Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-99-0332
1 M 0 J-99-407 4/28/99 RESOLUTION NO. :7 9 — 332 A RESOLUTION OF THE MIAMI CITY COMMISSION RESCINDING THE BID AWARD TO CDH HOLDING LTD, INC., D/B/A AMERICAN MILLS SAFETY SUPPLY FOR THE PURCHASE OF TRELLBORG'S TRELLCHEM CHEMICAL PROTECTIVE SUITS, FOR FAILURE TO HONOR BID PRICE, AND AWARDING THE BID TO AMFAK, INC., FOR SAID ACQUISITION, AT A TOTAL COST NOT TO EXCEED $8,794.80; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 313304, ACCOUNT CODE NO. 289401.6.850, FUNDED BY THE FIRE ASSESSMENT. WHEREAS, Resolution No. 98-92, adopted February 9, 1999, accepted the bid of CDH Holding LTD, Inc., d/b/a American Mills Safety Supply, in the amount of $6,000 for the purchase of Trellborg's Trellchem chemical protective suits for the Department of Fire -Rescue; and WHEREAS, American Mills Safety Supply failed to comply with bid price specifications in Bid No. 97-98-184; and WHEREAS, funding is available from Capital Improvement Project No. 289401-850; and WHEREAS, the City Manager and the Director of Fire -Rescue recommend that the bid received from American Mills Safety Supply cis �01� vnm=G OF, MAY 1 1 1999 Resolution No. 99- 332 `tr - T" y" be rescinded, and the bid submitted by Amfak, Inc., the next lowest responsible and responsible bidder, be accepted; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE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 bid awarded to CDH Holding LTD, Inc., d/b/a American Mills Safety Supply, for the purchase of Trellborg's Trellchem chemical protective suits, is hereby rescinded, and the bid submitted by Amfak, Inc., at a total cost not to exceed $8,794.80, for said acquisition, is hereby accepted, with funds therefor hereby allocated from Capital Improvement Project No. 289401-850. Section 3. This Resolution shall become effective - 2 - 99- 332 t�.- immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this llth _ day of May 1999. JOE CAROLLO, MAYOR in accordance with Miami Code Sec. 2-36, since the Mayor did not indicat9 approval of this legislation by signing it in the designated place provided. caic! becomes effective with the elapse of ten (10) days fr m the date of CcrArmssicn act;c. regarding same, without the Mayor ex rcisi a v o. ATTEST: City Clerk WALTER J. FOEMAN CITY CLERK APPRO D A TO/F N! A4 CORRECTNESS :e_ CJffY-ATTORNEY 6 W3443:RCL i� If 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. 99- 332 1 CITY OF MIAMI, FLORIDA 26 INTER -OFFICE MEMORANDUM DATE : MAY 3 (099 FILE: To : Honorable Mayor and Members o. the City Commission SUBJECT: Resolution Rescinding - Chemical Protective Suits FROM: U nal H. Warshaw REFERENCES: Bid No. 97-98-184 — City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution rescinding the award to CDH Holding LTD, Inc., d/b/a American Mills Safety Supply for the purchase of Trellborg's Trellchem Chemical Protective Suits, for failure to honor their price bid, and award bid to Amfak, Inc., a Non-Minority/Local vendor, located at 3160 SW 22nd Street, Miami, Florida 33145 to provide said suits, for the Department of Fire -Rescue, at a total cost not to exceed $8,794.80. Funds are allocated from Capital Improvement Project Account Code No. 313304.289401.6.850. BACKGROUND Resolution No. 98-92, adopted February 9, 1999, accepted bid of CDH Holding LTD, Inc., d/b/a American Mills Safety Supply for the purchase of Trellborg's Trellchem Chemical Protective Suits, for the Department of Fire -Rescue, at a total cost not to exceed $6,000.00. American Mills Safety Supply informed the City that they would not be able to honor their bid price. Therefore, American Mills Safety Supply has been deem non -responsible for failure to provide honor bid price. Amfak, Inc., who is a local vendor and is the next lowest responsible and responsive bidder to provide said suits is therefore, recommended for award. DHW:BWH:JSC:CYB:cyb 99- 332 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy S. Carter, Director April 13. 1999 FM-010.doc TO: DATE : FILE Department of Purchasing FROM: Chief C.A. Gimenez, Director Department of Fire -Rescue 4 SUBJECT: Funding for chemical protective suits REFERENCES Commission Meeting 5/11/99 ENCLOSUREsResolution 99-92 The Department of Fire -Rescue has verified that funding is available from Capital Improvement Project No. 313304, Account Code No. 289401.6.850 in the total amount of $2,794.80 for the provision of firefighters chemical protective suits. Pursuant to Resolution No. 99-92, adopted February 9, 1999, the bid for Trellborg's Trellchem chemical protective suits was awarded to CDH Holding Ltd., Inc., d/b/a American Mills Safety Supply ("American Mills") in the amount of $6,000. American Mills subsequently advised the City that they were unable to honor their bid price. Said bid is being rescinded. The bid of Amfak, Inc., the neat lowest responsible and responsive bidder, in the amount of $8,794.80 is being accepted. The amount of $2,794.80 represents the difference between the two bids. 1 �i. CAG/FKR/MLK/csk Enc. f j CIP Approval: Pilar aenz-ButleqCPdministrator - Date Budget Approval: Luie Brenm cting Director Date FM-010 99- 332 e4/05/1999 07:29 30588?n©71 March S, 1999 A. M. S. S. VIA FAX PAGE 02 Ms. Maritza Suarez Purchasing Department City of Miami 444 S.W. Y4 Avenue 6"' Floor Miami, Florida 33160 REF: Bid No; 97.98-184 Dear Mantra: s We regret to inform you, that we are unable to honor the pricing on bid no: c : 97-98-184. We have tried everything in our power to solve this situation with the manufacturer without success. Many factors contributed to this situation including the extended time factor from the date of the quotation to the bid award. Please feel free to contact us should you have any questions, `— Sincerely yours hrist' de Haseth presi nt American Mills Safety Supply /CdH 5411 NW ?4 ANTNUE 1 NAK FLORIDA 33166 TELFFHONE 305-88W28 FAX 305483-Ml TOLL FREE SM36.08 E-UAJL AINEZMLsOWt.COM 3 9- 332 �4' 4 0 J-99-131 1/20/99 RESOLUTION NO. �► 6� r '1 '� A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF CDR HOLDING LTD., INC., D/S/A AMERICAN MILLS SAFETY SUPPLY, FOR THE PURCHASE OF TRELLBORG'S TRELLCHEM CHEMICAL PROTECTIVE SUITS, FOR THE DEPARTMENT OF FIRE -RESCUE, AT A TOTAL COST NOT TO EXCEED $6,000.00; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 313304, ACCOUNT CODE NO. 289401.6.850, FUNDED BY THE FIRE ASSESSMENT. WHEREAS, the Department of Fire -Rescue's Hazardous Materials Response Team encounters dangerous conditions in the course of duty and requires special clothing for protection against harmful liquid chemicals, vapors, gases, and solids; and WHEREAS, pursuant to public notice, Invitations for Bid No. 97-98-184 were mailed to thirty (30) potential providers of protective clothing; and WHEREAS, three (3) bids were received on October 7, 1998; _ • . WHEREAS, the Director of Fire -Rescue recommends that the bid received from CDR Holding Ltd., Inc., d/b/a American Mills Safety ww� w�www�w.M I Supply, be accepted as the lowest responsive and responsible bid; and WHEREAS, funds are available from Capital Improvement Project No. 313304, Account Code No. 289401.6.850, funded by the Fire Assessment; and 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 bid received on October 7, 1998, from CDR Holding Ltd., Inc., d/b/a American Mills Safety Supply, for the provision of Trellborg's Trellchem Chemical Protective Suits, for the Department of Fire -Rescue, at a total cost not to exceed $6,000.00, is hereby accepted, with funds therefor hereby allocated from Capital Improvement Project No. 313304, Account Code No. 289401.6.850, funded by the Fire Assessment. Section 3. This Resolution shall become effective T ti I immediately upon its adoption and signature of the Mayorlj- da PASSED AND ADOPTED this 9th Y of February 1999- JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.36, since the Mayor diO net :rc::,,=e Gpnrr,.':' f�I this legislation by signing it in the designated place prop sds:', becomes effective with the elapse of ten (10) days;°m the dam m9arding same, without the Mayor exe o v�Eo. • ATTEST: -IGA,� - j ..✓ Watter J. Foerrian. City Clark WALTER J. FOEMAN CITY CLERK CORRECTNESS :�'i ATTORNEY 204:CSK:kc 1/ if the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was 1 passed become deff adopted. ted. if the Mayor vetoes this Resolution ithe City Commission. immediately upon override of the veto by Y 99- 332 - 3 - 43-0 a'■ I.- 6.1 BID INFORMATION FORMi6ii Mailing Date: Buyer: Maritza Suarez Bid No.:97-98-184 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. Bids must be received by: at the Office of the City Clerk; 3500 Pan American Drive, Miami, Florida 33131-5504 SINGLE PURCHASE 200-37: TRELLBORG'S TRELLCHEM CHEMICAL PROTECTIVE SUITS We have read your Invitation for Bid, 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 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 Person/Telephone: 1,: S 0 0 M Term of Warrantyp and/or guarantee for the equipment ment � e', L rn� Term of Warranty and/or guarantee for labor. N/A �rT �.,�•'�. . ' ORAL WAY) All exceptions to this bid have been documented in the section below. MIAMI, FLORIDA 33145 PHONE: 446-5766 EXCEPTIONS: F4X. 448-6112 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, or equipment, 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: i/ /U C Telephone. Principal Business Address: :::Z /G c/ ft✓ ffsl Fax: ! s • / lA,f </k r.�rC �/ Yi Name: Mailing Address: I� Title: ti / Authorized Signature: E-Mail Address: --+Beem: 99- 332 I of Miami, Florida Bid No. 97-98-184 6.; INDOR BACKGROUND INFORI ItION _ 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: T COMPANY OFFICERS: President Vice President Secretary Treasurer L t, COMPANY OWNERSHIP: LICENSES. 1. County or Municipal Occupational License No. (attach copy with bid) 2. Occupational License Classification 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. EXPERIENCE: 6. Number of Years your organization has been in business: 7 S. % of ownership % of ownership % of ownership % of ownership Number of Years experience BIDDERMROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: Number of Years experience BIDDER/PROPOSER (fum, corporation, proprietorship) has had in operation of the type required by the sspecificationssoMof the Bid or RFP: 1W P11 EZp 0nrUc SAFETY EQUIPMENT HEADQUARTERS 3160 SA 22 ST. ( CORAL WAY) WWI, FLORIDA 33145 PHONE: 446.5766 Fa448.6112 .Oj32 r•. VENDOR Item Description 1 Trelleborg's Trellchem Chemical Protective Suit, Type TLU, complete with carry cases, in the following sizes: Ng SUBSTITUTIONS a. Large b. Extra Large c. Extra Extra Large Total (Items a-c): — Cl� — I 4 Prepared by Maritza Suarez 10/09/98 TABULAT'^°`f)F BID CHEMICAL PR, JIVE SUITS 97-99-184 , American Mills Safety Supply Amfak Inc * 5411 NW 74 Avenue 3160 SW 22 Street Mlaml FL 33166 Miami FL 33145 Dade/Non-Minority Local/Non-Minority Est. Unit of Extended Est. Unit of City. Measure Unit Price Price aty. Measure Unit Price 4 ea $ 500.00 on $ 2,000.00 4 ea $ 600.00 on $ 2,000.00 4 an $ 500.00 ea $ 2,000.00 $ 6,000.00 Atlantic Milts Co. PO Box 4670 Hialeah FL 33014 41 Dade/Non-Minority Extended Est. Unit of Extended Price Qty. Measure Unit Price Price 4 ea $ 732.90 ea $ 2,931.60 4 on $ 732.90 ea $ 2,931.60 I4 ea $ 732.90 ea $ 2,931.60 1 $ 8,794.80 *Local vendor is not within 10$ of the low bidder. Pane 1 4 ea $ 738.00 ea $ 2,952.00 ` 4 ea $ 738,00 ea $ 2,9 3 1 4 ea $ 849,00 ea $ 3,3A0 $ 9,300. Approval Department irector/Designee ITEM: DEPARTMENT: TYPE OF PURCHASE: RECOMMENDATION: �I A.wardStateContract M RESCINDING OF AWARD BID NO. 97-98-184 Trellborg's Trellchem Chemical Protective Suits Fire -Rescue Rescinding Award and award to next lowest bidder It is recommended that the contract awarded to American Mills Safety Supply, in the amount of $6,000.00, be rescinded for failure to honor bid price, and award contract to Amfak, Inc., who is the next lowest responsible and responsive bidder, to provide said suits, at a total cost not to exceed $ 8, 794.80. 99 332