HomeMy WebLinkAboutR-95-0447J-95- 474
05/10/95 RESOLUTION NO. 95- 447
A RESOLUTION ACCEPTING THE BID OF ALANIS,
INC. FOR THE FURNISHING OF VARIOUS RESCUE
EQUIPMENT AND SUPPLIES, FOR THE DEPARTMENT OF
FIRE -RESCUE AT A TOTAL PROPOSED AMOUNT OF
$18,520.00; ALLOCATING FUNDS THEREFOR FROM
CAPITAL 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
I
received April 10, 1995 for the furnishing of various rescue
equipment and supplies for the Department of Fire -Rescue's Urban
Search and Rescue Task Force; and
WHEREAS, invitations for Bid No. 94-95-107 were mailed to
twenty (20) potential bidders and three (3) bids were 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 Alanis, Inc.
be accepted as the lowest responsive and responsible bid; and
WHEREAS, funds for this purchase are available from CIP
Account Code No. 802801-840, Project No. 313825; and
C1Ty COMMISSION
MEETMG OF
J U N 0 1 1995
Resolution No.
95- A47
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 10, 1995 bid of Alanis, Inc. for the
furnishing of various rescue equipment and supplies, for the
Department of Fire -Rescue, at a total proposed amount of
$18,520.00, is hereby accepted, with funds therefor hereby
allocated from CIP 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
ATTEST:
WALTER MAN, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTO NEY
_ day of June , 1995.
LA
ss'q'. 4�=
S EPHEN P. C RK, MAYOR
-2-
APPROVED AS TO FORM AND
CORRECTNESS:
95- 447
dl _
CITY OF MIAMI, FLORIDA CAm9
INTER -OFFICE MEMORANDUM
TO
The Honorable Mayor and Members
of the City Commission
FROM :
Cesi
City
DATE : MAY 2 5 )995 FILE .
SUBJECT :
Bid Evaluation Bid #94-95-107
Various Rescue Equipment
REFERENCES:
ENCLOSURES:
It is recommended that a resolution be passed permitting the South Florida Urban Search and
Rescue Task Force to purchase various Rescue Equipment and Supplies from Alanis, Inc. of
3785 NW 82nd Avenue, Suite 306, Miami, Fla 33166. a non -local (Dade County), minority
vendor, at a one time cost of $18,520.00 as the lowest responsive and responsible bidder.
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. Because timely expenditure of the allocated funding is desirable, and
the recommended bidder responded with the most complete package this recommendation is
made. The purchase of the recommended Rescue 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.
too m I M,1111 : . : 1 tl 1.4• - 11
Source of Funds: CIP Project 313825, Index Code : 802801-840
Minorily Representation: Bidder selected is a Black, Dade County vendor
95- 447 e/79 % l
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : DATE : FILE
Judy S. Carter May 2, 1995
Chief Procurement Officer SUBJECT :
Procurement anagement Bid Evaluation Bid # 94-95-107
Various Rescue Equipment
FROM : REFERENCES
im ez
Director, ire -Rescue Department ENCLOSURES
This department has verified that funding is available to cover the cost of the subject purchase in
the amount of $18,520.00 from the South Florida Urban Search and Rescue Task Force
Acquisition Fund CIP #313825 Account Code Number 802801-840.
lanohar S. Surana, Direc
Budget Department
5-5'
14tiardo Rodriguez, Director
Asset Management & Capital
Improvements
95- 447
9495107.XLS
TABULATION OF BIDS FOR:
Rescue Equipment Various,
p.1
SUGGESTED VENDOR.-
C
BID # 94-95-107
DATE 411111995
I
VEND OR A
VENDOR B
VENDOR C
VENDOR D
VENDOR E
VENDOR F
VENDOR NAME:
AMFAK I
SMITH SAFETY
ARN
3706"
VENDOR ADDRESS:
3160 SW 22 ST
3200 DUTTON #322
Miami FL33145
SANTA ROSA, CA
Miami FL 3766
BLACK
95407
MINORITY STATUS
NON
FEMALE
ITEM
UNIT
I
UNIT
UNIT
41T
NO.
DESCRIPTION
QTY.
PRICE
---TOTAL
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
PRICE
TOTAL
1
2
TRIPOD
ROPES, THROW
2
10
680.50
73.00
1361.00
730.06--
1200.00
-67.00
2400.00
670.00
OW
-001i:
3
LIFELINE 200' LENGTHS
6-
97.00
1182.00
- -
T8 6. 0-0
-.
-i-1 16 00
4
LIFELINE 300' LENGTHS
2
295.00
590.00
279.00
558.00
5
ROPE BAG FOR 200'
6
28.00
168.00
29.00
174.00
6
ROPE BAG FOR 300'
2
32.00
64.00
35.00
70.00
-7
CANVAS ROPE BAG
8
25.00
200.00
21,50
172.00-
8
LINE, TAG, 200' 7MM
8
91.06
728.00
110.00
880.00
9
ROPE BAG FOR 7MM
8
28.00
224.00
18.00
144.00
10
LINE, PRUSIC
200
0.50
200.00
0.55
110.00
11
WEBBING, TUBULAR 2- FLAT
500
1.00
500.00
0.00
300.00
12
WEBBING, TUBULAR 1" FLAT
500
0.40
200.00
0.00
215.00
13
CARABINERS
60
19.00
1146-.0-0
15.00
900-00
14
PULLEY 2*
8
39.00
312.00
35.00
280.0
15
PULLEY 4"
4
70.00
280.00
NO BID
)6E
0.00
--i-6
ASCENDERS -SPRINGBOARD
4
45.00
180.00
3 .0j 0
144.00
..
17
ASCENDERS FREE RUNNING
4
44.00
176.00
35.00
140.00
18
DESCENDERS FIGURE 8
8
3-4. 0-0
272.00
31.00
248.00
19
TRANSFER SLING
2
.00
-
60 .00
22.00
44.00
20
ANCHOR STRAP
2
27.00
54.00
24.00
---48-.00
0.00
0.00
PAGE I SUBTOTALS:
1759.401
8621.00
-�-144.6-5!
-8615.00
0.00
1 0.00
SUGGESTED VENDOR:
SEE NEXT
PAGE
Page 1
9495107.XLS
TABULATION OF BIDS FOR:
Rescuo Equipment, Various, p.2
SUGGESTED VENDOR*
c
BID # 94-95-107
DATE 411111995
VENDOR A
VENDOR B
VENDOR C
VENDOR D
VENDOR E
VENDOR F
VENDOR NAME:
-�M-F-A K-7
SMITH SAFETY
Nr A JS-i::ij
ALA
VENDOR ADDRESS:
MINORITY STATUS
JNON
3160 SW 22 ST
Miami FL33145
3200 DUTTON #322
SANTA ROSA, CA
95407.001
FEMALE I _
ITEM
NO.
DESCRIPTION
OTY.
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
U�JIT;,. �,
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
21
SLINGS, RSI
2
NO BID
0.00
NO BID
0.00
22
HARNESS, NFPA, SML.
2
165.00
330.00
115.00
230.00
23
HARNESS, NFPA MED
4
165.00
660.00
115.00
460.00
6*i.00
24
HARNESS, NFPA LARGE
8
165.00
1320.00
115.00
920.00
25
HARNESS, FULL BODY
4
85.00
340.00
175.00
700.00
1.
8.00
-AP
NO BID Nf b,00
$4G,Q0 1250-'00
26
BAGS, ROPE
4
74.00.
510.00
296.00
1020.00
20.00
80.00
27
28
EDGE ROLLER
BOOKS, LARGE ROPE
2
8
117.001
7
29
SKED BASIC SYSTEM
2
4
-
12
30
LONG BOARDS W/ STRAPS
31
BACKWARD STRAPS
32
MILLER BOARD
33
STOKES STR. STNLSS
2
34
STOKES STR. WHEEL
2
605.00
1210.00
35
STOKES STRETCHER
2
NO BID
0.00
36
DROP BAGS 80'
2
49.00
98.00
37
LIFELINE 20'
4
19.00
76.00
15.20
60.80
38
KERN MANTLE ROPE 70'
2
65.00
130.00
52.50
105.06
39
ROPE CUTTING GUN
1
49.00
49.00
119.00
119.00
PAGE 2 TOTALS
1951.001
2313.001
919.70,
3060.86
$PG RAND TOTAL
18520.00
Page 2
w
W7
ITEM:
DEPARTMENT:
TYPE OF PURCHASE•
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED•
FUNDS:
BID
TABULATION:
BID
EVALUATION•
AWARD OF BID
Bid No. 94-95-109
Various Shelter Systems
Fire -Rescue
Single Purchase
To enhance the Urban Search and Rescue
Task Force capabilities.
11
1
Capital Improvement, Account Code NO.
802801-840, Project No. 313825
SEE ATTACHED
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
11
1
4
0
0
0
4
0
• 1
0
0
0
1
0
2
0
0
0
2
0
1
0
0
0
1
0
7
1
0
0
• -
1
95- A4'7
Reason(s) for NOT awarding to local vendor:
Local vendor was not the lowest most responsive and responsible bidder
j RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO
ALANIS, INC. AN AFRICAN AMERICAN/DADE COUNTY
VENDOR AT A TOTAL PROPOSED ST $18,520.00.
CHI oDProc remen Officer
S
ate
J
SiD SECURITY LIST
-----------------
DID ITEM: VARIOUS RESCUE EQUIPMENT AND SUPPLIES
DID NO- t 94-95-107
DATE SIDS) OPENED: APRIL 10, 1995 10:30 a.m.
--_----------------------------------------------------
lr _
TOTAL DID_3OND_Sorj.
]BIDDER DID AMOUNT CASHIER'S CHECK
AMFAK, INC.
--
See attached bid
I ---- - - - ------ - --- ----
SMIT
ALANIS, INC.
ilnie. All
received timely as of the above
mening date and
other ofters --ua:az.;e
are hereby re°ectad
- .—nny,
--------
---__
--=--�-----
—
---------�---
-------------- ---
�.��----------�
-----------------------
--- ------------- -------
---------------
---------------
-------------------------
------------
----------------
----------
--------------------
-------------
------ --------_---
------------
- --------
- ------
--------------
- -----
- -- - --------- -
- -----
----- - -------
---- - ----
-------------------
// received (19 ) envelopes on behalf of
(Person raceivinjbids-)
GSA/SOLID WASTE -PROCUREMENT DIVISION an
(City Department) ---
__ 1
SIGNED:
D ___ —
�_`_y-��
( putt' _ City Clerk)-------
;.
Cl1`',
r, c
LEGAL ADVERTISEMENT
ICJ
BID No. 94-95-107
Sealed bids will be received by the City of Miami City1ClerR at
her office located at City Hall, 3500_.Pan American Drivlea, Miami,
Florida 33133 not later than. 1030 a.m. April I10 1995 for the
furnishing of `VariousRescue Equipment & Supplies 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. 10062, 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. 1990)
Cesar H. Odio
City Manager
11(
"- City of Miami.
REQUISITION FOR ADVERTISEMENT ahis ppear nber
t„emust
advertisement.
INSTRUCTIONS: Please t ype and attach a cogy of the a& i t
1 -Department:
2. Division:
3/21 95 GSA/PROCUREMENT (FOR)
FIRE --RESCUE
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
280190/287
❑ Yes ® No
JENNIFFER MILLER.
6. Size of advertisement:
7. Starting date:
8. Telephone number:
LEGAL
PM. CH 24, 1995
575-•5174
9. Number of times this advertisement is to be
10. Tye of advertisement:
published: 1.
Legal ❑ Classified ❑ Display
11. Remarks:
BID NO, 94--95-107
12.
Publication
Date(s) of
Advertisement
invoice No.
Amount
MIAM1 REVIEW
MIAMI TIMES
DIARIO LAS Ah1ERICAS
-.—Yc
03
.J
Ol
13.
❑ Approved
❑ Disapp'roved -"
1Z/-
(jeodrtment Director/Designee Date
Approved for Payment Date
'C GS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Mananementl and retain Pink nnn
uw i nine i wN: wmie - u.s.A.; canary - Department
5
�I