Loading...
HomeMy WebLinkAboutR-95-0445J-95- 476 05/10/95 RESOLUTION NO.95- 445 A RESOLUTION ACCEPTING THE BID OF ZUMRO, INC. FOR THE FURNISHING OF TECHNICAL SEARCH EQUIPMENT, FOR THE DEPARTMENT OF FIRE -RESCUE AT A TOTAL PROPOSED AMOUNT OF $12,350.00; ALLOCATING FUNDS THEREFOR FROM CAPTIAL IMPROVEMENT PROGRAM, ACCOUNT CODE NO. 802801- 840, PROJECT NO. 313825; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received April 18, 1995 for the furnishing of technical search equipment .for the Department of Fire -Rescue's Urban Search and Rescue Task Force; and WHEREAS, invitations for Bid No. 94-95-108 were mailed to nine (9) potential bidders and one (1) bid was received; and WHEREAS this purchase will not only enhance the capabilities of the South Florida Urban Search and Rescue Task Force to respond to disasters, but additionally increase the local capabilities of the City of Miami Department of Fire -Rescue; and WHEREAS, the City Manager and the Director of the Department of Fire -Rescue, recommend that the bid received from Zumro, Inc.. be accepted as the only responsive and responsible bid; WHEREAS, funds for this purchase are available from CIP Account Code No. 802801-840, Project No. 313825; and CITY COMMISSION NEEMNG OF J 0 A! 0 1 1995 Resolution No, 95- 445 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 April 18, 1995 bid of Zumro, Inc., for the furnishing of technical search equipment, for the Department of Fire -Rescue, at a total proposed amount of $12,350.00, is hereby accepted, with funds therefor hereby allocated from Capital Improvement Program, Account Code No. 802801-840, Project No. 313825. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 1st day of June , 1995. TEPHEN P. CLARK, MAYOR ATTEST: c ALTER EMAN, CITY CLERK -2- 95- 445 1 PREPARED AND APPROVED BY: c.-z! RAFAEL 0. DIAZ DEPUTY CITY ATTORN APPROVED AS TO FORM AND CORRECTNESS: A. QU NN JOPESF II CITY ATT EY —3- 95- 445 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : DATE : FILE The Honorable Mayor and Members May 2, 1995 of the City Commission SUBJECT : Bid Evaluation Bid #94-95-108 Technical Search Equipment FROM : REFERENCES Ces CityW)eo ENCLOSURES It is recommended that a resolution be passed permitting the South Florida Urban Search and Rescue Task Force to purchase Technical Search Equipment from Zumro, Inc. PO Box 655, Willow Grove, PA a non -local, non -minority vendor, at a one time cost of $12,350. The City of Miami Department of Fire -Rescue on behalf of the Florida Urban Search and Rescue Task Force has been awarded a grant to purchase specific equipment and supplies to be used for disaster response activities. The purchase of the recommended Technical Search Equipment will not only enhance the capabilities of the South Florida Urban Search and Rescue Task Force to respond to disasters, but additionally increase the local capability of the City of Miami Department of Fire -Rescue and the organizations participating in the disaster response program. Cost Estimate: $12.350 Source of Funds: CIP Project 313825, Index Code: 802801-840 Minority Representation : Bidder selected is a non -minority 95- 445 eool �'—/ CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Judy S. Carter Chief Procurement Officer Procureme Officer FROM nez, iD*irectore-Rescue Department DATE : FILE May 2, 1995 SUBJECT: Bid Evaluation Bid # 94-95-108 Technical Search Equipment REFERENCES: ENCLOSURES: This department has verified that funding is available to cover the cost of the subject purchase in the amount of $12,350 from the South Florida Urban Search and Rescue Task Force Aquisition Fund CIP #313825 Account Code Number 802801-840. Manohar S. Surana, Di ctor Budget Department 7ssuardo Rodriguez, Director et Management & Capital Improvements 95- 445 TECHNICAL SEARCH EQUIPMENT VENWR $UKRO P o BOX 655 WILLOW GROVE VA 23104 NON-MINORITY%NON-LOCAL $12,350.00 95- 445 S- ITEM: DEPARTMENT: TYPE OF PURCHASE REASON: POTENTIAL BIDDERS: BIDS RECEIVED: TABULATION• FUNDS: BID EVALUATION• AWARD OF BID Bid No.94-95-108 Technical Search Equipment Fire -Rescue Single Purchase The requested equipment will enhance the the South Florida Urban Search and Rescue Task Force disaster responding capabilities. 9 1 See Attached CIP, Account Code No. 313825-802801-840 ALL VENDORS ........................... MINORITY/FEMALE (M/F) VENDORS......... Within City limits ................. Registered with City ............... Black (B) Vendors ..................... Located within City limits......... Registered with City ............... Female (F) Vendors. .. ............... Located within City• limits......... Registered with City ............... Hispanic (H) Vendors .................. Located within City limits......... Registered with City ............... NON MINORITY (NM) VENDORS ............. Located within City limits......... "No Bids" Bid Invitations Mailed Bid Responses 9 1 5 0 0 0 5 0 2 0 0 0 • 2 0 2 0 0 0 • 2 0 1 0 0 0 • 1 0 4 1 1 0 • - 3 95- 445 Reason(s) for NOT awarding' to local vendor Local vendor did not respond to this invitation to bid. Reason(s) for No Bids are as follows: Miami Audio Visual Company - does not supply this product Nuphase Electronics- not an authorized dealer Phoenix Industries Inc. - unable to substitute for specified product IT IS RECOMMENDED THAT THE AWARD BE MADE TO ZUMRO, INC. A NON-MINORITY/NON-LOCAL VENDOR AS THE ONLY RESPONSIBLE AND RESPO \BIDDER AT A TOTAL AMOUNT OF $12,350.P-. 95- 445 J_SECURITY _LIST BID ITENt. TECHNICAL SEARCH EQUIPMENT _____ ------------------------------------------------------ DID WO-9 94-95_ 2t------------------------------------------ 995 11�00 a m DATE DID(S) OPENED: ..-_�PRIL 10,, 1 _____----_- -__--- C TOTAL m I D_SOtdD_So rZ BIDDER 3ID_AH OUNT CASHIER'S _CHECK ZUMRO, INC. ----------------------------- NOBID • MIAMI AUDIO VISUAL CO. See attached bid -------------- ----- -_.....------ NUPHASE ELECTRONICS PHOENIX INDUSTRIES, INC. tir_�._e. ':S _�_ t:. received timely as of the abovs enin date ut�d p 4 _ _ _ other offers submitted in respi-mso Ilk Il4..�,3 .Hitt- ----_ to tills soticltatio ------------- ,—if any. --.._..___ --------------- --------------------------- ----------------------- I _ _ ----------------i-------------- ------------------------- I------------- -------_--------------- ------------- -------------- ------------ ---3 — --- ------�— —--+------- ------------ ---------- ----------------------------- t ----------------------- —1 eceived ( �` ) envelopes on behalf of (Parson receiving bids) GSA/SOLID WASTE -PROCUREMENT DIVISION on ------------------------------------- ------- ----------- (City Department) S I GNE ��_-_-'� -1 tputy City Clerk) 1 �' r"+ t, i 7, • ` •�a�:� rr--;�� � o tag-i �.�c� �� V � (,r C1T LEGAL ADVERTISEMENT ; ? 1` r, J BIDN0. 94-95-=108 Q7 y Sealed bids will be received by the City of Miami City ``Clerk; at her office located at City Hall,,3500 Pan American Drive, Miami, Florida 33133 not later than 11:00 a.m. Agril 10, 1995 for the furnishing ofTechnicalSearch Equipment for the Department of Fire -Rescue. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10052, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Section 18-52.1(h) of the City Code, as amended, states that 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 vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1991) Cesar H. Odio City Manager t m_ City of Miami 1991 This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type gnd aMatch a co2v gf t dv t with this n 1. Department: 72, Division: GSA/PROCURr- MENT (FOR) FIRE4RESCUE 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: 280101--287 ❑ Yes © No JENNIFFER MILLER 6. Size of advertisement: 7. Starting date: 8. Telephone number: LEGAL MARCH 24 1995 575-5174, 9. Number of times this advertisement is to be 10. Tye of advertisement: published: I Ll Legal ❑ Classified. ❑ Display 11. Remarks: BID NO. 94-95-108 12. r,,. • �;. n ;v Dates) of Advertisement Invoice No. Amount Publication MIAMI REVIEW MIAMI TIMES DIARIO LA.S AMERICAS —i 70 N 'I -r " Tom- •,� 13. ❑ Approved ❑ Disapproved /Departe t DirectorMeii gnee Date Approved for Payment Date s C IGS/PC 503 Rev. 12/89 F Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. .......,.......o ........