HomeMy WebLinkAboutR-99-0315M
I
a
w-
J-99-400
4/28/99
RESOLUTION NO. 9 " - 315
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BIDS OF HIGH TECH DIVING AND
SAFETY, INC., AUSTINS DIVING CENTER, BEUCHAT
USA, INC., AND AQUATIC FABRICATORS OF SOUTH
FLORIDA, FOR THE PROVISION OF DIVING
EQUIPMENT FOR THE DEPARMENT OF FIRE -RESCUE IN
AN AMOUNT NOT TO EXCEED $15,075.34;
ALLOCATING FUNDS THEREFOR FROM CAPITAL
IMPROVEMENT PROGRAM, PROJECT NO. 313304,
ACCOUNT NO. 289401-850.
WHEREAS, the Department of Fire -,Rescue Diving Program was
created to respond to the need for underwater rescue services;
and
WHEREAS, the Diving Rescue Program has expanded during its
twelve years from 18 to 45 members and requires state of the art
technology and safety equipment to function efficiently; and
WHEREAS, pursuant to public notice, Invitation for Bids
No.98-99-057 were mailed to 14 potential providers of this
equipment; and
WHEREAS, four bids were received on March 22, 1999; and
WHEREAS, the City Manager and the Director of the Department
of Fire -Rescue recommend that the bids received from High Tech
Diving & Safety, Inc., Austins Diving Center, Beuchat USA, Inc.,
CITY COMMISSION
MEETING OF
MAY 1 1 1999
Resolution No.
99 - 315
r_
and Aquatic Fabricators of South Florida, be accepted as the
lowest responsive and responsible bidders; and
WHEREAS, funding for this equipment is available from the
Capital Improvement Program, Project No. 313304, Account
No. 289401-850.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bids submitted on March 22, 1999, by High
Tech Diving and Safety, Inc., Austins Diving Center, Beuchat USA,
Inc., and Aquatic Fabricators of South Florida, for the provision
of diving equipment in the amount of $15,075.34 for the
Department of Fire -Rescue, are hereby accepted, with funds
therefor hereby allocated from the Capital Improvement Program,
Project No. 313304, Account No. 289401-850.
Section 3. This Resolution shall become effective
2 -
99- 315
%1-
immediately upon its adoption and signature of the Mayor.''/
PASSED AND ADOPTED this 11th day of May
1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation novr
becomes effective with the elapse of ten (10) days from the date of Commissicn action
regarding same, without the Mayor exercisin eto,
ATTEST:
WA-e�r-JJoeman, City Clerk
WALTER J. FOEMAN
CITY CLERK
CORRECTNESS
TY,�`ATTORNEY
435:RCL
i/ I£ the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
if the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
- 3 -
99- 315
CITY OF MIAMI, FLORIDA CA=4
INTER -OFFICE MEMORANDUM
TO:
Honorable Mayor and DATE: MAY 3 l999 FILE FM-009.doc
Members of the City Commission
SUBJECT: Accepting bids for diving equipment:
Department of Fire -Rescue
FROM: donald H. WarshawREFERENCES Commission Meeting 5/11/99
FROM: H. Warshaw
= City Manager
ENCLOSURES'
- Resolution
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bids
of Austin's Diving Center, 10525 So. Dixie Hwy., Miami, FL (Dade/Non-minority provider), Beuchat
USA, Inc., 677 SW l Street, Miami, FL (Local/Non-minority provider), High Tech Diving & Safety, Inc..
2707 Sunnybrook Road, Punta Gorda, FL (Non-local/Non-minority provider), and Aquatic Fabricators of
South Florida, 2930 SW 30 Avenue, Hallandale, FL (Non-local/Non-minority provider) for the provision
of diving equipment for the Department of Fire -Rescue in the amount of $15,075.34
Funding is available from Capital Improvement Program. Project No. 313304, Account No. 289401-850.
BACKGROUND
Approximately twelve years ago, the Fire -Rescue Department implemented a Diving Rescue Program in
response to a growing need for this service. The team consisted of eighteen divers at that time and the
personnel complement has grown to forty-five members.
Since the inception of the program, many safety and technological advances have been made to the
diving equipment. The Department needs to fully equip the team with the new and advanced systems and
components, not only to ensure the safety of the divers but to enable the team to function at peak
efficiency in emergency rescue situations.
Enc. ,- ,/ ;�<-,
DHW/CAG/FKR/MLK/c
I
99-- 315
h
F,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorab a Mayor and Members
of thAH.
mmission
Dorshaw
FROM: City Manager
DATE:
FILE:
SUBJECT: Bid No. 98-99-057
Local Vendor Participation/Response
REFERENCES:
ENCLOSURES:
The subject bid opened 11:00 am, Monday, March 22, 1999, for the purchase of Diving Equipment
for the Department of Fire -Rescue. Invitation for Bids were hand -delivered through the City's Local
Vendor Outreach Program and via mailed. As a follow-up, the vendor(s) who did not bid was
contacted on April 15, 1999, to determine the reason(s) for not bidding:
District
Name of Vendor
Vendor Response(s)
Contact Person
No.
1.
Aquaknots
Specifications too tight
Manny Seoane
IV
2.
Miami Fantasias
Missed deadline
Milton Garcia
II
3.
River Marine Supply, Inc.
Not Competitive
Carlos Capote
III
= 4.
Bubbles Dive Center, Inc.
City received bid late, returned to vendor
Jorge Perez
II
5.
Miami Diver, Inc.
Specifications too tight
Paul Peters
V
6.
Seadivers Travel International
Left several messages
Julio Silva
11
_ 7.
El Capitan Sports
Don't provide service
Julio
I
8.
Picassosub,Inc.
Phone Disconnected
I
DHW:BWH:JSC:cyb
99 -- 315
0
' City of Miami, Florida 40 Bid No. 98-99-57
6.1 BID INFORMATION FORM
Mailing Date: March 5, 1999 Buyer: Maritza Suarez
Bid No.: 98-99-57 Telephone: 305416-1907
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govem in determining the quoted prices.
SINGLE PURCHASE .. .
120-83: DIVING EQUIPMENT
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR. BID MAY BE DISQUALIFIED.
3/) number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
number of calendar days required before commencement of work.
Delivery will be made within 2 0 calendar days after receipt of purchase order.
Terms: 20/o-10 days Net 30 days _� Additional discount of'% if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Personrrelephone: Doi) /qu-5't.
Term of Warranty for equipment:
Term of Warranty for labor. N/A —�
All excepts ns to this bid have been documented in the section below.
EXCEPTIONS: &J, r4, n -e.rj &-_
On ,rn� anv f Ci
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name:
Firm's Name: AU-57; /'s Telephone: 3o S U 5^06 36
Principal Business Address: 10�'aS— SOU741, Fax: 3O o
!= L 3� 1SG Name: ue— US
Mailing Address: S_4'_�_ Title: /y-, 41.16
Authorized Signature:
E-Mail Address: Beeper.
99- 315
t,
6 � I 'rNDOR BACKGROUND INFOA, `"ION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: _M !)S-Y, 3y [/i /1 �6n �P•-
COMPANY OFFICERS:
President /Q6-f%A L .�QvnVice President ehelIeT z
Secretary �B/��l�rz /�- /�•ivG Treasurer ,:tt�✓<r� �15' 6
COMPANY OWNERSHIP:
n'— % of ownership
y� of ownership
__/,O�% of ownership
% of ownership
LICENSES:
I. County or Municipal Occupational License No. ��l3LJ5
(attach copy with bid)
2. Occupational License Classification 4-,-4-./ Sye
3. Occupational License Expiration Date: 9` 30 90/
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. / ^� 3
EXPERIENCE:
6. Number of Years your organization has been in business: 3c
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: I P,
S. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 30
i
yy- 315
%I-
M K
In
City of Miami. Florida Bid No. 98-99-57
6.1 BID INFORMATION FORl17 ,
Mailing Date: March 5, 1999 Buyer: Maritza Suarez
Bid No.: 98-99-57 Telephone: 305-416-1907
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
51INGLE PURCHASE
120-83: DIVING EQUIPMENT
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
_ number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
number of calendar days required before commencement of work.
Delivery will be made within 30 calendar days after receipt of purchase order.
Terms: 20/6-10 days_ Net 30 days % Additional discount of 3%% if awarded all items.
0 (include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: Robert Ouintana Ph: 304-548-3483
Term of Warranty for equipment: Manufacturer Warranty
Term of Warranty for labor. NIA
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name:
Firm's Name: BEUCHAT USA, IMjC. Telephone: - 305-548-3483
Principal Business Address: 677 SW 1 st Miami Fax: 305-548-3483
Miami, F1 33130 Name: Robert Quintana
Mailing Address: 677 SW 1 st Title: Vice President
Miami,FL 33130 Authorized Signature:
E-Mail Address: BEUCHATUAS@wor Beeper. 954-328
99- 315
I
G^
am[. Florida Bid No. 98-99-57
6.ANDOR BACKGROUND INFORNCION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave an} questions unanswered. When the question
does not apply, write the word(s) "None', or "Not Applicable", as appropriate. Please print.
COMPANY NAME: BEUCHAT USA, INC.
COMPANY OFFICERS:
President Marc Alvarez de TOLEDO
Secretary Robert QUINTANA
COMPANY OWNERSHIP:
Coporation
Vice President Robert QUINTANA
Treasurer Magaly BOLUFE
LICENSES:
1. County or Municipal Occupational License No. 405064-7
(attach copy with bid)
2. Occupational License Classification 220 Whosale/Distributor
3. Occupational License Expiration Date:08/13/99
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 59-245-6400
EXPERIENCE:
6. Number of Years your organization has been in business: 14
% of ownership
% of ownership
% of ownership
% of ownership
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 19
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 14
99- 315
6
® ,anti. Florida Bid tio. 98-99-57 `
11.8. PRIMARY OFFICE LOCATt--..
AFFIDAVIT
Please type or print clearly. This Affidavit must be completed in full. signed and notarizedONLI' if your primary office is located ~
within the corporate limits of the city of Miami.
Legal Name of Firm: Entity Type: (check one box only) [] Partnership
[] Sole Proprietorship] Corporation
BEUCHAT USA,INC.
Corporation Doc. No: Date Established: Occupational License No: Date of Issuance:
IdGA!R97 09/11/84 405064-7 08/13/98
Primary Office Location (Principal establishment of the bidder/prowser):
- PRESENT
Street Address: 677 S.W. 1 Street -
City: State: How long at this location:
Miami Fla 1 Year
PREVIOUS
Street Address: 1225 N.W. 93 Court -
City: State How long at this location:
Miami Fla 1 Year
According to Section 18-52.1(h) of the City of Miami Code, as amended:
"I-
The "City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the
lowest other responsible and responsive bidder."
The intention of this section is to benefit local bona ride bidders/proposers to promote economic development within the corporate limits
of the City of Miami.
I (we) certify, under penalty of perjury, that the primary office location of o not been establish with the sole purpose of obtaining
the advantage granted bona fide local bidders/pmposers by this section.
A thorizc Signalu
Robert Quintana
NrtLlslame --
Vice President
(Corporate Seal) Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all
partners of a joint venture.)
STATE OF FLORIDA, COUNTY OF DADE
/44112 C f / U Personally known to me; or
Subscribed and Sworn before me that this is a true tatement this _ -day of 199 99. ArMiluced identification:
S o Florida My Commission expires _
: _.. (Seal)
IwAe or FFtr
Printed name of Notary Public
Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of.Miami
also reserves the right to request a copy of the corporate charter, corporate income tax riling return and any other documents(s) to
verify the location of the firm's primary office.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID._
99- 315
t'w
"I-
City of Miami, Florida f Bid No. 98-99-57
6.1 BID INFORMATION FORM
Mailing Date: March 5, 1999 Buyer: Maritza Suarez _
Bid No.: 99-99-57 Telephone: 305-416-1907
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
SINGLE PURCHASE
120-83: DIVING EQUIPMENT
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order. '
30 number of calendar days required before commencement of work.
Delivery will be made within QZ calendir days after receipt of purchase order.
Terms: 20/o-10 days Net 30 days (// Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: R►1L J� 11 n
Term of Warranty for equipment:
Term of Warranty for labor: N/A
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and
sign your name:
Finn's Name: �GPV 7 C, 1C 1 c 4h R4Telephone:
Principal Business Address• SW --69 t-n&-f Fax: - - 32
Name: ( 2
Mailing Address: Q430 5W R11h POW Title:
lP, Rofl-L Authorized Signature:
E-Mail Address: m Beeper: q5q
99- 315
4�_
y..
City of Miami, Florida ��-- Bid No. 98-99- 7
6.;.. idNDOR BACKGROUND INFORi� `ION
i INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: FA-biQ tctozk /Z
COMPANY OFFICERS:
President ���I1 �10� Vice President le11
Secretary l27 n 11 L e SO A n Albe lit Treasurer
CO/WANY OWNERSHIP: ,� M
l nr w- �il rl A -be 8 ,91 -% of ownership
_(!hCl n L `P_ -% n a t�� �_% of ownership
of ownership
% of ownership
LICENSES: //�--
1. County or Municipal Occupational License No. lQ, 3tp
(attach copy with bid)
2. Occupational License Classification__ 3�P9
3. Occupational License Expiration Date:
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP) r 2
5. Social Security or Federal I.D. No. Ko -0q 30SGC55
EXPERIENCE:
6. Number of Years your organization has been in business:
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP:
8. Number of Years experience BIDDER/PROPOSER (firm, corporatjorz, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: f
9 9 - 315
ity of Miami, Florida
.1 BID INFORMATION FORM
Mailing Date: March 5, 1999 Buver: Maritza Suarez
Bid No.: 98-99-57 Telephone: 305-416-1907
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
SINGLE PURCHASE
120-83: DIVING EQUIPMENT
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.A. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBNUTTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
_'30 number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
KD 6 A) E number of calendar days required before commencement of work.
Delivery will be made within Jc) calendar days after receipt of purchase order
Terms: 20/6-10 days Net 30 days _X
Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: / Z'A'qnwme, 7 `T/ �,;
Term of Warranty for equipment: a,2 /7A V( A4e—'7-0,f of
Term of Warranty for labor: N/A
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
-q3
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terns and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name: !/
Firm's Name: Telephone: 1- Z - 7' .3 5
PrinciPAOA Fax: 0 7 3 0
Name:
Mailing16 Title: T
Authorized Signature:
E-Mail Address: Beeper:
HIGH-TECH WING & SAFETY, INC.
27074 SUNNYBROOK ROAD
PUNTA GORDA, FL 33983-3320 9 9- 315
M
11% of tiliami. Florida Bid No. 98-99•57
6.5-ONDOR BACKGROUND INFORPNMPION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: A &,q - / F-zrA%
COMPANY OFFICERS:
President ) J6#4 oQ 7111-106V14< Vice President
Secretary Treasurer —
COMPANY OWNERSHIP:
Ll
-1-06L% of ownership
% of ownership
�% of ownership
of ownership
LICENSES: //��,,•.��
1. County or Municipal Occupational License No. A&0 r%E WOL]r & :Tg3
(attach copy with bid)
2. Occupational License Classification 7 b Z L} G]
3. Occupational License Expiration Date: ` o `
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP) 2 f
5. Social Security or Federal I.D. No. �P G -3 7 C `'�
EXPERIENCE: /
6. Number of Years your organization has been in business: ! VIS
7. Number of Years experience BIDDER/PROPOSER (person, princt al of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 3y iP s
8. Number of Years experience BIDDERIPROPOSER (firm, corporation, roprietorship) has had in
operation of the type required by the specifications of the Bid or RFP:-_-
99- 315
1•
Ik"
0d:•13i99 09:55 SEJCH:-+'-USA :;05 41E19=5
BY: CITY OF MIXMI 4-t�-o� y•�u:a
i r
t of
n1�
1UUY S. CAR -IN ='
0 nKior • ... Irn '
4
A�
Robert Quintana
Beuchat USA, Inc.
677 SW 1 st Street
Miami, Florida 33130
Dear Mr. Quintana:
April 12, 1999
Subject: Bid No. 98-99-057
Dlving Equipment
'10. . -7 Doc
r?QNALD 14. WARS11AW
City Mbn*6w
Section 1 R-52.1(h) of the City Code, As Amended, States that the City Commission may
offer to a responsible and responsive bidder, whose primary office is located In the City of
Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount
submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible
and responsive bidder.
As a local vendor, your bid amount for the subject bid meets the above requirements.
Please sign below to indicate your irm's acceptance or rejection of the bid at the low bid
amount of $1.30/ea for Item No. 27, subject to City Commission approval, and return
this letter to the Purchasing Department no later than five (5) calendar days from receipt of
this letter.
Sincerely
udy S. Carder
lef Procurement OMcer
Accept: _ Relect.,
Name;a�.GC//f7�Z�i( Signature:
Tide: Date: /3 _
cc: Bid Fite
nFPARTMEN•I OF PURCKASINCd444 S.W. 3W Avenue. 6Ch ftMWMuml, I lu da JbiJWCWr1416-19oWfax: cw51416-M5
C-had Addl«: purchnwed.miNTWA,uV Wehxite Addy«&: MN iUmiami.Il.ur/
MA111% Adds!%: P.O.80x 330106 Miami, FL 3.1n3.0706
tr+
w
2
BID AWARD RECOMMENDATION FORM
BID NUMBER: 9''1-19-057 COMMODITY/SERVICE: [)1.7 in • F17 ;L.-MOnr
DEPARTMENT / DIVISION: Fire -Rescue
TERM OF CONTRACT: single Purchase
NUMBER OF BIDS DISTRIBUTED: fourteen (14) NUMBER OF BIDS RECEIVED: fg u,- (4)
METHOD OF AWARD: Lowest responsible and resnonsive bidder on an item by item
basis. ma Ling SiPrifir-atinns_
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
High Tech Diving & safety. Inc. Non-L•ncal/Non-Minority S 7.5-65.00
Austins Diving center Dade/Nnn-Minority s512559.64
Beuchat USA, Inc. Loca1_/Non-Minority S 1.-,Ug0. 7(1
Aquatic Fabricators of South Florida Non- local/non-minority. 850.00
$ 15,075.34
TM POLLOiWiNG TO BY UM DEPAI!TLU111:..
JUSTIFICATION.
.The Department of Fire -Rescue implemented'a Diving Rpsrup Prngram
approximately twelve years ago consisting of PiQhtcpn divers. Since
that time, the number of divers has increased. and now totals fnrty-f;vp_
Since the inception of the program, mApy-saf Sty and tphnnning;ral
advances have been made to the diming_ q,ji man+ The Department nepds.fn
fully equip the team with the new and advanrp� omc and components
to ensure the safety'of the divers andAnahlp them +nfunction at peak
efficiency in emergency rescue situations.
ACCOUNT CODE(S): CIP Project No. 313304
Account Code No. 289401.850
DEPARTMI NT APPROVAL: BUDGET REVIEW APPROVAL PURcHAsING APPROVAL:
Department Director/ Luie Brennan c4ld
S.
Des! n Acting Director Director
�l(g110 /1
OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: �1 i
vcszoF2 99— 315
Budgetary Impact Analysis
1. Department Fire -Rescue Division Technical Services
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance/resolution:
Accenting bids of Austin's Divine Center Beuchat USA Inc Hiah Tech Diving &
Safety. Inc., and Aquatic Fabricators of South Florida for the provision of diving
equipment in the amount of $15 0 7 5.34 for Department of Fire -Rescue.
4. Is this item related to revenue? NO X YES (If yes, skip to item #7.)
5. Are there sufficient funds in Line Item? CIP Project No. 313304
YES: X Index Code 289401 Minor Obj. Code 850 Amount $_ 15,075.34
NO: _ Complete the following questions.
6 . Source of funds: Amount budgeted in the Line Item
Balance in Line Item
Amount needed in the Line Item $
Sufficient funds will he transferred from the fn11nwine linc ;+.t .-
ACTION
ACCOUNT NUMBER
ACCOUNT NAME
TOTAL
Index/Minor ONect/Pro'ect No.
From
$
From
$
From
$
To
$
7. Any additional comments?
This acquisition is funded by the Fire Assessment Fund
Approved by:
8.
Department Director/D-esienee
uh4�%
FORD ARTMENT OF MANAGEMENT AND BUDGET USE ONLY
Verified by:
Verified by:
Transfer done by:
-
Department of Management and Budget
Director/Designee
Budget Analyst
Budget Analyst
Date `llqlq
Date
Date
9 9 -- 315
`ate
I
�
c
7Z
yg n� D i i n:
1 Weight Belt
52' in length; yellow in color
Sport Diver Model #1510 or equal
Manufacturer & Model Bid:
2 Dive Belt Weights - 2 lbs. each
3 Dacor Sport Snorkel
Neon yellow in color.
Turboflex II, Item #S4444-27
NO SUBSTITUTION
4 Deleted item
5 'V Polypropylene Rope; 500 ft. per
spool; red in color
6 V Polypropylene Rope; 500 ft. per
spool; blue in color
7 V Polypropylene Rope; 500 ft. per
spool; white in color
8 Air Source Cart
Item #FASC-001-001
NO SUBSTITUTION
CU
1
9 Sea Scanner. Durable lucite;
solid aluminum tow bar
Sport Divers Mfg., Stock #2165
Fj
NO SUBSTITUTION
C3�
TABULATI W BIDS
BID NO. 98-99-057: ✓ING EQUIPMENT
Austin's Diving Center
10525 South Dixie Hwy.
Miami, FL 33156
DadelNon-Minority
Est. Unit Extended
U. UOM Edo Price
24 ea $ 2.00 lea $ 48.00
50
ea
$ 1.90 lea
$ 95.00
28
ea
$ 10.13 lea
$ 283.64
1 spool $ 400.00 lea $ 400.00
1 spool $ 259.00 lea $ 259.00
I 1 spool $ 259.00 lea $ 259.00
I 1 ea no bid lea
I 2 ea $ 40.60 lea $ 81.20
Prepared by Maritza Suarez, 3/30199
.k,,
Beuchat USA, Inc. Aquatic Fabricators of South Honda
677 SW 1 Street 2930 SW 30th Avenue
Miami, FL 33130 Hallandale, FL 33009
Local/Non-Minority Non-Local/Non-Minority
Est. Unit Extended Est. Unit Extended
GQyl UOM Price Price tC�. UOM Price Price
24 ea $ 2.35 lea $ 56.40 24 ea no bid lea
Beuchat Model 142778
50 ea $ 2.85 lea $ 142.50
28 ea $ 18.25 lea $ 511.00
(Beuchat Brand)"'
1 spool $ 56.00 lea $ 56.00
1 spool $ 56.00 lea $ 56.00
1 spool $ 56.00 lea $ 56.00
i
I 1 ea no bid lea
2 ea $ 36.95 lea $ 73.90
50 ea no bid lea
28 ea no bid lea
1 spool no bid lea
1 spool no bid lea
1 1 spool no bid lea
I 1 ea no bid lea
1 2 ea no bid lea
High Tech Diving & Safety, Inc.
27074 Sunnybrook Road
Punta Gorda FL 33983-3320
Non-Local/Non-Minority
Est. Unit Extended
Oil: UOM Prig r!c
24 ea no bid lea
50 ea no bid lea
28 ea no bid lea
1 spool no bid lea
1 spool no bid lea
1 spool no bid lea
1 1 ea no bid lea
I 2 ea no bid lea
Page 1 of 5 Approved by Department DirectorlDesigneG0—�Z
I
ku Description:
10 Deleted Item
11 Deleted Item
12 Deleted Item
13 Rubatex Semi -Dry Dive Suit
with the following options:
Extended knee pads; ankle zippers;
wrist zippers; seal set (neck, wrist,
ankle); face seal.
Size: Large
NO SUBSTITUTION
14 Deleted Item
15 Interspiro Divator MK II
Full Face Mask; gray neopreme
rubber with 2nd stage regulator
positive pressure and low pressure
hose. Item #336-190-350
NO SUBSTITUTION
16 Omni 360 Degree AGA Swivel
NO SUBSTITUTION
�j7 MK II Buddy Phone; 33 khz
NO SUBSTITUTION
h-�
TABULATION OF BIDS
BID NO. 98-99-057: DIVING EQUIPMENT
Austin's Diving Center Beuchat USA, Inc. Aquatic Fabricators of South Florida
10525 South Dixie Hwy. 677 SW 1 Street 2930 SW 30th Avenue
Miami, FL 33156 Miami, FL 33130 Hallandale, FL 33009
Dade/Non-Minority Local/Non-Minority Non-Local/Non-Minority
Est. Unit Extended I Est. Unit Extended Est. Unit Extended
M Elio Ence ` glyl .:- UOM Price Price QW U 0 M Edo Price
2 ea $ 1,000,00 lea $ 2,000.00
10 ea $ 785.00 lea $ 7,850.00
1 10 ea $ 75,00 lea $ 750.00
6 ea $ 390.00 lea $ 2,340.00
i
Prepared by nnaritza Suarez, 3/30/99
2 ea $ 269.00 lea $ 538.00
(Beuchat brand)"'
10 ea $ 789.00 lea $ 7,890.00
10 ea $ 49.00 lea $ 490.00
(I
6 ea $ 479.00 lea $ 2,874.00
(")
Page k of 5
2 ea $ 430.00 lea $ 860.00 !,
10 ea no bid lea
10 ea no bid lea
6 ea no bid lea
High Tech Diving & Safety, Inc.
27074 Sunnybrook Road
Punta Gorda FL 33983-3320
Non-LocallNon-Minority
Est. Unit Extended
ft UOM Pric Price
2 ea no bid lea
10 ea $ 602.00 lea $ 6,020.00
10 ea $ 38.00 lea $ 380.00
1 6 ea $ 395.00 lea $ 2,370.00
Approved by Department DireclorlDesigneea /
t«•
I em Description:
18 STX-100 Buddy Phone;
Single sideband surface transceiver
(deluxe); to include 35 ft. transducer
cable w/con.; transducer (33 khz)
2 frequencies (upper/lower) HHM
hand held mic and operations manua
NO SUBSTITUTION
19 TH-1 Headset with boom mic.
Designed for STX 100
NO SUBSTITUTION
20 Dive Suite; Polarskin Brand. 3mm
and 19 ounces; Omni -directional
stretch; padded and reinforced
shoulders, knees and spine section;
'/2 inch scotchlite tape down each
sleeve; blue body section with hot
lime sleeves and side panes; front
zippered entry.
Size: Extra Large
NO SUBSTITUTION
21 Deleted Item
22 Dive Equipment Storage Bag
Beuchat Brand; Safari Model;
+� 750 x 250 x 360 mm
NO SUBSTITUTION
TABULAT' OF BIDS
BID NO. 98-99-057: —VING EQUIPMENT
Austin's Diving Center
10525 South Dixie Hwy.
Miami, FL 33156
Dade/Non-Minority
Est. Unit Extended
-; U0M Eligg Price
I 1 ea $ 1,175.00 /ea $ 1.175.00
(this unit has been updated
STX101 includes headset
and boom mic)
1 ea no bid /ea
(included with above item)
6 ea $ 662.50 lea $ 975.00
24 ea $ 81.00 lea $ 1,944.00
(this bag has been discontinued.
Substitute: Oceanic Safari Bag
Prepared by Maritza Suarez, 3/30/99
Beuchat USA, Inc, Aquatic Fabricators of South Florida
677 SW 1 Street 2930 SW 30th Avenue
Miami, FL 33130 Hallandale, FL 33009
Local/Non-Minority Non-Local/Non-Minority
Est. Unit Extended Est, Unit Extended
City: UOM Price Price (fit . UOM Price Edo
1 ea $ 995.00 /ea $ 995.00 1 ea no bid lea
$ 339.00
$1,334,00 (total of items
(1 #18 & #S9)
1 ea $ 399.00 /ea $ 399.00
(included with above item)
6 ea $ 159.00 /ea $ 954.00
(Beuchat brand)"'
24 ea $ 29.95 lea $ 718.80
Page 3 of 5
1 ea no bid lea
6 ea no bid /ea
24 ea no bid /ea
High Tech Diving & Safety, Inc.
27074 Sunnybrook Road
Punta Gorda FL 33983-3320
Non-Local/Non-Minority
Est. Unit Extended
�: UOM Price Elio
1 ea $1,105.00 /ea $1,105.00
$ 60.00
$1,165.00 ](total of items
#18&#
1 ea $ 60.00 /ea $ 60.00
(included with above item)
6 ea no bid lea
24 ea no bid /ea
Approved by Department Director/Designee7l "
K
er D scri i n:
23 Dive Mask, ScubaPro Brand
Low Volume; Double Lens Silicone
Mas; Black in color; focus model.
NO SUBSTITUTION
—
24 Dive Fins, Mares Brand. Open heel
with strap; foot pocket designed for
hard sole boots; black & yellow
In color.
Size: Medium
NO SUBSTITUTION
25 Dive Fins, Mares Brand. Open heel
with strap; foot pocket designed for
hard sole boots; black & yellow
In color.
—
Size: Large
NO SUBSTITUTION
26 Dive Fins, Mares Brand. Open heel
—
with strap; foot pocket designed for
hard sole boots; black & yellow
in color.
Size: Extra Large
—
NO SUBSTITUTION
—_
27 Cyalume High Intensity Light Slick
6' long; green in color
NO SUBSTITUTION
_ W
Austin's Diving Center
10525 South Dixie Hwy.
Miami, FL 33156
Dade/Non-Minority
Est. Unit E
W. UOM Elio F
56 ea no bid lea
TABULATION OF BIDS
BID NO. 98-99-057: DIVING EQUIPMENT
Beuchat USA, Inc, Aquatic Fabricators of South Florida
677 SW 1 Street 2930 SW 30th Avenue
Miami, FL 33130 Hallandale, FL 33009
Local/Non-Minority Non-Local/Non-Minority
led Est. Unit Extended Est. Unit Extended
(sty UOM Price Price t UOM rice Price
I56 ea $ 59.00 lea $ 3,304.00 56 ea no bid lea
(Beuchat brand)-
3 pr $ 45.00 lea $ 135.00
Mares Avanti
20 pr $ 45.00 lea $ 900.00
6 pr $ 45.00 lea $ 270.00
Mares Avanti
100 ea $ 1.30 lea $ 130.00
Prepared by maritza Suarez, 3/30/99
3 pr $ 79.00 lea $ 237.00
(Beuchat brand)-
20 pr $ 79.00 lea $ 1,580.00
(Beuchat brand"')
6 pr $ 79,00 lea $ 474.00
(Beuchat brand)`
100 ea $-- 1.4A lea $ 140.00
$ 1.30 ' $ 130.00
Page , ut 5
3 pr no bid lea
20 pr no bid lea
6 pr no bid lea
100 ea no bid lea
High Tech Diving & Safely, Inc.
27074 Sunnybrook Road
Punta Gorda FL 33983-3320
Non-Local/Non-Minority
Est. Unit Extended
CQt UOM Price rice
56 ea no bid lea
3 pr no bid lea
20 pr no bid lea
6 pr no bid lea
100 ea no bid lea
Approved b Department Director/Desi ne /% ` �,
Y 9 !
—e.
Austin's Diving Center
10525 South Dixie Hwy.
=
Miami, FL 33156
Dade/Non-Minority
Est.
Unit E
ka Description:
ft UOM
Price f
28 Scubapro's Depth Gauge;150% Air,
12 ea
no bid lea
w/MDI, for console. Item #28.090.00
- NO SUBSTITUTION
= 29 Scubapro LS-1 Compass Capsule
12 ea
no bid lea
- only for console mounting,
= Item #28.519.004 NO SUBSTITUTIO
30 Scubapro LS-1 Compass with
6 ea
no bid lea
- navigation board. Item #28.037.000
- NO SUBSTITUTION
TABULAT' 'OF BIDS
BID NO. 98-99-057: _VING EQUIPMENT
Beuchat USA, Inc. Aquatic Fabricators of South Florida
677 SW 1 Street 2930 SW 301h Avenue
Miami, FL 33130 Hallandale, FL 33009
Local/Non-Minority Non-Local/Non-Minority
Jed Est. Unit Extended Est. Unit Extended
W. UOM Ekq Elio (. fit :- UOM Price Price
12 ea $ 119.00 lea $ 1,428.00 12 ea no bid lea
(Beuchat brand)"'
31 Dive Boots; Parkway Brand; 6.0 mm
19 pr
$ 27.00 lea $ 513.00
with side zipper; rubber on lop of
(Parkway has been out of
toes & heel area. Item #ABZ22K; in
business for 4 years.
the following sizes: 7 pairs of size 9;
Substitute: DeepSee #95201)
8 pairs of size 10; 3 pairs on size 11;
1 pair of size 13
NO SUBSTITUTION
32 Dive Gloves; Scubapro Brand 18 pr no bid lea
Model warm water gloves; 3mm
Neopreme; in the following sizes:
6-Medium, Item #58-016-300;
6-Large, Item #5"16400;
6-Extra Large, Item #5"16-500
NO SUBSTITUTION
Prepared by Mantza Suarez, 3/30/99
12 ea $ 34.95 lea $ 419.40
(Beuchat brand)"'
6 ea $ 49.95 lea $ 299.70
(Beuchat brand)"'
19 pr $ 44.95 lea $ 854.05
(Beuchat brand)"'
18 pr $ 18.50 lea $ 333.00
(Beuchat brand)"'
12 ea no bid lea
6 ea no bid lea
19 pr no bid lea
18 pr no bid lea
'Local Preference Ordinance applied
"Local vendor not within 10% of lowest bidder
"'Non -responsive bid for bidding on a substitute
High Tech Diving & Safety, Inc.
27074 Sunnybrook Road
Punta Gorda FL 33983-3320
Non-Local/Non-Minority
Est. Unit Extended
(3ty;, UOM Price Edo
12 ea no bid lea
12 ea no bid lea
6 ea no bid lea
19 pr no bid lea
18 pr no bid lea
G
Page 5 of 5 Approved by Department DirectorlDesigne
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: DIVING EQUIPMENT
Fire -Rescue Department
AWARDED TO: Austin's Diving Center; Beuchat USA, Inc;
Aquatic Fabricators of South Florida;
High Tech Diving & Safety, Inc
Bid No. 98-99-057
$155075.34
TIME PERIOD
From: 1994 to Present
NUMBER OF BIDS DOLLAR AMOUNTS
None
PRIOR CONTRACT AWARD: NONE
i
SUWvL4RY OF CONTRACTS. DOC
99- 315
r
1
It.'
CITY OF AIIANII OF THE CITY CLERK
BID SECURITI' LIST
fir' ei
BID ITEM: DIVE EQUIPMENT
BID NO: 98-99-057 --
DATE BID(S) OPENED: MARCH 22, 1..999 TIME 11:00 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
HIGH TECH DIVING & SAFETY, INC.
See attached
bid
AUSTINS DIVING CENTER
11
BEUCHAT USA, INC.
ti"
AQUATIC FABRICATORS OF SOUTH FLA.
We received cnly
bid which waE
one copy of t
sent to Procurem
NO BID
UNDERWATER UNLIMITED, INC.
RECREONICS INC.
.. ,. ..,. .TFj
rpcelved flrn,�'.Y CS O: 111,e G') ovs C?'pcn
CoK-C! the uIlly
nq Cute r_ ni
I'2"^. %; .
other offers sui uni.i'.f•d b:l P� °'�C Ili e 3U I.
are hereby rc-!-. 1cd as laic."
i5 �4i C i:iI1C'
if cf-ay,
"
received ( —> envelops on behalf of
/ erson receiving bid(s)
PURCHASING DEPARTMENT on
(City Department) (Date)
SIG
eputy City
it
t.'�
_j �
M
M'
''�. )L r i ....
SYSTEMS- IIUC. - SOUTHEAST
6954 N.W. 12 STREET, MIAM1, FLORIDA 33126
305-477-9149 - 800-287-4799 - FAX 305-477-7526
FC 017
SLAT B):CtTl' OF 1it.Vl 3 19-99 3:�Ut'11 Pt2ucl:ftt�1F�T '111 =
i
CITY OF MIAMI
ADVERIISEMEN1 FOh BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FI. 33133 for the following:
�:°-f3fLi'1�i� ���; �iv®;Et�Uipt'nen�`;'for'the Dept�rtmenf of fire -Rescue '�
OPENING DATE: 1:Qty!�`1v499
Detailed specifiL.,.iions for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906.
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO. 5361
r3.5,. ,- 41- 6,11.1'42
SFNI BY : C• I TY oF 1f I AM I 3-19- 99 : 3: 49P1f PRUCLREN E NT 'NIT. -• :'- 3
City of Miami
this riumbei must
REQUISITION FOR ADVERTISEMENT appear in the
advemsement
1. Uepattrnent•
vtsidn•
Dt •
'
J2.
3 Account Code number
4. Is this a confirmation:
5. Prepared by:
yes
El NO
6 Size of advertisement:
7. Starting date:
8 Telephone number
9. Number of times this advertisement is to be 10
published.
Tye of advertlsement
-
'_- _
---- _�`
_�._.Legel _-- _ �-_Clas�iti
11. Remarks:
,----
I
Publication Date(s) of
Advertisement Invoice No. Amount
i
I
l
13
l I Approved
LJ Disapproved
Department Directof/Designee Date Approved for Payment
C GS/PC 503 Revf12/B�Roull ; Fprward White and Canary to G,S.A (Procurement Management) and retain Pink copy,
GIST UTtON: White -G.S.A.; Canary - Department
FF i 1F_.:06 305 41r'•192'5 P. 0
{r
i
i
�f 1 I.) :C I TY of 11I AN! I : 3: 11fPN1 PROCLRENIEV '%IT. - = i
CIT OF MlAMI Purchasing Department
444 SW 2nd Avenue
Miami, FL 33130
FAX Date:
Number of pages ibcluding cover sheet:
To:
_Phone:
Fax phone: -
CC:
From:
Maritza Suarez
Phone: 305-416-1907 _
Fix phone: 305-416-1925
REMARKS: (] Urgent [] For your review 0 Reply ASAP Please comment
t_