 125 grain TBD $ X 6 45 ACP Minimum 155 grain TBD $ X $ 7 45 Gap Minimum 155 grain TBD $ X $ 8 223 Rem Minimum 45 grain TBD $ X $ 9 12 gauge buck 9 pellet TBD $ X 10 12 gauge minimum 325 grain TBD $ X $ 11 300 BLK Minimum 125 grain TBD $ X $ 12 308 Win Minimum 125 grain TBD $ X $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email; Authorized Representative's Signature: 28 PROCUREMENT DEPARTMENT 9080 Bay Drive Village of indian Creek, Florida 33154 29 PUBLIC SAFETY DEPARTMENT INDIAN CREEK VILLAGE, FLORIDA -An International& Accredited Police Service Protecting & Serviy America's Most Exclusive MunicipaRty' CLARKE A4AHER, Chief May 24, 2017 National Police Ammunition 451 E 10th Court Hialeah, FL 33010 Re: Ammunition Solicitation Mr. Agazim The intent of this letter is to notify you that National Police Ammunition has been awarded a contract for prices submitted to the Village of Indian Creek by our ammunition solicitation bid dated May 18, 2017. The contract is valid for three (3) years. Thank you. Sincerely, Clarke Maher Chief of Police 9080 BAY DRIVE, INDIAN CREEK VILLAGE, FLORIDA 33154 Administration: 305.865.4121 Desk Officer: 305-866-2446 Fax: 305.865.2502 PUBLIC SAFETY DEPARTMENT INDIAN CREEK VILLAGE, FLORIDA "An Internationally AccrediteiPolice Service Protecting & Serving ArnenCa's Most Ztcfusive Municipality' May 24, 2017 Lawmen's & Shooters Supply Attn: Gail Walker -Keen 7750 9th St. SW Vero Beach, FL 32968 Re: Ammunition Solicitation Mr. Walker -Keen, The intent of this letter is to notify you that National Police Ammunition has been awarded a contract for prices submitted to the Village of Indian Creek by our ammunition solicitation bid dated May 18, 2017. The contract is valid for three (3) years. Thank you. Sincerely, Cla Maher Chief of Police 9080 BAY DRIVE, INDIAN CREEK VILLAGE, FLORIDA 33154 Administration: 305.865.4121 Desk Officer: 305-866-2446 Fax: 305.865.2502 NPEE L.0 dba National Police Ammunition ID CALIBER dirtiiii'(04AdCt7.4,kotIFIWNSTRWRTA gMM PART # BRASS CASE AMMUNITION NPANF09-90 Simulated Duty Round (OCR) rangibi gmm 90 Grain Frangible E <;,,!;LE -'..-anfikpf $ 0.315 cam ,,. ''''7:1'tg $ 315.00 Rio iiiii' 30 ,,,pootoomi U,??7,4 20 ,Toomge,,,wmf,A, .4 tRcsirtillo, ,ttit-if"trrtt *CI," 1,000 OMM NPANF09-100 Simulated Duty Round (SOR) Frangible 9rnm 100 Grain Frangible $ 0.330 330.00 50 20 1,000 380 ACP NPANFO3BO-75 Simulated Duty Round (SCR) Frangible 380 ACP 75 Grain Frangible $ 0.390 $ 390.00 50 20 1 000 38SPL NPANFO38SPL-100 Simulated Duty Round (SCR) Frangible 36 Special 100 Grain Frangible $ 0.440 $ 440.00 50 20 1,000 357 SIG NPAN0357-100 Simulated Duty Round (OCR) Frangible 357 SIG 100 Grain Frangible $ 0.476 I $ 476,00 50 20 1,000 40SW NPANF040-110 Simulated Duty Round (SDR) Frangible 40 SW 105 Grain Frangible $ 0.340 $ 340.00 50 20 1,000 405W NPANF040-125 Simulated Duty Round (SCR) Frangible 40 SW 125 Grain Frangible $ 0.360 $ 360.00 50 20 1,000 40SW NPANF010-135 Simulated Duty Round (SDR) Frangible 10MM 135 Grain Frangible $ 0.440 440.00 50 20 1,000 45ACP NPANF045-145 Simulated Duty Round (S Frangible 45 ACP 145 Grain Frangible $ 0.460 $ 460.00 50 20 1,000 45ACP ,NPANF045-155 Simulated Duty Round (SDR) Frangible 45 ACP 155 Grain Frangible $ 0.478 $ 478.00 50 20 1,000 45 GAP NPANFOG45-155 Simulated Duty Round (SDR) Fran ibla 45 GAP 155 Grain Frangible $ 0.510 $ 510.00 50 20 1,000. 223 REM NPANFO223-45 Simulated Duly Round (SDR) Frangible 223 REM 45 Grain Frangible Non- $ 0.4 0 $ 450.00 50 20 1,000 223 REM NPANF0223-50 Simulated Duty Round (SCR) Frangible 223 REM 50 Grain Frangible Non- $ 0.470 $ 470.00 50 20 1,000 223 REM NPANF0223-55 Simulated Duty Round (SDR) Frangible 223 REM 55 Grain Frangible Non- $ 0.480 ' $ 480.00 50 20 1,000 340 BLK NPANFT3008-125 Simulated Duty Round (SDR) Frangible 300 BLK 125 Grain Frangible Non- $ 0.499 $ 499.00 50 20 1,000 7.62X39 NPAN076239-125 Simulated Duty Round (SDR) Frangible 7.62X39 125 Grain Frangible $ 0.780 $ 312.00 20 20 400 308 WIN NPANFT308-125 Simulated Duty Round (SCR) Frangible 308 125 Grain Frangible $ 0.780 312.00 20 20 400 BUCK NPANF-BUCK Simulated Duty Round (SDR) Frangible 12 Gauge 00 Buck Frangible $ 1.040 $ 260.00 25 10 250 SLUG NPANF-SLUG Simulated Duty Round (SCR) Frangible 12 Gauge Slug 325 Grain Frangible $ 1.090 $ 272.50 25 10 250 50 CAL NPANF-T50-640 Simulated Duty Round (SCR) Frangible 50 BMG 640 Grain Frangible $ 5.990 $ 599.00 10 10 100 OALititO: GROUPt;tnlY1-1444611-1,nt t!"!. q.,:':'','„':,,'',':H,,i'''-',-.,',:'i'4!0'M4:IntitbteriikniOndiAA3AVOIMIrdteNNONSOVNVINISINIONANIANISIO (HELO) SOLID COPPER HOLLOW POINT DUTY ROUND WITH SINTERED RAM 380 ACP N PAN 0-80 HELO DUTY HELO 380 ACP 80 GR SCHP $ 0.453 $ 453,00 50 20 1,000 380 ACP NPANHSR380-85 HEL00U175It HELD SR 380 ACP 85 GR SCHP $ 0.653 $ 653.00 50 20 1,000 gmm INPANH5-115 HELO DUTY HELO 9mm 115gr SCHP $ 0.370 $ 370.00 50 20 1,000 9MM NPANI-15R9-/ 20 HELD DUTY SR HELO SR 9MM 120 GR SCHP $ 0.570 570.00 50 20 , 1,000 3BSPL NPAN1138-110 HELD 00TY HELD 38SPL 110gr SCHP $ 0.359 $ 359.00 . 50 20 1.000 38SPL NPANFISR38-115 HELO DUTY SR HELO SR 385PL 115 GR SCHP $ 0.559 $ 559.00 50 20 1,000 357 Sta NPANH3S7S-125 HELO UTY HELO 357 SI .355 125gr SCHP $ 0.394 $ 394.00 50 20 1,000 357 SiG NPANNSR3575-130 HELO OUTY 54 HELO SR 357513 130 3R SCHP $ 0.594 $ 594.00 50 20 1,000 357 MAG NPANH357M-125 HELO DUTY HELO 357 Mag 125gr SCHP $ 0.650 $ 650.00 50 20 1,000 357 MAG NPAN11357MSR.430 HELO DUTY SR 'HELO 7 SR MAG 1 Ogr SCHP $ 0.850 $ 850,00 50 20 1000 405W NPANH40-155 HELD DUTY HELO 40 S&W 155gr SCHP $ 0.386 $ 386.00 50 20 1,000 40SW NPANH54140-160 HELO DUTY SR HELO 5R 4 W 60gr SCHP $ 0.586 $ 586.00 50 20 1,000 10MM NPANH10-155 HELO DUTY HELO 10mm 155gr SCHP $ 0.494 $ 494.00 0 20 1,000 tomm NPANHSR10.160 HELO DUTY 54 HELO SR 10N164 1603R SCHP $ 0.694 $ 694.00 50 20 1900 45ACP NPANH45-185 HELO DUTY HELD 45 ACP 185gr SCHP $ 0.416 $ 416.00 50. 20 1,000 45ACP NPANH5R45.190 HELODUTYSR HELO 51/ 45 ACP 190 GR SCUP $ 0.616 $ 616.00 50 20 1.000 45 GAP NPANINSG-1135 HELO DUTY HELO 45 GAP 160gr SCHP $ 0.541 $ 541.00 50 20 1,000 45 GAP NPANH45G5R-190 HELO DUTY SR HELO SR 45 GAP 16504 SCHP $ 0.741 $ 741.00 50 20 1,000 300 BLK NPANH3003-125 HELO DUTY HELO 300 EILK 125 gr MATCH SCHP $ 0.640 640.00 SO 20 1.000 300 BLK NPANH OBSR-130 HELO DUTY SR HELO SR 300 BLK 130 GR SCHP $ 0.940 $ 940.00 50 20 1,000 223 REM NPANH223-55 HELO DUTY HELO .223 REM 55 gr MATCH SCHP $ 0.600 $ 600.00 50 20 1,000 223 REM NPANHSR223-60 HELO DUTY 5R HELO SR ,223 REM 60 Gli SCHP $ 0.800 $ 800.00 50 20 1,000 223 REM NPANH223-62 HELD DUTY HELO .223 RENI 62gr MATCH SCHP $ 0.630 $ 630,00 50 20 1,000 223 REM NPAN14511223-67 HELO DUTY SR HELO SR .223 REM 67 GR SCHP $ 0.850 $ 850.00 50 20 1,000 308 WIN NPANH3OS4GS HELODUTY HELO 308 Win 165gr MATCH SCHP $ 0.130 $ 332.00 20 20 400 308 WiN NPANHSR3OS-170 HELO DUTY SR HELO SR 308 WIN 170 GR SCHP $ 1.20 $ 480.00 20 20 400 BUCK NPANI-18U0K-00 HELO BUCK HELO BUCKSHOT 00 $ 1.20 $ 300.00 25 10 250 1 SLUG NPANHSLUG-325 HELO DUTY HELO 325 SLUG SCHP $ 3.40 $ 850.00 25 10 250 SLUG NPANHSFISLUG-448 HELO DUTY SR HELO SR S UG SCHP $ 4.40 $1,100.00 . 25, 10 250 CAUOERGROUP31RA1t4UGAMMUNrnONORE:VRMI,VVROOMMINNAMPARNMEMINMANIERGERIMMIn't ' AS ,, MOM , MIME TRAINING AMMUNITION PLATED BULLETS PAJIT sr 'la- ,:,,,',a, -,,,.a,:ia,-:,:,.aa, a, ' aa.,,,,,,,,,..a.,,a=aal:,,aapa.mavDESCFIE1r1ON ',•;1,...54,,..',-,' N'',iE Unit .pricIN .9AEI aRounds OM P.r 360 NPAMIDEM28C-100 NPA OEM OEM 380 100 GRAIN PLATED $ 0.270 $270.000 50 20 1,000 9MM NPANSOEMS124 NPA OEM OEM9MM 124 GRAIN PLATED $ 0.215 $21 5.000 50 20 1,009 9MM NPANBOEM9-147 NPA OEM OEM MM 147 GRAIN PLATED $ 0.220 $220,000 50 20 1,000 '3EISPL NPAN DE B425 NPA OEM OEM 38SPL 125 GRAIN PLATED $ 0.315 $315.000 50 20 1,000 357910 ,NPANEIGEM3S7S-1.25 NPA OEM OEM 357 SIG 125 GRAIN PLATED $ 0.280 $280.000 50 20 1,000 405W NPANEDEM40-165 NPA OEM OEM 40SW 5 GRAIN PLATED $ 0.310 8310.000 50 20 1,000 40SW NPANBOEM40-180 NPA OEM OEM 405W 180 GRAIN PLATED $ 0.315 $315.000 50 20 1,000 45ACP NPANEIGEM45-230 NPA OEM OEM 45ACP 230 GRAIN PLATED $ 0.378 $378.000 50 20 1,000 45 GAP NPANBOEM450-230 NPA OEM OEM 45 GAP 230 GRAIN PLATED $ 0.382 $382.000 50 20 1,000 223 REM NPANBOEM223-55 NPA OEM OEM .223 REM 55 GRAIN PLATED $ 0.339 $339.000 50 20 1,000 LAWMANS SHOOTERS AMMUNITION BID TAB CALIBEP , GR�Wi PRANG WINCHESTER FRANGIBLE talANUFACTURER <1";'"'"'"'";''''"r7''''"%'fF'77"Elfl77fitrhf,ffk'r,17r1pthreti''''gT'il'dffr/171f7fijifil7i'rir171,1trflO77srkrdrrf/mfrfkrif:iki-rhtrdrotif,Thrv,rihhi, PART. OESCRP11ON PRtCEPEP CASE , 777 V;r? rr P CASE 7 ) PER UNIT 9MM Winchester RA35F1 Frangible SF Handgun 9MM Luger +P 90 Gr Frangible SF 5223.61 SOO 50.4$ 9MM Winchester F61,95F 9MM Urger +P 100 Gr. Frangible SF $238.60 500 50.48 40SW Winchester 6A405F 40 Smith & Wesson 135 Gr. Frangible SF $293.04 SOO SO 59 357 SIG Winchester RA35755F Frangible SF Handgun 357 Sig 100 Gr, f rangible SF $353,11 500 50.71 45 ACP Winchester RA4SSF Frangible SF Handgun 45 Automatic 45 Auto +P, 175 Dr, Sinterfire $351,86 500 50.70 45 GAP Winchester 11445G5F Frangible SF Handgun 450 A.P. Glock Automatic Pistol 45 G.A.P. 175 Gr. Sinterfire 5455.37 500 50 91 223 REM Winchester 842235E Frangible Rifle 223 Remington 55 Gr. Sinterfire $154.70 200 SO. T7 BUCK Winchester RA12005F Frangible Shotshells 12 Ga, 2 3/4°Length, 00 Shot Size, 320 Gr., M.V. 1350 t 50 Ft/Sec $340.92 250 $1,36 SLUG Winchester 8412RS5F Frangible Slugs 126a, 2 3/4" Length, 375 Gr, M.V. 1350 t 50 Ft/Sec $410.89 250 $1.64 CALIBER GROUP 2 DUTY AMMUNITION WINCHESTER DUTY MANUFACTURER AMMUNITION PART* , , , , DESCRIPTION , , PRICE PER_ UNITS PER ,PRICE 360 ACP Winchester X38045HP 380 Auto 85 grain Silvertip Hollow Point $212,67 500 50,43 300 ACP Winchester 5380500 380 Auto 95 grain Bonded PDX1 Defender $143.75 200 $0,72 380 ACP Winchester RA3807 300 Automatic 95 Gr. Jacket Hollow Point T-5eries M.V. 1000 t 50 Ft/Sec 5271.60 500 $0.54 38 SPL Winchester X3858HP 38 Special +P 125 Er Hollow Point • Silvertip M.V. 545 t 50 Ft/Sec 5263.17 500 50.53 38SPL Winchester U5438111F 30 Special +P 125 grain Jacketed. Hollow Paint $159.09 SOO $0.32 38SPL Winchester 3438B 38 Special +P 130 Grain Bonded !HP, Nickel Plated Brass Shell Case, Bullet Jacket Bonded $218.14 500 $044 38EPL Winchester 23859115 38 1pecisl 110 Gr. Hollow Point -Silver Tip M.V. 945 i 50 Ft/5er $256,96 500 $051 38SPL Winchester USA38SP 38 Special 125 grain Jacketed flat Point $154.24 SOO $0.31 385PL Winchester C14196 38 Special 150 grain Lead Sound Nose $2/4,49 SOO 50.43 38SPL Winchester 238535 38 Special 158 Gr. Lead Round Nose M,V. 755 t 50 Ft/Sec $243.28 500 50.49 385PL Winchester X38WCPSV 38 Special 158 grain Lead Semi -Wad Cutter $163.02 500 $0.33 38SPL Winchester X38SMRP 38 Special Super Match 148 gr. Lead Wad Cutter M,V. 710 t 50 &Sec $22/.62 500 50.44 9MM Winchester PA9M641HP 115 grain Jacketed Hollow Point $137,43 500 $0.27 9MM Winchester 1149115HP+ 115 grain Jacketed Hollow Point +P+ $145.41 500 S0.29 9MM Winchester R49124Te '9mm Luger +P 124 Gr. Jacketed Hollow Paint +P 7-Series $154.41 500 $0 31 9MM Winchester RASTA 9MM Luger +P+ 127 Gr. Jacketed Hollow Paint 7-Series M.V. 1250 t 50 Ft/Sec 5153,27 500 $0.31 9MM Winchester X9MMSHP 9MM Luger 115 Gr, 511vertip Hollow Point $184.68 500 $0,37 9MM Winchester USAIIHP 9mm Luger 115 grain Jacketed Hollow Point $129.28 500 $0,26 9MM Winchester ,U5,491HP2 9mm Luger 147 grain Jacketed Hollow Point $137.94 500 $0.28 BMIVI Winchester X9MMST147 9mrn Luger 147 grain Silvertip Hollow Point 5134.74 50C $0.37 9MM Winchester RA96A Centerfire Handgun 9MM Luger 124 Gr Jacketed Hollow Point Bonded $183.26 500 $037 9MM Winchester RA98 Centerfire Handgun 9MM Luger 147 Gr. Banded $183.26 500 50.37 9MM Winchester 4497 Centerfire Handgun 9MM Luger 147 Gr Jacketed Hollow 7-Series M.V. 990 t 50 Ft/Ses $145.2E1 SOO $0.30 40SW Winchester RA40TA 40 Smith & Weuscn 165 Gr. Jacketed Hollow Point 7-Series M.V. 1140 t 50 Ft/Sec 5167.56 500 $0.34 40SW Winchester 514401 40 Smith & Wesson 180 Gr. locketed Hollow Paint 7-Series M.V. 990 i 50 Ft/Ser $168.55 500 $034 40SW Winchester USA4DJHP 40 Smith & wessan 160 grain Jacketed Hollow Point $152.25 SOO 50.30 411SW Winchester II405WSTHF Centerfire Handgun 40 S&W 155 Gr, Silvertip Hollow Paint, M.V. 1205 t SG ft/Sec $210.16 SOO 50.42 40SW Winchester RA40155HP Centerfire Handgun 40 S&W 155 Gr. Jacketed Hallow Point $172.71 500 $035 40SW Winchester RA4OBA Centerfire Handgun 40 S&W 163 Gr. Jacketed Hollow Point Banded 5196.42 500 $0.39 405W Winchester RA403 Centerfire Handgun 40 S&W 180 Gr. Bonded $196.42 500 50.39 40SW Winchester RA4038 165 gran Bonded $196.42 500 50.39 40SW Winchester RA40180HP Centel -Fire Handgun 40 5&W 80 Gr. Jacketed Hollow Point $156.75 SOO $0,31 357 SIG Winchester 5435758 Centerfire Handgun 357 Sig 125 Gr. Jacketed Hollow Point Bonded $296.33 50C $0.59 357 SIG Winchester 843575101 Centerfire Handgun 357 Sig 125 Gr. Jacketed Hollow Point T-Series M.V. 1350 t 50 Ft/Sec 5255,42 500 .50.51 357 SIG Winchester USA3S7SJHF 357 SiG 125 grain Jacketed Hollow Point $235.98 500 50.47 45 ACP Winchester X4545HP2 Centerfire Handgun 45 Automatic 185 Gr, 5ilvertip Hollow Point, M.V. 1000 t 50 Ft/Sec $105.45 200 $0.53 45 ACP Winchester RA453 Centerfire Handgun 45 Automatic 230 6r. Bonded $250.80 500 $0.50 45 ACP Winchester U5445.1HP 45 Auto 230 grain Jacketed Hollow Point 5184 62 500 $037 45 ACP Winchester RA45TP 45 Automatic +P Z30 Gr, Jacketed Hollow Point 7-Series +P M.V. 990 t 50 Ft/Sec 9219.40 SOO $0 43 45 ACP Winchester 514451 45 Automatic 230 Gr. Jacketed Hollow Point 7-Series M.V. as 5o ± 50 Ft/Sec $208.85 500 $0.42 45 GAP Winchester X45G5HP 45 Gluck Auto Pistol 185 grain Silvertip Hollow Point $267,79 SOO $0,54 45 GAP Winchester US445G1HP 45 Glock Auto Pistol 230 grain Jacketed Hallow Point $243.56 500 50.49 45 GAP Winchester RA45GB Centerfire Handgun 45 G,A.P Glock Automatic Pistol' 230 Gr. Jacketed Hollow Point T-5eries $370.39 500 $0,74 223 REM Winchester 045568 5.56M1v1 64 Gr. Ranger Bonded Solid Base 223 REM/556 NATO $878.94 1000 $0 88 223 REM Winchester RA556M 5.56mm 77 grain match BTHP $790.02 1000 SO 79 223 REM Winchester 114223R Center Fire 223 Remington 55 Gr. Pointed Soft Point, M.V. 3240 t 5D Ft/Sec $119.87 ZOO S0.80 223 REM Winchester 514223135TA Centerfire Rifle 223 Remington 55 Gr Supreme Ballistic 5ilvertip $163.08 200 50.82 308 WIN Winchester 5957303 .308 150 grain Ballistic Silvertip 522395 200 $1,12 308 WIN Winchester 59513084 .308 168 grain Ballistic Silvertip $223.95 ZOO $1.12 308 WIN Winchester k3085 308 Winchester 150 Gr. Power -Point, M.V. 2820 t 50 F&5ec $161.42 200 $0131 308 WIN Winchester S308M 308 Winchester 168 Sierra 61115 M.V. 2680 i 50 Ft/Sec 5210.16 ZOO $1.05 BUCK Winchester R412008 12 Ga., 2 3/4" Length, 8 Pellets, Shot Site 00 Buck, Low Recoil $135.24 250 $0,59 BUCK Winchester RA1200H0 12 Ga., 2 3/4" Length, 9 Pellets, Shot Size 00 Buck $136.46 250 $0.55 BUCK Winchester 841200 12 Ga., 2 3/4" Length, 9 Pellets, Shot Size 00 Buck, Low Recoil 5132..87 250 50 53 BUCK Winchester X31200 12 Ga., 2 3/4" Length, 9 Pellets, Shot Site 00 Buck, M.V.132.5 ± 50 Ft/Sec $143.35 250 50.57 BUCK Winchester RA120085 Buckshot Loads 12 Ga, 2 3/4" Length, 8 Pellets, 00 Buck Shot Size $146.49 250 $0.59 BUCK Winchester RA12005 Buckshot Loads 12 Ga, 2 3/4" Length, 9 Pellets, OD Buck Shot Size $154.47 250 50.62 SLUG Winchester RA12RS155 12 GAUGE, 2-3/4" RANGER SEGMENTING SLUG $160.46 250 $0.64 SLUG Winchester 9Al2R515 Rifled Slug 12 Ga., 2 3/4" Length, Shot Size 1, Law Recoil, M.V. 12130 t SG Ft/Sec $147,92 250 $0,59 SLUG Winchester k128515 Rifled Slug 12 Ga., 2 3/41 Length, Shot Size 1, M.V. 1600 t 50 Ft/Sec $252.19 250 50.61 MIWINCHESTER TRAINING UF ACTU MANRER AMMUNITION P ' ' PACE PER CASE UNITS PER CASE 1Flie PER UNIT 380 ACP Winchester WC3801 380 Automatic 95 Gr Brass Enclosed Base » Winclean M.V. 995 ±51IFt/Sec $140 39 500 50.28 390 ACP Winchester 04206 Centerfire Handgun 380 Automatic 95 Gr, Fuft Meta [Jacket, M.V. 955 ± SO Ft/Sec 510999 500 50.29 28 SPL Winchester 04171 Centerfire Handgun 38 Special 130 Gr, Full Metal Jacket, M.V. 800 ± 50 Ft/Sec ' $145,55 500 50.29 38 SPL Winchester X31115P0 38 Special +P 158 grate lead Hollow Point Serril,Wad Cutter $229.20 SOO 50.46 38 SPL Winchester wC331 38 Special 125 gr. Jacketed Flat Point - Winclean M.V. 775 ± SO Ft/Sec $152.02 500 50.30 9MM Winchester 04172 9M11.4 Luger 115 Gr, Full Metal Jacket M.V. 1190 A± 50 Pt/Sec 5101,40 500 50.20 eMIV Winchester WC91 9mm Luger 115 grain WinClean $123.35 500 50.25 9MM Winchester WC92 9NINI Luger 124 Gr. Brass Enclosed Base - Winclean M.M. 1120 ± SC Ft/Sec $127,11 500 50.25 9MM Winchester RA9124N 9MM NATO 124 Gr Full Metal Case MAM, 1185 ± 50 Ft/Sec $118,73 500 $0.24 SMM Winchester USA9MMVP Centerfire Handgun 9MM Luger 115 Gr, Full Metal Jacket, M.V. 1190 i 50 Ft/Sec 5187 18 1000 50.19 9MM Winchester USA9MM Centerfire Handgun 9M11.4 Luger 124 Gr, Full Metal Jacket, M.V. 1140 ± 50 Ft/Sec 511520 500 511.23 9MM Winchester KVC93 Centerfire Handgun 9MM Luger 147 Gr, Brass Enclosed Base - WinCleon M.V. 990 i SO Ft/Sec 513452 500 50.2 5MM Winchester LISA9MM1 Centerfire Handgun 9MM Luger 147 Gr, Full Metal Jacket - Flat Nose, M.V. 990 ± 50 Ft/Sec '$133 15 SOO S0.27 9MM Winchester 4A9147FM3 (entwine Handgun 9A4M Luger 147 Gr. Full Metal Jacket Encapsulated M.V. 985 t 50 Ft/Sec $144.05 500 50.29 357 SIG Winchester WC3575IG Centerfire Handgun 357 Sig 125 Gr, Brass Enclosed Base -WinClean, M.V. 1350 ± 50 Ft/Sec 5227.60 500 50,46 40SW Winchester 04309 357 SIG 125 grain Full Metal Jacket $212.95 500 55.43 40SW Winchester WC401 40 Smith & Wesson 165 Gr, Brass Enclosed Base - Winclean M.V. 1130 ± SO Ft/Sec $147.52 500 Se. 0 40 W Winchester WC402 40 Smith & Wesson 180 Gr, Brass Ed:Eased Base - Winclean NEV. 990 ± 50 Ft/Sec 147,52 500 30.30 40 W Winchester Q4238 40, Smith & Wesson IRO Gr. Full Metal Jacket M.V. 990 I SO Ft/Sec $119.07 500 511.24 40SW Winchester U54405WVP Centerfire Handgun 40 S&W 165 Gr, Fufl Met( Jacket 5107.73 500 50.22 40 W Winchester U54405W Centerfire Handgun 40 S&W 165 Gr, Full Metal Jacket » Flat Now, M.V. 1060 ± 50 Ft/Sec $135,53 500 50.23 45 ACP Winchester WC451 Centerfire Handgun 45 Automatic 185 Gr, Brass Enclosed Base - WinClean M.V. 510 ± 50 Ft/Sec 5168 04 500 50.34 45 ACP Winchester USA4SA Centertlre Handgun 45 Automatic 185 Gr, Full Metal Jacket - Flat Nose, M.V. 910 *50 Ft/Sec $129.33 500 50.25 45 ACP Winchester WC452 Centertl re Handgun 45 Automatic 230 Gr, Brass Enclosed Base , WinClean M.V. 835 I 50 Ft/Sec $176,10 500 5035 . 45 ACP Winchester USA4SAVP 45 Auto 230 grain Full metai Jacket $141.36 500 50.28 45 ACP Winchester 04170 45 AutornatIC 230 Gr. Full Metal Jacket M.V. 835 1 50 Ft/Sec $142.27 500 50.28 45 AP Winchester WC45G Centerfire Handgun 45 G.A.P. Glock Automatic Pistol 230 Gr, Brass Enclosed Base - WtnCiean M.V. 87 $257.64 500 50,52 45 GAP Winchester U5445G Centerflre Handgun 45 G AP, Gluck Automatic Pistol 230 Gr, Full Metal Jacket, M.V. 350 ± 50 Ft/5ec $232.33 500 05.40 45 GAP Winchester 5322392 Centerfire Rifle 223 Remington 64 Gr. Power Point Knurl $120.27 200 150.80 223 REM Winchester 0A223M Centerfire Rtfle 223 Remington 69 Gr. Match Hollow Point &rattail, M.V. 3060 ± 50 Ft/Sec $146.78 200 50,73 222 Ft M Winchester RA556M855K Centerfire Rifle 5.56MM 62 Gr. Penetrator MOSS M.V. 944.8 ± 50 M/5ec 5553.47 1000 50.55 223 REM Winchester 03131 55 Grain (3,56 gram) Full Metallarket Boat Tail Brass Jacket, Lead Core Diameter ,2240" (S.69 mm) $359.67 1000 50.36 222 REM Winchester U5A22.381 .223 55 grain Full Metal Jacket 5359,67 1000 50.36 308 WIN Winchester USA3081 .308 147 grain Fed Metal Jacket Boat Tail $154.24 200 50,77 CALIBER NO BID GROUP , . Bie.d NO BID BID AMMUNITION Row,d' ''' / ' '' '''' '1' '''''/ '' ' '''''' DESCRIFMON PRICE PER .,„ . CASE UNITIS PER ' CASE PRICE , PER UNIT 111.1111111111540 1.1111111.WINCHESTER 9MM Winchester SC9N7 SiMtvl Luger 105 Gr. Jacketed Flat Point Super Clean NT $289 33 550 50.58 40SW Winchester 5C40NT 40 58dAJ 140 Gr. Jacketed Flat Point Super Clean NT 3351.86 500 5010 223 FlEttti Winchester 03262 55 grain Jacketed Soft Point Tin SaperOean NT 1559109 1000 S0 59 308 WIN Winchester 5308ETA .308 150 grain 9-Tip Lead Free $302.61 200 31.51 308 WIN Winchester 5308W5 1.305 150 grain Rarorehack XT Lead Free $211.81 200 $1 06 BIDDERS REPONDERS 1 - NPEE LC - Vivian Tomas — Email: vvan@npee.org Ph#888-316-3718 — Bid Received 5/17/17 3:15 p.m. 2 - Lawmen's & Shooters' Supply, Inc. - Gail Walker -Keen - Email: bids@lawmens.net Ph# 772-569-8700 x218 — Bid Received 5/18/17 10:30 a.m. 3 - The Gun Shop - Joe Fiorillo — Email: Logistics(cPoliceAmmo.com Ph# 609-859-1997 — NO BID DUE TO TIME CONSTRAINST VENDORS NOTIFIED OF AMMUNITION SOLICITATION Vendor Contact Name Email Phone number Gulf States Distributors Inc. Tommy Trammell tommy@gulfstatesdist.com 334-271-2010 Lawmen's & Shooters' Supply, Inc. Gail Walker -Keen bids@lawmens.net 772-569-8700 x218 Lou's Police Distributors, Inc Marlene Silva marlene@louspolice.com 305-416-0000 Safariland, LLC Debbie Conley debbie.conley@safariland.com 904-741-5400 Security Equipment Corporation Michael Patterson mpatterson@sabrered.com 636-343-0200 SRT Supply Inc John B. Wier III wierj@srtsupply.com 727-526-5451 SSD International lnc Scott Patrick scott@ssdinternationalinc.com 407-410-6914 Anderson Arms Dan Sauls Dan@Anderson-Arms.com 321-848-4719 Florida Bullet GOV@FLORIDABULLET.NET (727) 461-6081 Ammunition Depot Mike Falconer mike@ammunitiondepot.com 561-257-1426 NPEE LC Vivian Tomas vivian@npee.org 888-316-3718 Insights, Innovation. Connected. PIase Remit To: ALM Media, LLC PO Box 936174 Atlanta, GA 31193-6174 VILLAGE OF INDIAN CREEK Attention To: MARILANE LIMA 9080 BAY DR INDIAN CREEK VILLAGE, FL 33154 PLEASE RETURN THIS SECTION WITH PAYMENT Daily Business Review Mlaml Dade Daily Business Review Miami Dade Customer No: 9009505 Invoice #: 10000223950-0511 Invoice Date: 05/11/2017 Due Date: Due Upon Receipt AMOUNT DUE: $123.54 Amount Remitted 'TEAR HERE Invoice Date: 05/11/2017 Customer #: 9009505 Invoice # Description Amount 10000223950-0511 Placement/Position: Bids/Hearngs/Meetings/Ordinances/Bcd Notices & RFPs Run Dates: 05/11/2017 Ad Size: 3 x 4 63 [inches NOTICE OF BID INVITATION - INDIAN CREEK VILLAGE - AMMUNITION FOR THE VILLAGES PUBLIC SAFETY DEPARTMENT Subtotal Total Due $123.54 5123.54 5123.54 Payment By Credit Card I ) Visa ()MC ) Amex Credit Card #' Exp. Dale: Card Holder Name: Signature: Security Code: For billing questions, please email: ALMeollection@alm,com Besides the email address you can fax us at 800-285-7527 PAST DUE BALANCES WILL BE CHARGED A I 5% PER MONTH SERVICE CHARGE (IS% PER ANNUM) ALM Insights, Innovation. Connected. MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami„ Miami-Darfe County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before he undersigned authority personally appeared MARIA MESA, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review fik/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of NOTICE OF BID INVITATION - INDIAN CREEK VILLAGE - AMMUNITION FOR THE VILLAGES PUBLIC SAFETY DEPARTMENT in the XXXX Court, was published (n said newspaper in the issues of 05/1112017 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami, in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund ring this advertisement for publi MARIA MESA personally known to me '7" • • • ‘ av .. 1,..„ cltoberg (SEAL) 7- : ..... 0: * • = • IFF 034747 S'A : •:CS.4f: '... ..*. 76 * **i..-C) STA 0 ileilitimite f1-be award deems it kc be in the best NOTICE OF BID IN VITA INDIAN CREEK,V1LLAB y UNITIOH FOR THE nLC ACES PU SAFETY DEPARTMENT Indian Creek Vlaga will Villa ga Cferk's offica, 9C8 2C11'�,wblI not be conside give sealed proposals until 2:00 Rini. local time,Tharrsd Drive, Indian Creek, Florida 33154..BKIs recsrved Ctiter" rusk lags, FEcrlcia a accepting bids from quafrfred bidders for thi cations , karma arwd conditions contained inthe invitation. to Sid fkt) This unii'lon for if¢e Wltkages', Public Safety department, 8rdders are not required to it Bads %Mite orered-pubscly or yahcwrt aftar P !tM1 orr 9' — Offbce, ,indien Creak 'ViMage,�.9490 Say' ;E7 tv Indieri r aei� `Fic may be obtained on or after Thursday. Mav 1 tth. 2017 ircasn lail Creek'Village, 9080 y Drive. Indian Creek, ;Florida 331 hYaur may Irmagi rg i 5,0 b'irit k'Vtilag+ bids;iBid1 which sir,'M ev-ice` 4t7ak'ttae n 3 i417 P.M. an May lB4ti; VOW rn accordance vwith ttae 3 Is for'the!P Solicitation No: 2017.5,18AB Solicitation Tile: AMMUNITION Procurement Contact: Marilane Lima General Proposer information. Tel: 305-865-4121 mlima@lcvps,org PROPOSAL CERTIFICATION FIRM NAME: Lawmen's & Shooters' Supply„ No. of Empioyees. 14 No of Years in Busines : 35 No of Yeas in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS), 7750 9th Street SW CITY. Vero Beach STATE: FL ZIP CODE: 32968 TELEPHONE NO.: 772-569-8700 TOLL FREE NO.: 800-562-5697 FAX NO.: 772-569-2955 FIRM LOCAL ADORES . CITY; STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. Gail Walker -Keen ACCOUNT REP TELEPHONE NO,: 800-562-5697 x218 ACCOUNT REP EMAIL: bids@lawmens.net FEDERAL TAX IDENTIFICATION NO.: 59-2223132 The City reserves the right io seek additional information from Proposer or other source(s), including but not limited to: any firm or principal Information, applicable licensure, resumes of relevant individuals, client information, financial inforrnation, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Balance of Pane Intentionally Left Blank 12 PROPOSER CERTIFICATION I hereby certify that: 1, as an authorized agent of the Proposer, am submitting the following Information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification. Name of Proposers Authorized Representative: Gail Walker -Keen Tille of Proposer's Authorized Representative: Bid Manager Signature of Froposer's Authorized Representative: ..., Dale: 5/17/17 State of Florida On this 17th:lay of May , 2017 personally Gail Walker -Keen appeared before me who Indian River ) Bid Manager County of stated that (s)he is the of Lawmen's & Shooters' a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Balance of Page Intentionally Left Blank MARC TYRPAK 1. Rotary Public - Slats of Florida My Comm. Explrn Jan 20, 2019 Commission 0 FF 169935 4 'h.,,a;4 Bonded biro* Nadonai Notny Assn. 13 APPENDIX D Failure to submit Bid Price Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non -responsive and being rejected, Bidder affirms that the prices stated on the Bid Price Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The cost proposal form shall be completed mechanically or, if manually, in ink. Cost proposal forms completed in pencil shall be deemed non -responsive. All corrections on the cost proposal form must be initialed. Group 1. Frangible Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm Minimum 90 grain TBD $ X $ * 2 380 ACP Minimum 75 grain TBD X * 3 38 Special Minimum 100 grain TBD X $ . 4 357 Sig Minimum 100 grain TBD X $ „, 5 40 S&W Minimum 110 grain TBD X $ ,, 6 45 Gap Minimum 155 grain TBD X $ * 7 45 ACP Minimum 45 grain TBD $ X $ . 8 223 Rem Minimum 45 grain TBD X $ * 9 12 buck 9 pellet, TBD X * 10 12 slug Minimum 325 grain TBD X . 11 300 BLK Minimum 125 grain TBD X . 12 308 Win Minimum 125 grain TBD $ X $ * *Can purchase Wnchester Ammunition off the Florida State Contract #4600000-15-1 Group 2. Duty Ammunition No, Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 25 1 40 S&W Minimum 155 grain TBD $ X $ * 2 9mm Minimum 115 grain TBD $ X $ 3 380 ACP Minimum 80 grain TBD $ X $ * 4 38 Special Minimum 125 grain TBD $ X $ . 357 Sig Minimum 125 grain TBD $ X $ * 5 45 ACP Minimum 155 grain TBD $ X $ 45 Gap Minimum 155 grain TBD $ X $ * 6 223 Rem Minimum 50 grain TBD $ X $ 7 12 gauge buck 9 pellet TBD $ X $ * 8 12 slug Minimum 325 grain TBD $ X $ * 9 300 BLK Minimum 125 grain TBD $ X $ * 10 308 Win Minimum 125 grain TBD $ X $ * *Can purchase Winchester Ammunition off the Florida State Contract #4600000-15-1 Group 3. Training Rounds ball/full metal jacket rounds / Plated bullet No. I Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 223 Rem Minimum 45 grain TBD $ X $ . 2 9mm Minimum 90 grain TBD $ X $ 3 380 ACP Minimum 75 grain TBD $ X $ * 4 38 Special Minimum 100 grain TBD 5 357 Sig Minimum 100 grain TBD $ X $ . 6 40 S&W Minimum 125 grain TBD $ X $ * 7 45 ACP Minimum 155 grain TBD $ X $ * 8 45 Gap Minimum 155 grain TBD $ X $ 26 9 300 BLK Minimum 125 grain TBD X $ * 10 308 Win Minimum 125 grain TBD $ X $ * *Can purchase Winchester Ammunition off the Florida State Contract 6 0000-15-1 Group 4. Less Lethal Impact Munitions No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 12 gauge 40 gram bag filled with #9 shot Specialty impact (bean bag) non - marking; TBD $ X $ NO BID 2 12 gauge 40 gram bag filled with #9 shot Specialty impact (bean bag) marking TBD $ X $ NO BID Group 5. Reality Based Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm Minimum 6 grain various colors TBD X $ NO BID 2 38 Special Minimum 9 grain various colors TBD' X $ NO BID 3 223 Rem Minimum 3 grain various colors TBD X $ NO BID Group S. Blank Rounds No, Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 12 gauge 2 Y4 shells TBD X * 2 38 Special ( no spec- blank) TBD * 27 *Can purchase Winchester Ammunition off the Florida State Contract #4600000-15-1 Group 7. Lead Free Ammunition No. Caliber Specification Estimated quantity Unit Price (a) Units per case (I)) Case price (c) 1 9mm Minimum 90 grain TBD .44 X 1000 $ 440.00 2 380 ACP Minimum 75 grain TBD $ .47 X 1000 $ 470.00 3 38 Special Minimum 100 grain TBD .51 X 1000 $ 510.00 4 357 Sig Minimum 100 grain TBD $ .52 X 1000 $ 520.00 5 40 S&W Minimum 125 grain TBD $ .54 X 1000 $ 540.00 45 ACP Minimum 155 grain TBD $ 60 X 1000 600.00 7 45 Gap Minimum 155 grain TBD .60 X 1000 600.00 8 223 Rem Minimum 45 grain TBD .68 X 1000 $ 680.00 9 12 gauge buck 9 pellet TBD $ 1.64 X 250 410.00 10 12 gauge minimum 325 grain TBD $ 1.25 X 250 312.50 11 300 BLK Minimum 125 grain TBD $ .75 X 1000 $ 750.00 12 ••fr,...m.,,,,,,,, 308 Win 1"....44.,.. Minimum 125 grain r.-.,...........1....•• TBD .91 X 1000 $ 910.00 Bidder's A irmation Company: Lawemn's & Shooters' Supply, Inc. Authorized Representative: Gail Walker -Keen Address: 7750 9th Street Sw Vero Beach, FL 32968 Telephone: 772-569-8700 Entail: bids@lawmens.net Authorized Representative's Signature: >4) 28 (1115 0 TERYSLIPPLY "Distributors of Law Enforcement Equipment" 7750 96 Street, S.W. • Vero Beach, Florida 32968 • (772) 569-8700 • Fax (772) 569-2955 In Florida Watts: 1-800-562-5697 INDIAN CREEK VILLAGE BID FOR AMMUNITION REFERENCES Jacksonville Sheriff's Office 4727 Lannie Road Jacksonville, FL 32218 Sgt. Fillingbam, Range Master 904-838-5983 Frederick.fillinghamajaxsherifforg Supplied Winchester Ammunition 2/21/2017 Miami -Dade Police Department 9601 NW 58th Street, Bldg. 100 Miami, FL 33178 Alexis Castro, Purchasing 304-471-3264 aicastro@mdpd.com Supplied Winchester Ammunition 2/6/2017 Fort Lauderdale Police Department 1300 West Broward Blvd. Ft. Lauderdale, FL 33312 Sgt. Figueras, SWAT 954-828-5606 afigueras@fortlauderdale.gov Supplied Winchester Ammunition 2/23/17 U.S. Deparbnent of Justice Bureau of Alcohol. Tobaceo. Firearms and Explosives 1111111111111111111MMIL Federal Firearms License (18 U.S.0 Chapter 44) meows IMPIPTIMIttiliiffQ1111114121151 in accordance with the provisions of TIk1. Gun Control Act n(1968, and the regulations issued thereunder (27 CFR Pon 478), you arc hemmed to engage in the business specified in this license. within the limitations orChapter 44. Title 18. United States Cadc. and the regulations issued thereunder. until the expiration dote shown THIS LICENSE IS NOT TRANSFERABLE UNDER 27 CFR 478.51. See "WARNINOS" and "NOTICES" on reverse Direct ATF Correspondence To ATF - Chief. FFLC 244 Needy Road Martinsburg. WV 25405-9431 License Number Chief. Federal Picea�li1.iccI1.smg Center (FFLC) Name LAWNIEN'S & SHOOTERS' SUPPLY, INC Expiration. Date 1-59-06 -01 A-04937 January 1720 8 Premises Address faitumes9 Notify ihr FFLC at least 30 days before the move.) 7750 9TH ST SW VERO BEACH, FL 32968- Typc of License Di -DEALER IN FIREARMS OTHER THAN DESTRUCTIVE DEVICES Purchasing Certification Statement The beensee named above shall use a copy of this license to assist a transferor of j13IT03 K) verify the identity and the licensed status of the licensee as provided by 27 CFR Part 478. The signature no each CopV must be an original eieriature A scanned or e-mailed copy of the license with u signature intended to be an original signature is acceptable The signature must be that of the Federal Firearms Licensee (RI) or a respunsible person or the FFL. I certify that this is a true copy of a license issued to the licensee named atxwe tj3,,eitgage in the business specified above ender "Iyyc of untie." President .3=1er:re/Responsible Pe Signature Position/Title C. Reed Knight, Jr. Marling Address (Changes? Notify the FFI.0 °lane changes.) LAWMEN'S & SHOOTERSSUPPLY, INC 7750 9TH ST SW VERO BEACH, FL 32968- Printed Natne Dale prvms Edeoiobsotd howto smalls urrty.upc.itliast sl 5011$4fo,5144141.1Attril 1,11111.01xtmitrwinia011019.1i AtitAurawf ot Mai ...VII' Form X (Sit!' m4e1 00(lber 201 1 Federal Firearms Licensing Center (FFLC) 244 Needy Road Martinsburg. WV 25405.9411 Federal Firearms License (FFL) Customer Service Information 'foil -free Telephone Number: (866) 662-2750 Aft I lornepage: www.mEgor Toll-frec Fax Number: (865) 257-2749 FFL eZ Check: wwitestfonline.govillletcheek vemail; NLOLlutfgov Change of Address (27 CFR 478 52). Licensees may during the term of their current license remove their business or activity to d newlocation al which they intend regularly to carry on such business or uctivity by filing an Application far an Amended Federal Firearms License, ATF Form 530038. in duplicate. not less than 30 this's prinr to such removal with the Chief, Federal Firearms Licensing Center. The ramification must bc executed under the penalties of perjury and penalties imposed by 18 U.S.C. 924. The appIrcatien shall be accompanied by the licensee's original Ireense The license will be valid for the remainder of the rem oldie origin! license. (The Chief, FFLC, shall, if the applicant is nut qualified, refer die application for amended license to die Director of Industry Operations for denial in accordance veith * 478.71.) Right of Succession (27 CFR 478.56). (a) Certain persons other shun the licensee may secure the right to carry on the same lireunns or ammunition business at the same address shown on. und for the remainder ofthe term of, a eurreal license. Such persons arc: I )The surviving NINILINC or child or excernor, udininist rotor. or other legal representative of a deceased licensee; and (2)A receiver or trustee in bankruptcy, or un nssignee for benefit of creditors. (b)in order to secure the right provided bv this scetiun, the pursue or persons continuing the business shall furnish the license for that business fur endorsement of such 3U0G0531011 10 1148; Chief. FFLC. within 30 days from he dale on which the successor begins to carry on the bitsincsN Cut Here X. Federal Firearms License (FFL) Information Card License Nome. LAWMEN'S & SHOOTERS' SUPPLY, INC Business Name: License Number: 1-59-061 -014A-04937 License Type. 01-DEALER IN FIREARMS OTHER THAN DESTRUCTIVE DEVICES Expiration: January 1, 2018 Please Nine: Nat Valid for the Sale or Other Disposition afFireamis. (Confirmed on rerrersa side) FFL Newsletter - Electronic Version Available Sign -Up Today! FFLs interested in receiving he electronic version oC the FFL Newslci• ter, along with occasional additional intimnation. should submit name. FFL number, and email address to: FFLNewsletterr.epairgov. the electronic FFL Newsletter will enable ATE to eanununicate information to licensees on a periodic basis. INVITATION TO BID (ITB) AMMUNITION BID ISSUANCE DATE: THURSDAY MAY 11TH 2017 BID DUE: THURSDAY MAY 18TH 2017 ISSUED BY: INDIAN CREEK VILLAGE TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 NOT UTILIZED 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS PAGE N/A 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 10 APPENDICES: APPENDIX A PROPOSAL CERTIFICATION 11 APPENDIX B MINIMUM REQUIREMENTS & SPECIFICATIONS 15 APPENDIX C SPECIAL CONDITIONS 22 APPENDIX D BID PRICE FORM 24 SECTK]NW2UD INSTRUCTIONS TDBIDDERS I. GENERAL. This Invitation to Bid(ITB) is issued by the Village ofIndian Creek, Florida (the 'City").asthe means for prospective Proposers to submit their qualiflcations, proposed scopes of work and cost proposals (the "bid") to the City for the Cihy'sconsideration oo anoption in achieving the required scope of services and requirements as noted herein, All documents released in connection with this solici'tation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractorls]") if this |TBresults inanaward. 2.PWRPOSE The City is seeking bids from qualified Manufacturers, Distributors and other companies that are legally and financially able to furnish Ammunition and Less -Lethal Products for Police Department on an as needed basis. The intent is to obtain the most cost effective Ammunition and Less -Lethal pmducts, while maximizing the quality and level of service. Qualified companies must have the capability to provide these products in all respects, in accordance with the specifications are further detailed herein and, specifically, ioAppendix C. 3.SOLICIT4TION TIMETABLE. The tentative schedule for this solicitation is as follows: ITBIssued May 118,2017 Deadline for Receipt of Questions 'ay 15h.2O17bv5100pm. Responses Due May 10h.2017bv200pm. - 4. PROCUREMENT CONTACT. Any questions Vrclarifications concerning this solicitation shall hnsubmitted tothe Procurement Contact: Marilane Lima, Telephone: 305-865-4121 Email: mlima@icvps.org 9.EXAMINATION OPSOLICITATION DOCUMENTS O It is the responsibility0feach Bidder, before submitting a Bid, to: U Examine the solicitation thoroughly, D Take into account federal, state and local (City and Miami -Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award, U Study and carefully correlate Bidder's observations with the solicitation. F; Notify Procurement of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. o The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has compiled with the above requirements and that without exception, the Bid is premised upon performing and furnishing the work required by the solicitation and that the solicitation documents are sufficient in uonpo and detail to indicate and mnnwsy understanding of all terms and conditions for performance and furnishing ofthe Work, 10. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal ofbids and will makooreasonable effort bogive atleast three (3) calendar days written ncdiceofenysuchpostponement VooUpmSpoctvoBidders, 11, CONTRACT PRICE. Bid Price is to include the furnishing nfall labor, materials, equipment |mdudingtools,oemicms.permit feen, applicable taxes, overhead and profit for the completion nythe Work except aomay be otherwise expressly provided in the 12. METHOD OF AWARD, Following the review of bids and application of vendor preferences, the lowest responsive, responsible meeting all terms, conditions, and specifications ofthe |TBwill berecommended foraward ^�bid|tem.bid group, orfor the entirety ofall bid items, oudeemed imthe best iniBmutofthe City, hothe City Manager for his consideration The ability, capacity and skill ofthe bidder buperform the Contract. Whether the bidder can perform the Contract within the time specified, without delay nrinterference, The character, integrity, reputation, judgment, experience and efficiency of the bidder, The quality mfperformance 0fprevious contracts, The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 13. MULTIPLE AWARDS. The City may award upb,three vendors (primary. oecnnUmry, tertiary), as available, by line item, by group or in its entirety. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors |n the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best �nha�stofthe City hod000regardless ofreason. ' 14. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's 8dncUmn or approval of the City Manager'sneoommgnd@8onuhB|/conoUContract Ci ty shall in�udgthe so|�|t��n.any and eUaddenda issued bythe Qtyand the B�Pmpum�|oubmoidedthe byb �er.|nany discrepancy between the Uocumonts, the order of preference shall be as follows: 1) Addendum in reverse order of nV|noae; 2} Solicitation; 3> Bid � Proposal. |ncase ufdefault onthe paofthe successful biddo�the Chvmay procure the items o[sem�o'�omother sources and hold the bidder responsible for any excess cost occasioned 0rincurred thereby. 15.VOLUME {}FWORK T[JBE RECEIVED BTCONTRACTOR. |tiothe intent ofthe City tupurchase the goods and, services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods nsVm|u88 awarded from state or other governmental contract, or on an as -needed basis through the City's spot market purchase provisions. 16. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Did requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not 4 be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 17, ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award, 18, ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 19. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering Citydepartment. 20. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder, 21. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the Village of Indian Creek. 22, CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the Village of Indian Creek, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercialpackaging, 23, CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 24, DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided, Delivery time may become a basis for making an award, Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 25. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 26. DISPUTES. In case of any doubt or difference of opinion as to the items and/or services (as hereunder, the decision of the City shall be final and binding on all parties. 27. DISCREPANCIES, ERRORS AND OMISSIONS. In the event of a conflict between the Bid of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. time (in calendar days) for each the case may be) to be furnished documents, the order of priority 5 28.DEFAULT. Failure or refusal of abidder to execute acontract upon award, Qrwithdrawal ofabid before such award is made, may result Nforfeiture nfthat portion of any bid surety required avliquidated damages incurred bvthe City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder fromtheQty'» bidders list. 29. EQUIVALENTS. |fabidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specificarticle(s) of equipment/supplies shall conform imquality, design and construction with all published claims ofthe manufacturer. The bidder shall indicate in the Bid Form the manufacturers name and number ifbidding other than the specified brands, and shall indicate ANY deviation from the specifications as |iuhoU in the Bid. Other than specified Numn offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID, NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BEFINAL. Note auYo BrandNm0nS� Catalog numbers, manufacturers' and brand names, when Ustpd, are informational guides aohm a standard of acceptable product quality level only and should not be construed GG an endorsement or u product limitation of recognized and |oUiUmaka manufacturers. Bidders shall formally substantiate and verify that pmduuKS)offered conform with or exceed quality oulisted inthe specifications. 3&ESTIMATED QUANTITIES. Estimated quantities orestimated dollars, Uprovided, are for City guidance only, Nnguarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The, City isnot obligated hmplace any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City'a actual needs and/or usage during a previous contract period, The City may use said estimates for purposes of determining whether the low bidder meets specifications, 31,FAC|L0ES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities atany time, upon reasonable prior written Vrverbal notice. 32. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without |imihsUmn, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 118D71). Florida Statutes, and s,. 24(a), Art, I of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (u) Keep and maintain public records that ordinarily and necessarily would berequired bvthe public agency inorder toperform the services; (b)provide the public with access 1Dpublic records on the same terms and conditions that the public agency Would provide the records and otncost that does not exceed the cost provided in this chapter or as otherwise provided by law: (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except auauthorized bylaw; (d)Meet all requirements for retaining public records and tranufer, at no onot. to the public agency all public naoondo in possession of the contractor upon termination nfthe contract and destroy any duplicate public mcnndS that are exempt Vrconfidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology Vystemsufthe public agency. 33. GRATUITIES. Bidders shall not nMbr any gratoitieo, favnm, or anything of monetary value to any offinia|, umplovee, uon�m�or.nragent of�g(�hp.�x�epurpose oY| uV0�danuUoncfUl�B�. ' 34.INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses ordamages, including o8omey'Ofees and costs of defense, whichUla City or its officers, omploy8mn, agents or instrumentalities may incur as a result Ofclaims, den@Odn, uUhs. rau000 of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees. agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including s, and shall pay all costs, judgments, fees which may be incurred thereon. The successful Bidder expressly understands and agrees that ainsurance pnJ��|' n required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City offic ers, ymp|Oyoeo, agents and instrumentalities mwherein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 35. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will bautdestination, unless otherwise provided, Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment ursupplies supplied to the City are found to be defective, ordo not conform to the, specifications, the C� reserves theright hncanco/thanrda wr itten and ��m�ep�duo�ed�ob�do/Aexpense, ' �6. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all |ioonoas, porm|be, and inspection fees required under the contract; and shall comply with all Applicable Laws. 39. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal. State of Florida, Miami -Dade County, and City of Village ofIndian Creek codes. laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws), Lack of knowledge or ignorance by the bidderwith/of Applicable Laws will in no way bem cause for relief from responsibility. 40. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Village of Indian Creek property 1ndeliver materials orperform work orservices omaresult of the Bid, the bidder will assume the full duty, obligation and expense (fobtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws, The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure tocomply with Applicable Laws, 41.MANN[R OF PERFORMANCE, Bidder agrees to perform its duties and obligations inaprofessional manner and in accordance with all applicable Local, State., County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained. experienced, cerb8ed. and licensed /n all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, coMUficaU0n, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that itand its employees will keep all licenses, permits, registrations, authorizations, or certifications: required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with: this paragraph shall constitute ematerial breach (fthis contract. 42. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all |notmoUonu pertaining to supplies and services. Fo||una to doxmwill be at the bidder's risk and may result in the bid being non- responsive. 43.MODIFICATION[WITHDRAWALS OF BIDS, A bidder may submit a modified bid to replace all or any portion of a previously nUbm�ed�dVpu�i|the �Udue dm�and Umo. MOd�cn�onsmua{ved@��rthe b�due date and Ume wU|NOT bn considered. Bids shall Ueirrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 44. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications,maybgrejeoteduDdreturmaUat the bidder's expense. These items, oowell ou items not delivered as per delivery date in bid and/or purchase order, may be purchased by No City, at its discretion, on the open onarKet. Any increase in CO,t may be charged against the bidder, Any violation of these oUpV|aOoOS may also m3u|i in the bidder's name being removed from the C|b/svendor list. 7 45, OPTIONAL CONTRACT USAGE "PIGGY BACK" CLAUSE. When the successful bidder(s) is in agreement, other units of govemment or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of govemment or non-profit agency. 46. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 47. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Village of Indian Creek, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or an account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Village of Indian Creek, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 48. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced net 30. 49, PRICES QUOTED, Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 50. PRODUCT INFORMATION. Product literature, specifications, and technical information, will be supplied on request. 51. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence, 52. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 53. TAXES. The City of Village of Indian Creek is exempt from all Federal Excise and State taxes. 54. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder 8 for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder ls determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 55. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract, Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection, 9 SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1, SEALED BIDS. One original Bid Proposal must be submitted in a sealed envelope on or before the due date established for the receipt of bids. The following information should be clearly marked on the face of the envelope in which the bid is submitted: Bid Number, Bid Title, Bidder's Name, Return Address. Bids received electronically, either through email or facsimile, are acceptable. Bids sent through email must be emailed to Marilane Lima, Village Clerk- mlima@icvps.org 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Bid Price Form (Appendix D). shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non -responsive. All corrections on the Cost Proposal Form shall be initialed, • TAB 2 - PROPOSAL CERTIFICATION (Appendix A). • TAB 3 — Documentation indicating compliance with Minimum Eligibility Requirements 3, LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does riot accept responsibility for any delays, natural or otherwise. Balance of Page intentionally Lett Blank 10 APPENDIX "A" Proposal Certification, PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 11 Solicitation No: 2017.5.18AB Procurement Contact: Marilane Lima 1. General Froposer Information. Solicitation Tale: AMMUNITION Tei 305-8654121 Email mlima@icvps.org PROPOSAL CERTIFICATION FIRM NAME: NPEE LC DBA ' NATIONAL POLICE AMMUNITION° No, of Employees: 12 No of Years in Business: 9 No of Years in Business Locally9 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NATIONAL POLICE AMMUNITION FIRM PRIMARY ADDRESS (HEADQUARTERS): 451 E 10 COURT ITY: HIALEAH STATE: FL ZIP CODE; 33010 TELEPHONE NO,: 888- 316 - 3718 TOLL FREE NO.: 888-316 - 3718 FAX NO.: FIRM LOCAL AODRESSi 451 E 10flf COURT CITY; HIALEA STATE; FL ZIP CODE: 33010 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ERIK AGAZIM ACCOUNT REP TELEPHONE NO.: 888-316 - 3718 ACCOUNT REP EMAIL: SUPPORT@NPEE.ORG FEDERAL TAX IDENTIFICATION NO.: 27-0335137 The City reserves the right to seek additionai information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements, Balance of Page intentionally Left Blank 12 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification. Name of Proposers Authorized Representative: TFUe of Proposes Authorized Represen live: ERIK AGAZIM PRESIDENT Signature of Proposers Authorized Representative: Date: 71 State of 11-OR ,D On this day of M A , 20 npersonally appeared before me R I KJ R County of M I stated that (s)he is the of a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged se" act and deed. Before me: Balance of Page Int ntiona t to be ihk o un a 0011114., ROSEANN PRADO -Vs Notary Public - State of Fionoi Co My Comm Expires Sep 24, 2020 Semler} bough Noma, Natary Assn. 13 PLEASE RETURN TO: CITY OF VILLAGE OF INDIAN CREEK PROCUREMENT DEPARTMENT ATTN: Marilane Lima ITB NO.2017.5.18AB 9080 RAY DRIVE VILLAGE OF INDIAN CREEK, FL 33154 14 APPENDIX "B" Minimum Requirements & Specifications AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 15 i.MUNIMUM'ELIGI80TYREQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its bid mupon request by the City, the required submiffal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submiftals with its bid or fail to comply with minimum requirements shall be deemed non- responsive and shall not have its bid considered. The stated minimum requirements shall be applicable during the duration of the contract. A. Bidder (business) shall hold valid Federal Firearms License (FFL) Type 6:, 7 or 10 issued by the Bureau of Alcohol, Tobacco, Firearms, and Explosives or any licensing requirements required by Federal, State, Municipal law for the sale of ammunition. B. PreviousExperience: Bidders shall submit at least three (3) individual references exemplifying their experience in providing public safety organizations with a minimum of three (3) ammunition contract completed or in process within the last five (5)years. SUBMITTAL REQUIREMENT: For each client reference submitted, the following information |wrequired: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email, 6) Narrative onScope ofServices provided, 7)Dates of engagement, 3LGENERAL STATEMENT OPWORK. The City ofVillage ofIndian Creek is seeking aqualified vendor Nsupply @nd'deliver of various types ofammunition to be used by authorized City ufVillage nfIndian Creek Police pammonei Bidder shall have the capability to podomn and complete the services in all respects in accordance with the solicitation documents, Delivery is requested within 30calendar days after receipt of purchase order release. Back -orders shall be made known to the City attime of order placement, Failure to supply deliveries within 48hours may result in contract cancellation. Bidder shall supply all necessary equipment, labor, and materials for the transportation of the bid items to the specified City location, All buxastamemsho|| be from the same lot number and shipment to be made in full orBidder must receive approval bvCity for mu|Up|eshipments. (Exact delivery point wiUbnindicated onthe Purchase O�aM. - Delivery shall heG(90H0Bay Drive, Indian Creek Village, FL331S4.Themshall be aminimum 24hour advance notification prior toequipment being delivered toCity Contact/ Project Manager. All prices quoted shall boF.O.B.destination, freight pmpaid(8iddorpayuondbnanSfreightuMorggG,BiUdernwmVgoodoin transit and files any claims), The successful bidder shall be fully responsible for any and all travel expenses and/or del ivery/tra n sport charges to and from destination, Exact delivery point will be indicated on the purchase order. The Customer reserves the right toinspect, atany reasonable time with prior notice, the equipment o,product nrplant or other facilities o/a Contractor to mnoono conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 3.GENERAL SPECIFICATIONS. Items specified herein shall beclassified under six (6)Groups, which are listed below and described as follows: 4, SPECIFIC PRODUCTS: If the vendor does not currently have a specific product iwthis |TB then the vendor will input "N6W.the city understands that not all participants may have all items requested arid will consider eachitem individually for award as a multiple award contract. Groum1. Frangible Rounds. Frangible ammunition must be lead free including primer. The projectile cannot contain any iron, aH|oa, and must break apart when fired at five /W feet 6k3 n/noh/ /90\ degree WAR5OO steel plate. The largest retained particulate cannot weigh more than 5% of the total weight of the original projectile: 16 1. Ammunition must hold m10 round group of six inches (6") at 25 yards from arest. 2. More than one ammunition related failure per 1.000 rounds disqualifies ammunition. 3. All ammunition must function in full size duty pistols utilized bylaw enforcement (Smith & Wesson, Glock, Sig ~ 4. Rifle ammunition must hold a three inch (Y) group from a 16" barrel' at 75 yards shot from a restand function ino stamdanjAR15style rifle. 5. Ammunition must conform to Sporting Arms and Ammunition Manufacturers' Institute ('SAMMI") specifications. H. Ammunition ionew brauuoeoed. 7. Ammunition primer pockets seated. 8. Products submitted with the use of tar ( black litmus tar or similar) as a waterproofing agent will not be oonu|doredhxreve|oa8on. 9. Calibers: u) 8mm;minimum B8grain frangible lead free brass cartridge b) 380 ACP;minimum 75grain; frangible lead free brass cartridge o) O8Special; minimum 1O0grain; frangible lead free brass cartridge d) 857Sig; minimum 100grain; frangible lead free brass cartridge e) 40S&YV;minimum 11Ograin; frangible lead free brass cartridge 0 45Gap, minimum 155grain, frangible lead free brass cartridge g) 45ACP;minimum 145grain; frangible lead free brass cartridge U) 223Rem; minimum 45grain; frangible lead free brass cartridge |) 12gauge; 9pellet, OObuck; frangible lead free brass cartridge j) i2gauge; Slug, minimum 825grain; frangible lead free brass xoUddoe k> 3OQBL�;minimum 125grain; h�ng|b|elead hnmbrass omdMdoo - 0 3Q8Win; minimum 125grain; frangible lead free brass cartridge Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition category: Item No. Specification Caliber Type Quantity Bmm Minimum gUgrain Frangible Rounds TBO� 380ACP Minimum 75 ' / �/wo Frmm���oundx _" TO 38Soeo�| Special ` Minimum grain Frangible Rounds TBD 40S&VV WUnhnmm11O grain Frangible Rounds - T8D 456ao _ Minimum 155 grain��n��eRounds — x TBID � 45ACP Minimum 145grain , Frangible Rounds T8D 223Rnm Minimum 45 gns� Ran�b��mm� T�� 12gmuGe buck SpH[let, Frangible Rounds TBD 12gauge slug Minimum 325grain Frangible Rounds TBQ 300BLK Minimum 12Sgrain Fmno�h� -� Rounds T8D 308VVin Minimum 125grain Frangible Rounds TDD Group 2. Duty rounds, 17 Duty ammunition must perform b>the minimum performance specifications nfthe FBI test protocols set forth bythe Federal Bureau ofInvestigations for expansion, penetration, and weight retention. |t isthe vendor's dub/h/vohh/the pmdudanubm|Oed mnoo(this opec�cnhnnand the �Hagonannnmsthe dQhttuhm�and nrmqoost�eFBI vo��and -test a^mun|0unaubmiMod. 1. Ammun0nnmust hold a1O'm@ undgnoupo�xix|nuh8o")ot25yando�nmane' 2. More than one ammo related failure per 1.OUOrounds disqualifies ammunition. 3. All ammunition must function in full size duty pistols utilized by law enforcement (Smith & Wesson, Glock, Sig Sauer, Heckler &Koch) 4. Rifle ammunition must hold a three-inch (J)group from o16~barrel at75yards shot from @ rest and function |no standard AR1bstyle rifle. 5. Ammunition must conform ho8AMK4|specifications. 8. Ammunition isnew brnnnonwod. 7. Ammunition primer pockets sealed, 8. Ammunition must perform to minimum acceptable FBI protocol criteria 8. Calibers: a) 4QS&W;minimum 155grain hollow point bullet, nickel nrbrass case b) Bmm;minimum 115grain hollow point bullet, nickel nrbrass case d 380ACP|minimum 80grain hollow point bullet, nickel orbrass case d) 857Sig; minimum125QrainhoHuwPmintbu|1ot,ni:ko|nrbnuoscaoe o) D8Special; minimum 125grain hollow point bullet, nickel orbrass case 8 45GAP; minimum 155grain hollow point bullet, n!ickeYorbrass case g) 45ACP;minimum 155grain hollow point bullet, nickel orbrass case h) 223Rem; minimum 5Ograin hollow point bullet, nickel Vrbrass case Q 12gauge ; 9pellet, OObuck, 21/4o/ze ') 12gauge Slug, minimum 32Sgrain N 3OOBLK;minimum 125grain hollow point bullet, nickel orbrass case 8 308Win; minimum 125grain Match gnadobuUnt Estimated number ofammunition consume UVthe Pn|iomDeoa�men�onxnn//x|h�np"hvn*rnw+k=""`m.."a/"","f""~' Item No, ' �—'�''---'------~~ ^U�w°/' Quantity 40D&VV NUoknum 155 grain^ Duty Rounds TBO � � 9mm Minimum 115grain Duty Rounds TBD 380ACP Minhmum80 grain Duty Rounds TBD ` 383uecia| Minimum 125grain Duty Rounds TBD 357S' � Minimum ' /ug"m', Duty -, �m -- T8D 45ACP Minimum 155grain Duty Rounds TBD 45Gap Minimum 155grain Du� Rounds Duty xos T8D 223Rnm Minimum S0grain Duty Rounds T8D 12gauge buck 9pollet Duty Rounds TBD 12Glug Minimum 325grain Duty Rounds � TBD 800BLK Minknom125 ' / 8rux �-" Du�R�V�d a TBD 308VVin Minknum125 grainM@tch Doty Rounds TBD � 18 Group 3.Training Rounds. Training ammunition requires: 1. Ammunition must hold a1Uround group of six inches (6") at 25 yards from arest. l More than one ammo related failure per 1,00Orounds disqualifies ammunition. 3. All ammunition must function in full size duty pistols utilized by law enforcement (Smith & Wesson, Glock, Sig Sauer, Heckler &Koch) 4. Rifle ammunition must hold a three inch (Y) group from a 16" barrel at 75 yards shot from a rest and function in a standard AR15style rifle. 5. Ammunition must conform to8AK4N1|specifications, 8. Ammunition is new brass eased, 7. Products submitted with the use of tar ( black litmus tar or similar) as a waterproofing agent will not be considered harovaioohnn. 8. Calibers: a) 223Rem; minimum 45grain standard ball /FuHmuta|jackoUPlated bullet b) 9nnm;minimum 88grain standard ball / Full metal jacket/ Plated bullet c) 380ACP;minimum 75grain standard ball / Full metal jacket/ Plated bullet d) 38Special; minimum 1O0grain standard ball / Full metal jacket/ Plated bullet e) 3S7Sig; minimum 1OOgrain standard ball / Full metal jacket / Plated bullet 0 4O8&VV;minimum 125grain standard ball / Full metal jacket/ Plated bullet g) 45ACP;minimum 155grain standard ball / Full metal jacket / Plated bullet N 4SGap�minimum 155grain standard ball / Full metal jacket) Plated bullet 8 3Q0BLK;minimum 125grain standard ball /Full metal jacket/ Plated bullet j) 308 Win; minimum 125 grain standard ball Full metal jacket/ Plated bullet Vendor shall provide training rounds with ability toorder other ammunition meeting specs as needed in standard' ball / full metal jacket ifrequested byPolice Department. Estimated number ufammunition consume hythe PoHcuDeoa�nontonannual bases bvneyoecJ�pommonK�ncn�nom' Item No. . Description � � . �-__---_-_-"—, Caliber Type Quantity 223Rom Minimum45 grain Training Rounds ball/full metal jacket rounds TBD 9mm Minimum 8Ograin Training Rounds ball/full metal jacket rounds TBD 380ACP Minimum 75grain Training Rounds ball/full metal jacket rounds TBD 388oecia| MinhnVm10] grain Training Rounds ball/full metal jacket rounds TBD 357Sig Minimum 1DOgrain Training Rounds ball/full metal jacket rounds TBD 40S&VV Minimgm125 grain Training Rounds ball/full metal jacket rounds ]D � 45ACP Minimum 155grain ` Training Rounds ball/full metal jacket rounds TBD 45Gap Minimum 155 grain Training Rounds [ ll metal jacket rounds TBD 300BLK Minimum 125grain Training Rounds ball/full metal jacket 0undn TBD � 308VVin Minimum 125 grain Training' Rounds balNuUmata| jacket rounds TBD � Group 4.Less Lethal Impact Munitions Translucent 12 gauge tear shaped bean bag round with tails filled with #9 showith and without marking agent. Other specialty impact munitions as needed for crowd control or specialty situations as dictated caliber is 12 gauge. Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition category: 19 Item No. Specifications � Caliber �� '. Quantity~ 12Qauge 4Ugram bag filled with #9shot impact (bean bag) TBO 12guuge 4Ogram bag filledwith #9sho Specialty bag) � T8D Grouo5. Reality Based Rounds Force on Force, Simunition or other marking, non -marking, and blank rounds used for reality -based training, Estimated number cfammunition consume bvthe Po|icoOmo��monynn annual h�x�nhvnp"n�mxmnm�",.."a/"","^"""= Item NV . —_ -____'----~^`...~...,.~...~.~,~.^"�»"Ili 8��C�caUon� / C����Tvoe Caliber Quantity � 8mm Minimum Ggrain various colors Rooli�Bm8ed ^ TBD � 888pecia/ Minimum 9grain various colors 'Reol:4 Based TBID 223 Rem � Minimum 8grain various c6ors Reality Based TBD Group 6, Blank Rounds In various calibers used tosimulate live gun fire for training and/or Honor Guard details such as funerals and memorials, the Police Estimated number of ammunition consume by Department on ` Item No. —_ —_—_ -~. Caliber Type Quantity 13 � BlankRounds TBID | 38Soeoia| Blank Rounds ' Group 7. Lead Free Ammunition | Projectile must be completely lead free. 2. Primer must holead free. 3, Ammunition must hold G1Oround group ofG^at25yards from aTest, 4. More than 1ammunition related failure per 1.00Qround disqualifies ammunition. 5� All ammunition must function in full'size duty pistols utilized by law enforcement agencies such as Glock, Smith & Wesson, Sig Souer.HK 6. Rifle ammunition must hold a 3" group from a 16" barrel at 75 yards shot from a rest and function in a standard AR15style rifle. 7, Ammunition must conform to S4MM|opeo|8cadnno. 8, Ammunition must Uenew brass o,nicke|oased. 9. Ammunition primer pockets must basoa|ed. 10, Products submitted with the use of tar ( black litmus tar or similar) as a waterproofing agent will not be nnno|doredhzrava|ua8on. 11. Calibers: m) 9mm; minhmum9O grainlead free new brass nrnickel case b) 38OACP;minimum 75grain lead free new brass nrnickel case o} 38Special; minimum: 10Ograin lead free new brass m,nickel case d) 357Sig, minimum 1O0grain lead free new brass Ornickel e> 4OS&VV;minimum 125grain lead free new brass Ornickel case f) 45ACP;minimum 15§grain lead free new brass ornickel case g) 45Gap; minimum 155grain lead free new brass ornickel case h) 233Rem; minimum 45grain lead free new brass O[nickel case i) 12gauge; 8pellet, UObuck lead free new brass nrnickel case 20 j) 12 gauge; Slug, minimum 325 grain lead free new brass or nickel case k) 300 BLK; minimum 125 grain lead free new brass cartridge or nickel I) 308 win; minimum 125 grain lead free new brass or nickel case Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition category: Item No, Description Caliber Type Quantity 9mm Minimum 90 grain Lead Free Ammunition TBD 30 ACP Minimum 75 grain Lead Free Ammunition TBD 38 Special Minimum 100 grain Lead Free Ammunition TBD 357 Sig Minimum 100 grain Lead Free ammunition TBD 40 S&VV Minimum 125 grain Lead Free Ammunition TBD 45 ACP Minimum 155 grain Lead Free Ammunition TBD 45 Gap Minimum 155 grain Lead Free ammunition TBD 223 Rem Minimum 45 grain Lead Free Ammunition TBD 12 gauge buck 9 pellet Lead Free Ammunition TBD 12 gauge slug minimum 325 grain Lead Free Ammunition TBD 300 BLK Minimum 125 grain Lead Free Ammunition TBD 308 VVin Minimum 125 grain Lead Free Ammunition TBD 2 1 APPENDIX "C" Special Conditions AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 1.TERM OPCONTRACT. The contract shall remain in effect for three (3) years from date of contract execution by the May or and U�QhC��ThcQ��V���|ndk���kwN��U�o�m to renew U����t�U���d���/�N� 'ity Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Village of Indian Creek prerogative, not aright of the Contractor. Such option will be exercised, if at all, only when it is in the best interest nfthe City ofVillage mfIndian Creek. In the event that the contract is held over beyond the term herein provided it shall only be from a month -to -month basis only and shall not constitute an implied renewal of the contract. Said mnn(h'$a month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months, 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: if the bidder is awarded a contract under this bid solicitation, the prices quoted bythe bidder onthe Bid Form shall remain fixed and fimnduring the three (3)year term nfthis contract; provided however, that the bidder may offer incentive discounts from this fixed price tothe City atany time during the contractual term. 2.1 OPTION T]RENEW WITH PRICE ADJUSTMENT The contract could beextended for onadditional two (2).one U\ year terms, nnayear toyear basis, *t the sole discretion of the City Manager, Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price index increase, Change shall not be more than the percentage increase or decrease in the Consumer price Index CP|'U (all urban areas) computed OO days prior h3the anniversary date nfthe contract, It is the vendor's responsibility to request any pricing adjustment under this provision, For any adjustment to commence on the first day of any mxmno|eod period, the vendor's request for adjustment should be submitted 80 days prior to expiration ufthe then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request io received from the vendor. the City will assume that the vendor has agreed that the optional term may benxnrcismdmdUhuutpridnS adjustment, Any adjustment request received after the commencement of a new option period may not be considered, 3. METHOD OF PAYMENT. Invoices for payment shall be submitted, no later than three (3) business days after delivery of order �SHIPPING TERMS. Vendor will make best efforts to secure the lowest shipping rate possible. 5. PURCHASE ORDERS: Apurchase order is required for all work. All invoices shall reflect the accurate Purchase Order number. Failure todosmwill result inrejection ufinvoice, 6. DELIVERY REQUIREMENTS. The successful bidders shall enclose a complete packing slip or delivery ticket with any items 0ob8&ivenad|nconjunction 0ithUli8bidno|in8uUon.Thop@Ckin8sUpnhaUbe@ttanhndho0bnnh|p 'mgcartom(s)whiCh contain the items and shall bgmade available to the City's authorized representative dudng delivery, The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; work order number and a complete listing Vfitems b8inQdeUwmmd. 7. ADD0OKVO6lET|ON OF|TEM8/PRODUCTS.Although this solicitation identifies speoNficitems/pmduots. K is hereby eg�adand undam�re lated � dem�mdud�U amayboaUdedto.mnU�nyo���dem�omdu�smoybede|n�d�hnm. this contract at the option ofthe City, When 3naddition tothe contract isrequired, the Successful 8idder/n\under this contract and other suppliers, asdeemed necessary shall beinvited tosubmit price quotes for these new ibamo/produds.|fthese quotes are comparable with market prices offered for similar items/products, the supplier(s) and item(s) shall be added to the contract, if it is in the best interest of the City and an addendum and a separate purchase order or change order shall be issued by the 23 APPENDIX "D" Bid Price Form AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 24 APPENDIX D Failure to submit Bid Price Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result 8mproposal being deemed non -responsive and being ' rejected. Bidder affirms that the prices stated on the Did Price Form below represents the entire cost of the items in full accordance with the requirements mfthis ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, costindexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City M'anager in advance, The cost proposal form shall be completed mechanically or, if manually, in ink. Cost proposal forms, completed in pencil shall be deemed non+aspnnskm.All corrections onthe cost proposal form must beinitialed, Group tFrangible Rounds No Caliber Specification Estimate �d quantity I Unit Price (a)0d (a) Units per case ` ' Case price bd � `` 1 `1B SMM 90GRAIN NPANFO8-90 TBD $315 1,000 $315,00 Bmm 100GRA1N N 100 TBD $,380 1.000 $3YO,00 2 � 380ACP 75GR4UV NPANF0380-75 TBD $.39 1,000 $390.00 � 3 08Oponiol � 1000n8|m NPANF838GpL-100 TBID $.42 1,000 $420.00 4 357O' 100Q[a|O NpAN0357'100 TBD $.476 $478.08 5 40 SW 110 grain 10 TBID $.34 1.000 $340.00 ` o* � 125 TBD $.38 1,008 $36000 6 45Gop /155 grain NPANFOG45-155 TBD $.51 1,000 $510.0 7 45ACP � 145grain NPANF045-45 ' - --' $/0 1,000 $46000 7A � 45ACP 155GFAJN NPANF045-155 T8D $.478 1,000 $47000 8 223Ram 45 grain NPANF0223-45 � TBD $.45 1.000 $450.00 8A ` � 223RE[� �QGF�dN NPANF0223-50 � TBD 0.47 1,080 $47000 8B 228 55GRA|N NPANF0223'55 TBO $.485 - 1.000 $485�00 9 12bunk 9oeHe � �� NPANF-BUCK TBD �1�� 25O - $260,00 25 10 12 slug 325 grain NPANF-SLUG TBD $1.09 250 $272,50 11 300 BIn.K 125 grain NPANFT300B-125 TBD $ ,499 1,000 $499.00 12 308 Win 125 grain NPANFT308-125 TBD $ .78 400 $312.00 Group 2. Duty Ammunition No. Caliber Specification Estimate d quantity Unit Price (a) Units per case 1 Case price (b) (c) 26 1 40 S&W 155 grain NPANH40-155 TBD $.386 1,000 $386.00 1a 40 S&W 160 grain NPANHSR40-160 TBD $,586 1,000 $586.00 2 9mm 115 grain NPANH9-115 TBD $.37 1,000 $370.00 2a 9MM 120 grain NPANHSR9-120 TBD $.57 1,000 $570.00 3 380 ACP 80 grain N PAN H380-80 TBD $,453 1,000 $453,00 3a 380 ACP 85 grain NPANHSR380-85 TBD $.653 1,000 $653.00 4 38 Special 110 grain NPANH38-110 TBD $.359 1,000 $359.00 4a 38 Special 115 grain NPANHSR38-115 TBD $.559 1,000 $559.00 s 357 Sig 125 grain NPANH357S-125 TBD $.394 1,000 $394.00 :a 357 SIG 130 grain NPANHSR357S-130 TBD $.594 1,000 $594.00 45 ACP 185 grain NPANH45-185 TBD $.416 1,000 $416.00 6a 45 ACP 190 grain NPANHSR45-190 TBD $.616 1,000 $616.00 7 45 Gap 185 grain NPANH45G-185 TBD $,541 1,000 $541.00 7a 45 Gap 190 grain NPANH45GSR-190 TBD $.741 1,000 741.00 8 223 Rem 55 grain NPANH223-55 TBD $.60 1,000 $600,00 8a 223 Rem 60 grain NPANHSR223-60 TBD $.80 1,000 $800.00 8b 223 Rem NPANH223-62 62 grain TBD $.63 1,000 $630.00 27 8c 223 Rem 67 grain NPANHSR223-67 TBD .85 1,000 $850.00 9 12 gauge buck 9 pellet TBD $.79 250 $197.50 10 12 slug 325 grain NPANHSLUG-325 TBD $1,40 250 $350.00 10a 12 SLUG 325 grain NPANHSRSLUG-325 TBD $4,40 250 $1,100.00 11 300 BLK 125 grain NPANH300B-125 TBD $,64 1,000 $640.00 11a 300 BLK 130 grain NPANH300BSR-130 TBD $,94 1,000 $940.00 ila 300 BLK 200 grain NPANH300B-200 TBD .70 1,000 $700.00 lib 300 BLK 205 grain NPANHSR300B-205 TBD 1.04 1,000 1,040.00 12 308 Win 165 grain NPANH308-165 TBD $.83 400 $830.00 12a 308 WIN 170 grain NPANH5R308-170 TBD $1.20 400 $480.00 Group 3, Training Rounds ball/full metal jacket rounds / Plated bullet No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 223 Rem 55 grain NPANBOEM223-55 TBD $.339 1,000 $339.00 2 9mm 124 grain NPANBOEM9-124 TBD $.215 1,000 $215.00 2a 9MM 147 Grain NPANBOEM9-147 TBD $.220 1,000 $220.00 3 380 ACP 100 grain NPANBOEM380-100 TBD $.270 1,000 $270.00 4 38 Special 125 grain NPANBOEM38-125 TBD $,315 1,000 $315.00 5 357 Sig 125 grain NPANBOEM357S-125 TBD $.28 1,000 $280.00 28 6 40 S&W 165 grain NPANBOEM40-165 TBD $.31 1,000 $310.00 6a 40 S&W 180 grain NPANBOEM40-180 TBD $315 1,000 $315.00 7 45 ACP 230 grain NPANBOEM45-230 TBD $.378 1,000 $378.00 8 45 Gap 230 grain NPANBOEM45G-230 TBD $.382 1,000 $382.00 29 i 9 300 BLK 125 grain NPANBOEM300BLK- 125 TBD $,56 1,000 $560.00 9A 300 BLK NPANBOEM300BLK- 200 TBD $,56 1,000 560.00 10 308 Win Minimum 125 grain TBD $.85 400 $340.00 Group 4. Less Lethal Impact Munitions No. Caliber Specification Estimated quantity Unit Price (a) Unitas per case (b) Case price (c) 1 12 gauge 40 gram bag filled with #9 shot Specialty impact (bean bag) non - marking; TBD $4.00 5 $20.00 2 12 gauge 40 gram bag filed with #9 shot Specialty impact (bean bag) marking TBD $4.00 5 $20.00 Group 5. Reality Based Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm 6 grain NPAFOF9 TBD $.50 500 $250.00 2 38 Special 9 grain TBD NA NA $NA 3 223 Rem 4.5 grain NPAFOF223 TBD $.64 500 $320.00 Group 6, Blank Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 30 1 12 gauge 2 Y4 shells TBD $.59 250 $147.50 2 38 Special ( no spec- blank) TBD NA NA 31 Group 7. Lead Free Ammunition No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm 100 grain N PANZ9-100 TBD $.28 1,000 $280,00 2 380 ACP 75 grain NPANZ380-75 TBD $.27 1,000 $270.00 3 38 Special 100 grain NPANZ38-100 TBD $.295 1,000 $295.00 4 357 Sig 100 grain NPANZ357S-100 TBD $.350 1,000 $350.00 5 40 S&W 125 grain NPANZ40-125 TBD $,305 1,000 $305.00 6 45 ACP 155 grain N PANZ45-155 TBD $.35 1,000 $350 00 7 45 Gap 155 grain NPANZ45G-155 TBD $.38 1,000 $380.00 8 223 Rem Minimum 45 grain TBD N/A X N/A 9 12 gauge buck 9 pellet TBD $.90 250 $225.00 10 12 gauge minimum 325 grain TBD $.95 250 $237.50 11 300 BLK Minimum 125 grain TBD N/A X N/A 12 308 Win Minimum 125 grain TBD N/A X N/A Bidders Affirmation Company: 14 E L. C t 1 Authorized Representative: F g.\ 1 Address: Is \ C + O T v /, Ib \ t 4 i D r -- .2 6 t Telephone: L/g r` Email: 'o n t t • ©I� Authorized Representative's Signature: ------"7_1, PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 29 30 Ammunition for Police Servi Q QF BIDDERS INFORMATION This bid shall be awarded only to a respnsive and responsible bidder, quaff to provide the work specified and meets or exceeds the qualification requirements lisbitd below. The bidder should s bruit the following information with their bid package to be considered responsive in rder for the City to fully evaluate th firm's qualifications. 1. Blddei shall have a rr nimum of throe (3) satisfactory shipped within the time range of 4/1/012-4/1/2017. Bidd the three references provided shall be for the exact product on the Bid Form and the remaining reference(s) shall be, respcTsible for verifying con ect phone numbers and co data may result in the reference not being obtained or con RENCE *1 Company/Entity Narne: City, State. Zp: Contact Name: Phone: 1 0 Cr Title: Ammunition Su plied Indicate if refer ce is for City Bid Item # 1 or Or Description unttion Supp ount of Ammunti Suppli Date Shipped: REFERENCE #2 Cfty, State, Zip: Contact Name: Phone: Ammunition Sup Or Description of A tndicat if unttion Suppl Supplied: 0 10 - EE L. Email: nce ia for City Bid Item # 1 or #2 a ences as identified herein for ammunition bidding on Item #1 or #2, at least one (1) of id for Bid Item #1 or Bid Item #2 as indicated for similar type(s) of ammunition. Bidder Is ct information. Failure to provide accurate dere 0ATT; ' , 4 able) 4IU' utf ' 0,441,4,m 4,0 Po.," .11400144'$110.114111, ; REFERENCES Name \XMCompany/Entity i 1 L Address: ) (on Pisa City, State, Zip: # ' Wd lit L. , Contact Name: Yi (Je 0 1"' 1(�? � Title: QfC Phone: • k � ' . Fax: _' " Email: _ r J 1F?'1, !L., ° • ed u Am utunnition Suppl' d 1. indicate if reference Jh . -1 is for City Bid Item # 1 or #2 as f 2 appli:,able): Or Description of And unition Suppiieid: I' Amount of Ammunitia Supplied: 4 � ' � i � "� � . ,.�.+' lc _. IYl I1 - rt*.j� Date Shipped: 2. The q the 'Si or . =,':nt date b Bidders. Proof : w , will not nature companies. the State indicate ubmitted award of Biddle of Florida number as bid to any bidder who cannot prov " form has been In business for a #e a nce that their Firm Name identified on inim m of Qrie f11 year, excluding any affiliate ,evidence of a minimum of ..i.= half be verified in accordance with filing or the Firrn's State of Origin of = rider" _ firm.. cm of years their firm has been in bu- Ines. t1 v cmt 1c_.� merit? Yes No 1 ! i► 111 �i / x✓fJ P./61 .��ul bNlf��d��9�//°dI���11 h ',! ffd � fi14 rx fie ri Sfry��lfrAJrp°�f ���moan rrvP9r _ / F ���)�G}lg � !�(�bJh�7f "�'�A 1 r 1''�7ir�Fl B A a' x�l dkr;�7 �> n /a�%iY fYGNiJI ila�+� f is a 1 ' M� b'5'nf����.i11 fn ��, '?� b ill/ Y �! Page 1 8 Solicitation No: 2017.5.18AB Procurement Contact. Marilane Lima 1 General Proposer information. Soic4a(io Title: AMMUNITION Tel: 305.865-4121 Email: mlima@icvps.org PROPOSAL CERTIFICATION FIRM NAME: NPEE LC DBA • NATIONAL POLICE AMMIJNITION No. of Employees: 12 No of Years in Business: 9 No of Years in Business Locally: 9 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NATIONAL POLICE AMMUNITIQNi FIRM PRIMARY ADDRESS (HEADQUARTERS) 451 E 101" COURT I : HIALEAH STATE: FL ZIP CODE: 33010 TELEPHONE NO,: 888- - 3718 TOLL FREE NO,: 888. 316 - 3718 FAX N 0,: FIRM LOCAL AD R SS, 451 E 10"" COURT CITY: HIALEAH STATE: FL ZIP CODE: 33010 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ERIK AGAZIM ACCOUNT REP TELEPHONE NO.: 888-316 - 3718 ACCOUNT REP EMAIL: SUPPORT@NPEE.ORG FEDERAL TAX IDENTIFICATION Na. 27-0335137 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Balance of Page Intentionally Left Blank 12 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Name of Proposers Aulhonzed Representative: ERtK AGAZIM Title of Proposers Authorized Representative: PRESIDENT Signature of Proposers Authorized Representative: Date; State of 7 LORIDP) On this/7 day of /VIA Y 20 npersonally appeared before me 4Rir(-1,P6Agg County of MI trIM / -011),C) stated that (s)he is the of a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged sa t to be it. olun ary act and deed, Before me: Balance Q f Page Intentiona 04ECY P4irrA. ROSEANN PRAM Notary Public - Slate of Florida Com My Comm Expires Sep 24, 2020 Bonded through National Notary Assn. 13 INVITATION TO BID (ITB) AMMUNITION BID ISSUANCE DATE: THURSDAY MAY 11TH 2017 BID DUE: THURSDAY MAY 18TH 2017 ISSUED BY: INDIAN CREEK VILLAGE SOLICITATION SECTIONS: TABLE OF CONTENTS PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 10 APPENDICES: APPENDIX A PROPOSAL CERTIFICATION 1 APPENDIX B MINIMUM REQUIREMENTS & SPECIFICATIONS 15 APPENDIX C SPECIAL CONDITIONS 22 APPENDIX D BID PRICE FORM 24 2 SECTION 0200 INSTRUCTIONS TO BIDDERS tGBVERAL This Invitation to Bid (|TB)isissued by the Village ofIndian Creek, Florida (the 'City).asthe means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein, All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB results in an award, 2. PURPOSE. The City is seeking bids from qualified Monufaxturem. Distributors and other companies that are legally and financially able bo turnish Ammunition and Less -Lethal Products for Police Department on an as needed basis, The intent istnobtain the most cost effective Ammunition and Less -Lethal pmduots, while maximizing the quality and level of service, Qualified companies must have the capability to provide 0haao products in all respects, in accordance with the specifications are further detailed herein and, upooiOcm||y. in Appendix C. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: TB Issued Deadline for Receipt nfQuestions Responses Due 4, PROCUREMENT CONTACT. Any questions orclarifications concerning this solicitation shall bosubmitted tothe Procurement Contact: Marilane Lima, Telephone: 305-865-4121 Email: milma@icvps.org 9. EXAMINATION OF SOLICITATION DOCUMENTS 8 It is the responsibilityof each Bidder, before submitting @ Bid, to: � Examine the solicitation thoroughly, D Take into account federal, state and local (City and Miami -Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing ufthe Work, uraward. D Study and carefully correlate Bidder's observations with the solicitation, r, Notify Procurement of all conflicts, errors or discrepancies in the solicitation of which Bidder knows nrreasonably should have known. D The submission of a Did shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid ispremised upon performing and furnishing the work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 10. POSTPONEMENT OFDUE DATE FOR RECEIPT OF BIDS. The City moonmx the right to postpone the deadline for oubmifta|ofbids and will make areasonable effort togive etleast three (3)calendar deyowdMunnoUoo(f any such postponement k/all prospective Bidders, 11iCONTRACT PRICE. Bid Price isio include the furnishing ofall labor, materials, equipment including tools, services, fees, mppUco�a�xeo.mve�nadand pm�for �ecump�Unnofthe VVmrkoxcaptasmay boo�onm�eexpressly pm�-- provided permit— solicitation. 1lMETHOD OFAWARD, Following the review of bids and application of vendor preferences, the lowest responsive, responsible meeting all terms, conditions, and specifications of the|TB will be recommended for awardbid item, bid Bmup.nrk)rthe 8nU� r�nfaUbidl&ams.aodoemnod|ntbeba�inhanox�mftheCk�.�theCib/MoOagerhzrU�cons' anaUVn O The ability, capacity and skill ufthe bidder tuperform the Contract. O Whether the bidder can perform the Contract within the time specified, without delay orinterference. 0 The character, integrity, reputation, judgment, experience and efficiency of the bidder. O The quality ofperformance nfprevious contracts, D The previous and existing compliance bythe bidder with laws and ordinances relating tothe Contract. 13, MULTIPLE AWARDS. The City may award uptuthree vendors /phmary. aecondnry, harben—A, as available, bvline item, by Qm� uporin�enUna�.The City v�||endeavor toutiUzevendors ioorder o[award, However, the itvmay VW�oother vendors in the event that1)eoon�antvendor isnot nriaunable hzbminoumpUanVowith any contract ordelivery requirement; 3>|t|Vin�a best inham8to/the C�vto dosomgand|oosVfmamnn. ' 14. BINDING CONTRACT. The signed bid shall be considered mmoffer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commioaion, The City Commission's selection or approval of the City Manager's recommendation shall constitute abinding Contract between the City and the awarded bidder(s).The Contract shall |ndVdnthe auh�bot�n.any and oUaddenda issued bythe CMxand the B�Pmpnoa/nubmi�odthe bybidder. |nany discrepancy between the dooumentS. the order of preference shall be an follows: 1) Addendum in reverse order of release; �Q OoUcKeU0n� 3) Bid Proposal. /ncase ofdefault onthe padofNesuccessful bidder, the City may p0ourethe items oronmice'from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 15.VOLUME OPWORK TOBERECEIVED BYCONTRACTOR. |tiSthe intent Vfthe CU'�&opurchase the goods and services specifically listed inthis sOUoKaUfr om topurchase any goods V[services awarded from st ate � or on |b/aspot market purchase provisions, *I GENERAL TERMS AND CONDITIONS. /t is the responsibility of the Bidder to become thoroughly tomH|ur with the Bid requirements. terms and conditions Vf this solicitation, Ignorance by the Bidder of conditions that exist or that may exist will not 4 be accepted as abasis for varying the requirements of the City, u[the compensation to be paid to the Bidder. 17.ACCEPTANCE ORREJECTION DPBIDS. The City reserves the rightbu rejectany orall bids prior hzaward, 18. ASSIGNMENT, The ounn000fu| bidder ohoU not assign, transfer, cnnvoy sublet or otherwise dispose of the contract, including any orall ofits right,dUeorintemnt therein, orhis/her cnits power b/execute such contract, h}any person, company urcorporation, without the phwri tten 19. BILLING INSTRUCTIONS. Invoices, unless otherwise Indicated, must show purchase order numbers and shall be submitted bzthe ordering Cilydopartn8oL 2iCANCELLATION. |nthe event any ofthe provisions nfthis Bid are violated bvU�� the C|�ShaUg�h e��onnuUoo tothe �� dderaUngsunhdefidnn�esond.un|e00000hdo�c�nn|eSamoornm�ed' within ten /1' calendar days hnmthe date nf the Cih/'sn(��e. the City, through iitsCity K�anogo[ may Uedanathe conba��|nd�au/tand terminate same, without further notice required to the bidder, Notwithstanding the pnanodin0. the CMx. through its City Manager, also reserves the right to terminate the mon|�Ctotany Umeand for any mason.without convenience,cause and for andwithmut any monetary liability b the City, upon the giving nfthirty (3Q)days prior written notice Wthe bidder, 21. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities m irregularities inthis Bid; orhzreject all bids, orany part 8fany bid, asKdeems necessary and inthe best interest ufthe Village nyIndian Creek, 22.CONDITION AND PACKAGING, Bidder guarantees items offered and delivered to bethe current standard production model at time of bid and shall offer expiration dating of at least one year or later, Bidder also guarantees items offered and delivered to be new, ununnd, and free from any and: all defects in mebuha|, packaging and workmanship and agrees toreplace defective items promptly at no charge to the Village of Indian Creek, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall' include standard commercial packaging, 33, CONTRACT EXTENSION. The City reserves the' htbzrequ|r8thoCnnhectnrNextendCnnhacipastthoGtatedterm|natio' d��pe riod has, �d��been awa�ed.AdU8�n�ox�my�ns-- ,-- the 120days may occur aaneeded bvthe City and osmutuaU� yagrnnduponbvUloCiendNmcnntracbor. 24 DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be nmU, show number of days Uu c8|endardoya)required tonmakedo(kmryafter receipt ofpurchase orUe�inspace pmv�od.Delivery Umemay become abasis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through F/idoy. excluding holidays. Recei�mghVumare /Nonduyth0ughFAd8y.excluding holidays, �o08:3OA.K�.1o4:OOP.fN. - 25. DELIVERY TIME, Bidder's shall specil'y in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted, 26. DISPUTES. |ucase ofany doubt mdifference of opinionas, hothe items and/or services (as the case may be) tzbefurnished hereunder, the decision of the City shall be final and binding on all parties, 27.08CREPANCIE5 ERRORS AND OMISSIONS, |nthe event ofaconflict between the Bid documents. the order ofpriority of the documents shall beuufollnws: A. Any contract magreement resulting from the award o[this Bid; then 8. Addendum issued for this Bid, with the latest Addendum taking precedence: then C. The Bid; then D. The bidder's bid iDresponse tDthe Bid. 5 28. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award ismade, may result inforfeiture nfthat portion ofany bid surety required asliquidated damages incurred bvthe City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the biddermom 8`aCity's bidders list, 29, EQUIVALENTS. )fabidder offers makes of equipmenitnrbrands of supplies other than those specified in the Bid specifications, he must no indicate in his bid. Specific article(s) nfeguipmeo0supp|ien shall uonh}mn in queUhy, design and construction with all published claims ofthe manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and Gh8U indicate ANY deviation from the specifications as ||ahud in the Bid. Other than specified items offered roqu|nae complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID, NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION, THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BEFINAL. Note as to Brand Names; Catalog oumbers, manufacturers' and brand nomnn. when listed. are informational guides aoto o standard of acceptable product quality level only and should not be construed aoouendorsement ma product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify thatpmdud/o> offered conform with or exceed quality aslisted iothe specifications. 30. ESTIMATED QUANTITIES. Estimated quantities nrestimated dollars, |fprovided, are for City guidance nn'�.Nnguarantee is ex pressed TheCity isnot obligated to place any order fora given amount subsequent to the award of this Bid. Estimates are based upon the Cih/'s actual needs and/or usage during a prevkous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 31. FACILITIES. The City, through its City Manager cxhis/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior wriften or verbal notice. 32. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without Dmitation, any and all |nhomn*0»n and documentation submifted therewith, are exempt from public records requirements under Section 119.071\, F|mhdoGtabu�n,and o.24/a\'ArL 1Ofthe S��Cons8h/honunU|such Umeasthe CNypmvdcnnu0ooVfani�nndaddecision - nruntil thirty (3O)days after opening oythe bids, whichever |nearlier. Additionally, Contractor agrees tobe|nfull compliance with Florida Statute 119-0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access topublic records on the same terms and conditions that the public; agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt orconfidential and exempt from public records disclosure requirements are not disclosed except anauthorized bylaw; /d\Meet all requirements for retaining public records mndtranuher,ednomont.VoNnepub|ioognnmyaUpubNcmonndu|npuxaaas'nofUh000ntracborupmn termination of the contract and destroy any duplicate public mon[ds that are exempt o, confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems ufthe public agency. 33, GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, �Qth e influencing consideration ufthis Bid. 34. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses Vrdamages, including attonney's fees and costs of defense. which the City � or Uoffi cers, e� o' @g8D1S or � no may oa a result cl aims, dH0ondm^ suits, C@uSen of actions proceedings of any kind or nature arising outof, relating to; or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses inconnection therewith, and shall investigate and defend all claims, suits oractions ofany kind o,nature in the name of the City, where amplicable, including appellate proceedings, and shall pay all costs, judgments. and aMomoy^o fees which may he incurred thereon. The 8u:neoafuY Bidder� nuprea�understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility huindemnify, hnop and save harmless and dnKuoU the City nrits offioers�. employees. agents and instrumentalities as herein provided. /ne above indemnification provisions shall survive the expiration or termination of this Agreement. 35. INSPECTION, ACCEPTANCE @TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to(or risk nfloss nrdamage to) all items shall bethe responsibility nfthe successful bidder until acceptance bwtheCib/,unless loss nrdamage meu|tohnnmthe gross negligence cvwH|�|m/xcondu��ofthe City, ' ' If any equipment or supplies supplied to the City are found to be dofenUve. or do not conform to the specifications, the City �umos��� o 'h�nc��mo�eru�nwd�nn�C th e re turn at08�dor�o�ooe. 30. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all Umannee, parmds, and inspection fees required under the contract; and shall comply with all Applicable Laws, 39. LEGAL REQUIREMENTS, The bidder shall be required to comply with all federal, State of Florida, Miami -Dade County, and City of Village of Indian Creek codes, laws, ordinances, and/or rules and regulations that in any manner affect the fterns covered herein (on||ocbwnly.Applicable Laws).Lack ofknowledge nrignorance bvthnb|dderoith/ fAppHoab|eLowmwiU|nnummybeo cause for relief from responsibility, 40LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required toenter orgoonkoCity ufVillage of Indian Creek property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws, The bidder shall Ueliable for any damages orloss hnthe City occasioned bynegligence nfthe bidder. o, his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws, 41, MANNER OF PERFORMANCE, Bidder agrees to perform its duties and obligations inaprofessional manner and in accordance with all applicable LV�8Local,8tatCounty, �ou�. and Federal laws, �o.rules,, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, Uained, experieOced, conUUed. and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all decumontaMOn, oortification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all Hcenses, permits, registrations, authorizations, or cetflcations required by applicable laws or regulations in full force and effect during the term of this contract, Failure of bidder to comply with this paragraph shall constitute omaterial breach mfthis contract. 42, MISTAKES. Bidders are expected to examine the specifioation8, delivery schedules, kid prices, and exteosiomo, and all instructions pertaining to supplies and services, Failure to Un so will bent the bidder's rink and may result in the bid being non' 43, MOCU QRAVVALSOFBIDS. Abidder may submit amoUifiodbid bo replace all urany portion ofapreviously su!bnliftodbiUupunU|thebidduedateondUmo.MVdificaUunoreoovedafterMhnbidduodato8ndtimewAUNOTbecnnsidnred. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date nrafter expiration 8f12Ocalendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters ofwithdrawal received after contract award will NOT beconsidered, 44,NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming tnspecifications, may he rejectedand returned ot the bidder's expense. These items, aowell ax items not delivered as per delivery de0a in bid and/or purchase order, may be pumhGSm1 by the City, at its U|scm8Vn. on the open market. Any iDC[88So in nuot may be charged against the bidder, Any violation of these oUpu|a0Oos may also result in the bidder's name being removed from the Qb/'Svendor list. 45. OPTIONAL CONTRACT USAGE "PIGGY BACK" CLAUSE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency, 46, OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 47. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Village of Indian Creek, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Village of Indian Creek, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 48. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced net 30. 49, PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 50 PRODUCT INFORMATION. Product literature, specifications, and technical information, will be supplied on request. 51. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 52, SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 53, TAXES. The City of Village of Indian Creek is exempt from all Federal Excise and State taxes. 54. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice, In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder 8 for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is The City may, cdits discretion, provide reasonable "cure period" for any contractual violation prior Natermination o(the contract; should the successful bidder fall hztake the corrective action specified in the City'nnotice ofdefault within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 55. TERMINATION FOR CONVENIENCE OpCITY. The City may, for its convenience, terminate the work and/or services then remaining tobnperformed, atany time, giving written notice to the successful bidder of such termination, which shall become effective thirty (3O)days following receipt bvbidder cfsuch notice. |nthat event, all finished orunfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents, No compensation uhe|| bedue 0othe successful bidder for any profits that the successful bidder expected to nmm on the balanced o(the contract, Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 9 SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS, One original Bid Proposal must be submitted in a sealed envelope on or before the due date established for the receipt of bids, The following information should be clearly marked on the face of the envelope in which the bid is submitted: Bid Number, Bid Title, Bidder's Name, Return Address. Bids received electronically, either through email or facsimile, are acceptable. Bids sent through email must be emalied to Marilane Lima, Village Clerk- mlima@icvps.org 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Bid Price Form (Appendix D). shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non -responsive. All corrections on the Cost Proposal Form shall be initialed. • TAB 2- PROPOSAL CERTIFICATION (Appendix A). • TAB 3 — Documentation indicating compliance with Minimum Eligibility Requirements 3, LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise, Balance of Page intentionally Left Blank 10 APPENDIX "A" Proposal Certification, PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 11 PLEASE RETURN TO: CITY OF VILLAGE OF INDIAN CREEK PROCUREMENT DEPARTMENT ATTN: Marilane Lima !TB No.2017.5.18AB 9080 BAY DRIVE VILLAGE OF INDIAN CREEK, FL 33154 14 APPENDIX "B" Minimum Requirements & Specifications AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 15 1.MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its bid or upon request bvthe City, the required mubmittaKa)documenting compliance with each minimum requirement. Proposers that tyi|hoinclude the required submittals with its bid or fail to comply with minimum requirements shall be deemed non- responsive and shall not have its bid considered, The stated minimum requirements shall be applicable during the duration ofthe contract. A. Bidder (business) shall hold valid Federal Firearms License (FFL) Type 6, 7 or 10 issued by the Bureau of Alcohol, Tobacco, Firearms, and Explosives or any licensing requirements required by Federal, State, Municipal law for the sale of ammunition, B. PreviousExperience: Bidders shall submit afleast three CB individual mfemnnao exemplifying their experience |npmv�ingpubHcoo�dvu�am�o8onsw�hominimum cfth�e8)mmmum�nmcon�aot letedorinprocess within the last five (6)year s. SUBMITTAL REQUIREMENT: For each client reference submitted, the following inYonnmUnn is required: 1)Firm Name, %) Contact Individual Name & Title, 3>Address, /QTelephone, 6)Contact's Email, 8) Narrative on Scope of Services provided, 7) Dates of engagement, 2.GENERAL STATEMENT OFWORK. The City of Village of Indian Creek is seeking a qualified vendor to supply and deliver of various types ofammunition Nbeused by authorized City ufVillage of Indian Creek PV||oe personnel, Bidder shall have the capability to perform and complete the services inall respects imaccordance with the solicitation documents, Delivery is requested within 30 calendar days after receipt ofpurchase order release. Back -orders shall be made known to the City at time of order placement FoUuny to 000uh doNmuUoo within 48 hours may result in contract cancellation. Bidder shall supply all necessary equipment, labor, and materials for the transportation of the bid items to the specified City location. All boxes/cases shall be from the name lot number and shipment to be made in full VrBidder must receive approval by City for mu|Np�shipments. (Exact de[�erypoint will beindicated onthe Pu�hasn0ndoA. Delivery shall bea(9O8UBay Drive, Indian Creek Village, FL03154.Themshall be aminimum 24hour advance notification prior toequipment being delivered toCity ContanIJ Project Manager. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and fi|uo any claims). The aoCceonfu| bidder shall be fully responsible for any and all travel expenses and/orde|ivem/hmnnpo� charges to and from destination. Exact delivery pO�twiN bs indicated on the purchase order, ' The Customer reserves the right hzinspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of Contractor to ooueoa coo0onn|b/ with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 3. GENERAL SPECIFICATIONS. Items npnnifiadherein shall boclassified under six R8Groups, which are listed below and described as follows: 4. SPECIFIC PRODUCTS: Ifthe vendor does not currently have aspecific product in this |TBthen the vendor will input "N/A^.the city understands that not all participantsmay have all items requested and will consider each item individually for award as amultiple awandoonYracL Groupt Frangible Rounds, Frangible ammunition must balead free including primer, The projectile cannot contain any iron, silica, and must break apart when fired at five (5) feet at aninety (90)degree 112" AR500 steel plate. The largest retained particulate cannot weigh more than 5% of the total weight of the original projectile: 16 1. Ammunition must hold o10round group of six inches (6") at 25 yards from orest. 2 More than one ammunition related failure per 1,00Urounds disqualifies ammunition, 3. All ammunition must function in full size duty pistols utilized by law enforcement (Smith & Wesson, Glock. Sig Smue�Hnckker&Koch) - 4. Rifle ammunition must hold othree inch (Y)group from a10^barrel at75yards shot from arest and function ina standard AR15style rifle. 5. Ammunition must conform to Sporting Arms and Ammunition Manufacturers' Institute ("SAMMI") specifications, 8. Ammunition innew brass cased. 7. Ammunition primer pocketsoaa|ed. 8. Products submifted with the use of tar ( black litmus tar or similar) as a waterproofing agent will not be 0000idereUforevo[uation. 9 Calibers: a) 9mm;,minimum 9Ograin frangible lead free brass cartridge b) 38OACp;minimum 75grain; frangible lead free brass cartridge o) 88Special; minimum 1OOgrain; frangible lead free brass cartridge d) 857Sig; min[mum1OOgrain; frangible lead free brass ca,rtr|doo n) 40O&VY| minimum 11Ugrain; frangible lead free brass cartridge 0 4SGap, minimum 1S5grain, frangible lead free brass cartridge g) 45ACP;minimum 145grain; frangible lead free brass cartridge h. 223Rem; minimum 45grain; frangible lead free brass cartridge i) 12gauge; 9pellet, OObuck; frangible lead free brass cartridge 0 12gauge; Slug, minimum D25grain; frangible lead free brass cartridge k) 3OOBILK; minimum 125grain; frangible lead free brass cartridge |) 3O8Win; minimum 125grain; frangible lead free brass cartridge Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition category: Item No. � �pac0oaUnn — Caliber Type Quantity 9mm Minimum QOgrain � Frangible Rounds TBD 380ACP Minimum 75grain Frangible Rounds TBD 38Sooc�| . � ��knu 1DO n� � o/ grain Frangible Rounds TBD 40S&VV KNnhnom11O grain g Frangible Rounds TO 45Gmp Minimum 155grain Frangible Rounds TBD 45ACP Minimum 145groin � Frangible Rounds TBD 223Rcm Minimum 45grain Frangible Rounds TBD 112gauge buck 9po|let, Frangible Rounds TBD � 12gauge slug Minimum 325grain Frangible Rounds TBD 300 BLK Minimum 125gnain Frangible Rounds TBD 308NWn Minimum 125grain Frangible RVUOdo TBD Group 2. Duty rounds, 17 Duty ammunition must perform tothe minimum performance specifications of the FBI test protocols set forl�h '�� the e Bureau of Investigations for expansion, penetration, and weight retention. It is the vendor's duty bmvohfythe productsoubmni#od meet this specification and the village reserves the rightVuboxtundo,nequentbheF8|vnhh/andtesLammun�UonsubmiUud. 1. Ammunition must hold o10'mundgroup Vfsix inches (G")mt 25yards from orest. 2. More than one ammo related failure per 1.000rounds disqualifies ammunition. 3. All ammunition must function in full size duty pistols utilized by law enforcement (Smith & Wesson, Glock, Sig Sauer, Mech|er&Koch) 4. Rifle ammunition must hold a three-inch (Y) group from a 16" barrel at 75 yards shot from a rest and function in a standard AR15style rifle. S. Ammunition must conform toOAMM|specifications, G. Ammunition is new brass cased. 7. Ammunition primer pockets sealed. B� Ammunition must perform hnminimum acceptable FBI protocol criteria 9. Calibers: a) 40 S&W; minimum 155grain hollow point bullet, nickel orbrass case b) 3mm;minimum 115grain hollow point bullet, nickel o,brass case d 380ACP;minimum 80grain hollow point bullet, nickel orbrass case d> 357Sig: minimum 125grain hollow point bullet, nickel orbrass case o) 38Special; minimum 125grain hollow point bullet, nickel wrbrass case O 45GAP; minimum 155grain hollow point bullet, nickel orbrass case g) 4§ACP;minimum 155grain hollow point bullet, nickel o,brass case h) 223Rem; minimum 5Ugrain hollow point bullet, nickel Vrbrass case - Q 12gauge ;9pellet, 0Ubuck, 2:1/4nba ') 12gauge Slug, minimum 3J5grain N 3U0BLK;minimum 125grain hollow point bullet, nickel orbrass case U 308VVin; minimum 125Qrain Match grade bullet the Police Estimated number of ammunition consume � 18 Group 3\Training Rounds. Training ammunition requires: 1. Ammunition must hold a 1Oround group of six inches (6") at 25 yards from mrest. 2. More than one ammo related failure per 1.00rounds disqualifies ammunition, l All ammunition must function infull size duty pistols utilized bvlaw enforcement (Smith &VVasoom,GIOd\Sig Sauer, Heckler @Kooh) 4. Rifle ammunition must hold a three inch (Y) group from a 16" barrel at 75 yards shot from a rest and function in a standard AR15style rifle. 5. Ammunition must conform Uo88/*M|specifications, 8. Ammunition isnew brass cased, 7. Products submitted with the use of tar ( black litmus tar or similar) as a waterproofing agent will not be considered for evaluation, 8. Calibers: a) 22ORem; minimum 4Sgrain standard ball / Full metal jacket/ Plated bullet bA 8mm|minimum 8Ograin standard ball / Full metal jacket/ Plated bullet o) 3@UACP;minimum 75grain standard ball / Full metal jacket/ Plated bullet d) 38Special; minimum 18Ograin standard ball / Full metal jacket/ Plated bullet e) 357 Sig; minimum 100grain standard ball / Full metal jacket / Plated bullet 0 4OSUV;minimum 125grain standard ball /Full metal jacket/ Plated bullet 0) 45ACP;minimum 155grain standard ball /Full metal jacket / Plated bullet N 45Gap; minimum 155grain standard ball / Full metal jacket/ Plated bullet 0 3O88LK;minimum 125grain standard ball/ Full metal jacket/ P|atedbuUot j) 308 Win; minimum 125 grain standard ball / Full metal jacket/ Plated bullet Vendor shall provide training ' rounds with ability toorder other ammunition meeting frangible specs enneeded in standard ball / full metal jacket ifrequested byPolice Department. Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition rntp.nm item No. Description � Caliber Typo �Quantity ---"—' 223 Rem Minimum 45 grain Training Rounds beUifuUmatal jacket rounds TBD Smm Minimum 9Ograin Training Rounds ball/full metal jacket rounds TBD 380ACP Minimum 75grain Training Rounds ball/full metal jacket --rounds TBD 38Speoia| Minimum 100grain Training Rounds ba||ifuUmetal jacket rounds TBD � 3578ig Minimum 1OOgrain Training Rounds ball/full metal jacket rounds TBD 403&VV Minimum 12Sgrain Training Rounds ball/full metal jacket rounds � TBD 45ACP' Minimum 155grain Training Rounds ball/full metal: jacket rounds TBD � 45Gap Minimum 155grain Training Rounds ba|NuUmetal jacket m.nUo TBD 800BLK Minimum 125grain Training Rounds ball/full metal jacket munds TBD 308 Win Minimum 125goain Training Rounds ball/full metal jacket rounds TBD Group 4. Loss Lethal Impact Munitions Translucent 13gauge tear shaped bean bag round with tails filled with #9shot with and without marking agent. Other specialty impact munitions asneeded for crowd control or specialty situations as dictated caliber is 12 gauge., Estimated numberof ammunition consume by the Police Department on annual bases by respective ammunition category� 19 Item No. � no � , Caliber �. Quantity 12gauge 4Ugram bag filled with #Sshot Specialty impact (bean bag) TBO 12guuQe 40Qram bag filled with #9 shot Specialty impact (bean bag) marking TBID Group 5. Reality Based Rounds Force on Force, Simunition or other marking, non -marking, and' blank rounds used for reality -based training. Estimated number ofammunition consume bYthe PoUneDopu�mamtou�nnxn|hnxexhvrmpnp��pnmm/miHnorw�"o," Item No, . � ' �����------------' upaoUnatinmx �--r--`--'^'~'��^.._�_� Caliber Type Quantity 9mm Minimum grainvarious colors �colors Reality Based T8D 38Ope:ia| Minimum Sgrain various ' RaoH4 Based TBD � 223Rem ' Minimum grainvarious 000r Reality Based TBD ` Group 6. Blank Rounds In various calibers used to simulate live gun fire for training and/or Honor Guard details such as funerals and memorials. Estimated number ofammunition consume bythe Police Department unonnoo|hmnexhvnoxnP�impnmm/min*or�a"","' U� Item ------'-' — Caliber Type`'- Quantity~ 12gaugm 21/4" shells Blank Rounds TBD 38Specia| /nospec-NanN Blank Rounds / TBD Groop7. Lead Free Ammunition 1- Projectile must b8completely leadfrem. 2. Primer must belead free, 3' Ammunition must hold a1Uround group of0"at25yards from orest. 4. More than 1ammunition related failure per 1.00Oround disqualifies ammunition. 5. All ammunition must function in full size duty pistols utilized by law enforcement agencies such as Glock, Smith & Wesson, Sig Goue[HK G. Rifle ammunition must hold a 3" group from a 16" barrel at 75 yards shot from a rest and function inmstandard AR15style rifle, 7. Ammunition must conform toGAK4MVspecifications. O Ammunition must benew brass ornicke|nmsod. 8, Ammunition primer pockets must bouao|8d. 10, Products submitted with the use of tar ( black litmus tar or similar) as a waterproofing agent will not be 000nideneUhoreva|uaUon. 11. Calibers: a) Smm;minimum 9Qgrain lead free new brass ornickel case b) 080ACP; minimum 75grain lead free new brass mnickel case o) D8Special; minimum 1UOgrain lead free new brass nrnickel case d\ 357Sig, minimum 100grain lead free new brass ornickel e) 4QS&YV|minimum 125grain lead free new brass 0rnickel case 0 4DACP;minimum 155grain lead free new brass nrnickel case 0) 45Gap; minimum 155grain lead free new brass Vrnickel case h) 223Rem; minimum 45grain lead free new brass ornickel case i\ 12gaVge:|Spellet, OQbuck lead free new brass nrnickel case 20 0 12gauge; Slug, minimum 325 grain lead free new brass nrnickel case N 300BLK; minimum 125 grain lead free new brass cartridge ornickel 1) 308 win; minimum 125 grain lead'free new brass or nickel case Estimated number of ammunition consume by the Police Department on annual bases by respective ammunition category: Item No. — Description Caliber Type Quantity Smm Minimum SO �a� Lead Free TBD - 380ACp Minimum 75grain Lead Free Ammunition TBD 38SoaciaY Minimum 1OOgrain ' Lead Free Ammunition TBD � 857Sig Minimum 1OOgrain Lead Free ammunition TBD 40S&VV Minimum 125 grain Lead Free Ammunition TBD , � 45ACP Minimum 155 grain Lead Free Ammunition TBD 45 Gap Minimum 155grain ` Lead Free ammunition ' TBD 223 Rum Unimmm45grain Lead Free Ammunition � TBD , 12gauge buck 8p8Uet` Lead Free Ammunition TBD Y2gauge slug minimum 325grain Lead Free Ammunition TBD 3008LK Minimum 125 grain Lead Free Ammunition TBD 308VVin K0mimum12S grain Lead Free Ammunition ' TBD 21 APPENDIX ``C" Special Conditions AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 1. TERM OF CONTRACT, The contract shall remain in effect for three (3) years from date of contract execution by the Maor' and the City Clerk, The CRVillage of InN UanCrcek�havotheooUonk)nanewth000ntnaotot the� �Vd|scnetio/ofU)e City Manager for anadditional two (2).one Upe riods, Village of Indian Creek prerogative, notright ofMhe Contractor. Such Option will be emanoiseU, if at all, only when it is in the best interest cfthe City ofVillage ofIndian Creek. |nthe event that the contract |uheld over beyond the term herein provided itshall only bofrom omnnd)'hu'mon0lbasis on' only and shall not constitute on implied renewal of the contract. Said mnnih'U] month extension shall be upon the same bynno of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months, 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: if the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the three (3) year term of this contract; provided however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT; The contract could be extended for an additional two (2), one (1) year terms, umayear &oyear basis, akthe sole discretion ofthe City Manager. Prior bocompletion ofeach exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer price Index CPI-U (all urban areas) computed 60 days prior tothe anniversary date ofthe contract, It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on: the first day of any oxom|ond poriod, the vendor's ooqomat for adjustment should be submitted 00 days prior to expiration ofthe then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor. the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not boconsidered, 3. METHOD OF PAYMENT. Invoices for payment shall be submitted, no later than three (3) business days after delivery of order 4.8MIPPI&G TERMS. Vendor will make best efforts to secure the lowest shipping rate possible. 5. PURCHASE ORDERS: A purchase order is required for all work, All invoices shall reflect the mnnoroha Purchase Order number. Failure 0adosowill result [n rejectionofinvoice. 8.DELIVERY REQUIREMENTS. The successful bidders shall enclose acomplete packing slip o,delivery ticket with any items bobedelivered inconjunction withthinNdoo|icQeUoo.ThepaCkingo|ipnhg||heatt8nhed&nthonhippingcmdon/a\which contain the items and shall bo made available hathe C|ty'$ authorized representative during Um|ivery. The packing slip /rdelivery ticket shall include, at a minimum, the following information: purchase order number; date of order; work order number and a complete listing cfitems beigQdoNmmd. 7. OF ITEMSIPRODUCTS. Although this solicitation identifies specific items/products.kis hereby ���and u�8��Nmi������d�m�����,m�a�����m�������from, this contract utthe option ofthe City. When 8naddition b]the contract isrequired, the Successful Bidder(u) under this contract and other suppliers, as deemed necessary shall be invited to submit price quotes for these new items/produ!cts. If these quotes are comparable with market prices offered for similar items/products, the supplier(s) and item(s) shall be added to the contract, i/itininthe best interest 0fthe City and an addendum and a separate purchase order or change order shall be issued by the 23 APPENDIX "D" Bid Price Form AMMUNITION PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 24 APPENDIX D Failure to submit Bid Price Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result inproposal being deemed non -responsive and being reiected. accordanceBidder affirms that the prices stated on the Bid Price Form below represents the entire cost of the items in full the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will bmmade onaccount ofany increase in wage scales, material prices, delivery delays, tax� minmmmma. cost indexesor any other unless acost escalation provision is allowed herein and'has been exercised by the City Manager in advance. The ' s1 proposal form shall be completed mechanically or, if manually, in ink. Cost proposal forms completed in pencil shall be deemed non'mapunsivn.All corrections nmthe cost proposal form must boinitialed. Group 1.FrangibleRounds ' � No. � Caliber Specification Estimate d quantity Unit Price kd Units per case 8d Case price (C) 1 9MM 98GRAIN NPANFO9�O � TBD $.315 � 1,000 5315,00 1B 9mm 100GRA|N NPANFO810O TBD $,330 1,000 � $330O0 2 � 380ACP 75GRA]N NPANF0880'75 TBD %.39 1.000 , $38000 � 3 385pecia| 100 gram ' NPAWF008SPL100 TBD $42 1� ,0OO � $420,00 4 357 8i � 1OOgnaiO NPAN0357-100 TBD �47 � . o 1 OOU . $475,O0 5 40SW 110 grain NPAN 1O T8D $.34 1,008 $240 $360,00� ! 5A 40SW 125GRAIN NPANF040'125 ,TBID $.38 1,000 — �6 45Gno _ �NPANFOG45-55 155grain TBID $�51 1,000 $51.O0 7 45ACP 145Qmin NPANF045-145 TBD $,46 -,000 $460,00 � 7A 45ACP 155GRA)N NPANF045-155 TBD � $.478 1.000 $478.00 8 223Rem 45 '« bnw/ NPANF0223-45 l TBD �45 �-000 ' $45QOU � 8A 223REM � 50GRAIN NPANF0223-60 TBD $.47 1.000 $470.00 88 223 55GRA|N � NPANF0223-55 TBO $.485 1.000 $485.00 9 ` � 12�k SooUn NPANF'BUCK TBD _ ___ �1O4 -- 250 -- 260.00 25 10 12 slug 325 grain NPANF-SLUG TBD $1 09 250 $272 50 11 300 BLK 125 grain NPANFT300B-125 TBD $ .499 1,000 $499,00 12 308 Win 125 grain NPANFT308-125 TBD $ .78 400 $312.00 Group 2. Duty Ammunition No. Caliber Specification Estimate d quantity Unit Price (a) Units per case (b) Case price (c) 26 1 40 S&W 155 grain NPANH40-155 TBD $.386 1,000 $386.00 1a 40 S&W 160 grain NPANHSR40-160 TBD $.586 1,000 $586.00 2 9mm 115 grain NPANH9-115 TBD $.37 1,000 $370,00 2a 9MM 120 grain NPANHSR9-120 TBD $.57 1,000 $570.00 3 380 ACP 80 grain NPANH380-80 TBD $.453 1,000 $453.00 3a 380 ACP 85 grain NPANHSR380-85 TBD $.653 1,000 $653.00 4 38 Special 110 grain NPANH38-110 TBD $.359 1,000 $359,00 4a 38 Special 115 grain NPANHSR38-115 TBD $,559 1,000 $559.00 357 Sig 125 grain NPANH357S-125 TBD $.394 1,000 $394.00 5a 357 SIG 130 grain NPANHSR3575-130 TBD $.594 1,000 $594.00 6 45 ACP 185 grain NPANH45-185 TBD $.416 1,000 $416.00 6a 45 A 190 grain NPANHSR45-190 TBD $,616 1,000 $616,00 45 Gap 185 grain NPANH45G-185 TBD $.541 1,000 $541.00 7a 45 Gap NPANH45GSR-190 190 grain TBD $.741 1,000 741.00 8 223 Rem NPANH223-55 55 grain TBD $.60 1,000 $600.00 8a 223 Rem NPANH'SR223-60 60 grain TBD $.80 1,000 $800..00 8b 223 Rem NPANH223-62 62 grain TBD $.63 1,000 $630.00 27 8c 223 Rem 67 grain NPANHSR223-67 TBD .85 1,000 $850.00 9 12 gauge buck 9 pellet TBD $.79 250 $197.50 10 12 slug 325 grain NPANHSLUG-325 TBD $1.40 250 $350a00 10a 12 SLUG 325 grain TBD NPANHSRSLUG-325 $4.40 250 $1,100.00 11 300 BLK 125 grain NPANH300B-125 TBD $.64 1,000 $640.00 11a 300 BLK 130 grain N PAN H300BSR-130 TBD $.94 1,000 $940.00 11a 300 BLK 200 grain NPANH300B-200 TBD .70 1,000 $700.00 lib 300 BLK 205 grain NPANHSR300B-205 TBD 1.04 1,000 1,040,00 12 308 Win 165 grain NPANH308-165 TBD $.83 400 $830.00 12a 308 WIN 170 grain NPANHSR308-170 TBD $1.20 400 $480.00 Group 3. Training Rounds ball/full metal jacket rounds 1 Plated bullet No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 223 Rem 55 grain N'PANBOEM223-55 TBD $.339 1,000 $339.00 2 9mm 124 grain NPANBOEM9-124 TBD $.215 1,000 $215.00 2a 9MM 147 Grain NPANBOEM9-147 TBD $.220 1,000 $220 00 3 380 ACP 100 grain NPANBOEM380-100 TBD $.270 1,000 $270.00 4 38 Special 125 grain NPANBOEM38-125 TBD $.315 1,000 $315.00 5 357 Sig 125 grain NPANBOEM357S-125 TBD $.28 1,000 $280.00 28 6 40 S&W 165 grain NPANBOEM40-165 TBD $.31 1,000 $310.00 6a 40 S&W 180grain NPANB©EM40-180 TBD $.315 1,000 $315.00 7 45 ACP 230 grain NPANBOEM45-230 TBD $,378 1,000 $378.00 8 45 Gap 230 grain NPANBOEM45G-230 TBD $.382 1,000 $382.00 29 9 300 BLK 125 grain NPANBOEM300BLK- 125 TBD $.56 1.000 $560.00 9A 300 BLK NPANBOEM300BLK- 200 TBD $.56 1,000 560.00 10 308 Win Minimum 125 grain TBD $.85 400 $340.00 Group 4. Less Lethal Impact Munitions N'o. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 12 gauge 40 gram bag fined with #9 shot Specialty impact (bean bag) non - marking; TBD $4.00 5 $20,00 2 12 gauge 40 gram bag filled with #9 shot Specialty impact (bean bag) marking TBD $4,00 5 $2Q,06 Group 5. Reality Based Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm 6 grain NPAFOF9' TBD $.50 500 $250.00 2 38 Special 9 grain TBD NA NA $NA 3 223 Rein 4.5 grain NPAFOF223 TBD $.64 500 $320.00 Group 6. Blank Rounds No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 30 1 12gomge 2%shells TB--- 59 ----- 2 38Special (mo p* blank) TBD NA MA / 31 Group 7. Lead Free Ammunition No. Caliber Specification Estimated quantity Unit Price (a) Units per case (b) Case price (c) 1 9mm 100 grain NPANZ9-100 TBD $.2B 1,000 $280,00 2 380 ACP 75 grain NPANZ380-75 TBD $.27 1,000 $270.00 3 38 Special 100 grain NPANZ38-100 TBD $.295 1,000 $295,00 4 357 Sig 100 grain NPANZ357S-100 TBD $.350 1,000 $350.00 5 40 S&W 125 grain NPANZ40-125 TBD $,305 1,000 $305.00 6 155 grain NPANZ45 155 TBD $.35 1,000 $350.00 7 155 grain NPANZ45G-155 TBD $.38 1,000 $380.00 8 ®• TBD N/A X N/A • . w - ' + - - TBD $.90 250 $225.00 10 12 gauge minimum 325 grain TBD $.95 250 $237.50 11 300 BLK Minimum 125 grain TBD N/A X N/A 12 308 Win Minimum 125 grain TBD N/A X N/A Bidder's Affirmation Company: ' V L L . C^, ! \,I *'1 4` 4 -°�v Authorized Representative: \` _ eN.--C-1 v Address: `-j � , /, ` \ \ -f' c + I 1 - Q 1 D Telephone: S. Email: E 'ti in pc_ 0%C Authorized Representative's Signature: �r ' yJ 32 v PROCUREMENT DEPARTMENT 9080 Bay Drive Village of Indian Creek, Florida 33154 29 30 Ammunition for Poi ice Bawl ive and responsible bidder, qual listed below. The bidder should s • er for the City to fully evaluate th enum of three (3) satisfactory ran +e of 4/1I2012-111/2417t Bidd vi€ ed shall be for the exact product e ruining reference(s) ishali be correct phone numbers and co -ranee not beingobtained or co hl IF This bid shall be awarsiield only to a reap exceeds the qual.» requirements package to be consld - - * responsive in 1. Bldder ship• the onto respoi data rn REFERENCE #1 Amount of Ammunitio ERENCE #2 Company/Entity Nar i rovide the work specified and meets or e following information with their bid qualifications. as identified herein for ammunition on Item #1 or #2, at least, one (1) of Bid Item #1 or Bid Item #2 as Indicated rn ar type(s) of ammunition. Bidder is formation. Failure to provide accurate d.' pOP REFERENCE #3 Company/Entity Name' lit r L `" (`,t Address. Li no �^�� Cori tsc,e Ct#yr State, Zip. e O � T F L 1 Contact Name: BYt4( .0 1i & Title: I C( Phone: COI- 9 Fax: ri561 " " .7 i Email: r()'11 re r a ImJ i LhSfort . edi Am unition Suppl' d I indicate if reference is far City Bid Item # 1 or #2 as appli :able): Or Description of Ammunition Suppiled: Amount of Ammuniitioi Supplied 1 ,(in I v. x lc____ I /2I1 "' P Date Shipped: 2. The guy the ` , or paent date by BiddeFto Proof submitted • u will not nature companies. the State indicate award of Bidd of Florida number as , bid to any bidder who cannot provide `form has been in business for a minimal evdence that their Firm Name identified on of one (1) ve rr excluding any affiliate Evidence of a minmum of one (1) per shall be verified in accordance with filing or the Firm's State of Origin of adder's of years their firmCj has been in business flrmv eci 1 moult? Yes No ' .. llp ,��ii I 1^�6 /rG4ilY /,' ��r'` ti p/J Y�ZkeVl"�fG7� 00 Yiu4it plj y'�1 I� Fla Ar, 9�°` ,,/. qp 0 P 1 � 1W�N!�'�i tics r (dl ,wja J N ' ;a°%R �� i4r `i 14.0110 lfk �7Y rj b4 hdlJ"N 4r i� sad i .r !I1IN!1JI� Page 18Ir y k'