Loading...
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