Loading...
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_