Loading...
HomeMy WebLinkAboutR-95-0482J-95-620 06/27/95 Yt�,51j RESOLUTION NO. 9 5_ 482 A RESOLUTION ACCEPTING THE BID OF MIAMI DISCOUNT TOOLS FOR THE FURNISHING OF VARIOUS BITS AND BLADES FOR THE DEPARTMENT OF FIRE - RESCUE AT A TOTAL PROPOSED AMOUNT OF $5,679.45; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 313825, ACCOUNT CODE NO. 802801-840; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received June 5, 1995 for the furnishing of various bits and blades for the Department of Fire -Rescue's Urban Search and Rescue Task Force; and WHEREAS, invitations for Bid No. 94-95-146 were mailed to twenty-seven (27) potential bidders and three (3) bids were received; and WHEREAS, said 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, funds for said purchase are available from the Capital Improvement Program (CIP) Project No. 313825, Account Code No. 802801--840; and CITY COMMISSION NEETIMG OF J U L 1 3 1995 Resolution No. 95- 482 �z a WHEREAS, the City Manager and the Director of the Department of Fire -Rescue recommend that the bid received from Miami Discount Tools be accepted as the lowest responsive and responsible bid; 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 June 5, 1995 bid of Miami Discount Tools for the furnishing of various bits and blades for the Department of Fire -Rescue at a total proposed amount of $5,679.45 is hereby accepted, with funds therefor hereby allocated from the Capital Improvement Program (CIP) Project No. 313825, Account Code No. 802801-840. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 13fh day of July , 1995. STEPHEN P. CLA K, MAYOR ATTEST: WALTER J. FOZMW CITY CLERK r CITY OF MIAMI, FLORIDA ' INTER -OFFICE MEMORANDUM CA=3 To ` The Honorable Mayor and Members DATE JJq 2 9 1995 FILE of the City Commission SUBIECT :aid Evaluation aid#9495146 FVI REFERENCES: WN Ces City er ENCLOSURES: RECO1V NMNDATION: It is recommended that a resolution be passed permitting the South Florida Urban Search and Rescue Task Force to purchase various bits and blades from Miami Discount Tool, 10890 SW . 186 St. Miami, FL 33157 a non -minority vendor at a one-time cost of $5,679.45. BACKGROUND: 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 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. Amount of Bid: $5,679.45 % of Cost Estimate 100 Cost Estimate: $5,679.45 Source of Funds: CIP Project 313825, Index Code: 802801-840 Minori1y Representation : Bidder selected is a non -minority 95- 482 C%4151 w ,CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO' Chief Procurement Officer DATE :June 12, 1995 FILE ; Procurement Office Sua,ECTBid Evaluation ` Bid #9495146 FR REFERENCES dDi Gimenez ctor, Fi re -Rescue Department ENCLOSURES: This department has verified that funding is available to cover the cost of items 4,9,10,17 & 18 of the subject purchase in the amount of $5,679.45, from the South Florida Urban Search and Rescue Task Force Aquisition Fund CIP #313825 Account Code Number 802801-840. BUDGETARY REVIEW AND APPROVAL BY: MManohar S. Surana, Director Budget Department CAPITAL PROJECT REVIEW: 8du#do Rodriguez, Director Asset Management & Capital Improvements 95- 482 nh; t;� 9495146.XL5 TABULATION OF BIDS FOR: Various Bits and Blades SUGGESTED VENDOR: BID # 949514e- DATE., VENDOR A VENDOR B VENDOR C VENDOR D VENDOR ,OR NAME: IMA Tool I Miami Discount Tool "Southern Tool and Eq ,OR ADDRESS - 7200 NW 56 St. 10890 SW 186 St 4300 NW 72 Ave Miami, FL 33166 Miami, FL 33157 Miami, FL 33166 RITY STATUS? non -minority non -minority female J I UNIT I UNIT UNIT77-- I UNIT UNIT -F- DESCRIPTION I QTY. I PRICE FAIL PRICE TOTAL I PRICE TOTAL PRICE I TOTAL Blades 7 1/4" 1 12 1 5.951 71.4 19.5 234 21.05 252.6 Drill Bits 1/16"to 112" 1 set 35.35 35.35 69 69 32.48 32.48 Drill Bits 1/4"to 5/8" 1 set 11.45 11.45 13.25 13.25 10.3 10.3 Drill Bits-3/8w to I" I set 12.45 12.45 9.95 9.95 12.81 12.81 Drill Extension 1 set 5.4 5.4 3.15 3.15 5 5 Blades 6" 10 7.7 77 10.55 105.5 no bid Blades 10" 10 14.821 148.2 17 170 no bid Blades 6" 1 10 1 7.71 77 8.95 89.5 no bid Blades 12" 1 10 1 14.821 148.82 11.4 114 no bid Blades 14" diamond 1 20 1 319 6380 276 5520 150 3000 Blades 14" 1 8 Ino bid 62.5 500 47.53 380)1.24 Blades 14" 1 40 1 4.67 186.8 6.65 266 36.7 1468 Blades, hacksawsl 3 1 9.55 28.65 10.8 32.4 no bid Blades hacksaw - -1- 5 9.551 47.75 10.8 54 no bid Adapter, "B" taper 12 13.931 27.86 15.65 31.3 14.34 28.68 adapter, SDS 2 35.31 70.6 39.6 79.2 14.34 28.68 pit; chisel 12" 2 13 26 7.61 15.2 13 26 -cold At, cold chisel 18" 2 15.1 30.2 10.15 20.3 15.56 31.12 4 23.8 95.2 26.75 107 24.53 98.12 Adapter, cor bit 2 38.7 77.4 43.4 86.8 38.74 77.48 -AG--ESUBTOTALS: 1 7557.53 7520.55 5451.51. 3UGFG-ES-TED VENDOR: - ........................................... SUGGESTED...VENDOR: B Page 1 9495146.XLS TABULATION OF BI Various Bits and Blades --- J BID,#, 9495146 - VENDOR D VENDOR E VENDOR A VENDOR E VENDOR C iOR NAME: IMA Tool Miami Discount Tool Southern Tool and Eq iOR ADDRESS:_ -RITY STATUS? --� - UNIT UNIT UNIT UNIT UNIT ' DESCRIPTION I QTY.1 PRICE TOTAL PRICE I TOTAL I RICE -FTOTALj PRICE I TOTAL I PRICE TOTAL Extension 7 1/2" 2 37.15 74.36 41.65 _ 83.3 38.25 76.5 Core Bit 2" 4 93 372 104.25 4171 95.75 - 383 - HOLE SAW KIT 2 75.3 150.6 84.4 -1-6-8.81 64.031 128.06 PAGE SUBTOTALS: 596.96 669.11 1 587.56 8154.49 8169.651 1 6039.071 1 A_ -1- iiii•-T'.:•i Ci:•/:Sn::iifni:::i1:•'C4iii:..iiiiiii: c Items 1,6,7,8,12-15,19-22 Items 4,9,10,1.7,18 Items 2,3,5,11,16,23 1 70. Page 2 AWARQF B I D Bid No. 94-95-14! ITE Bits ,and Blades DEPARTMENT:_,Fire-Rescue TYPE OF PURCHASE-. Single Purchase REASON: To enhance the Urban Search and Rescue Task Force capabilities. pO'T'EN'T'IAL BIDDERS: 27 BIDS RECEIVED: 3 ]EUNDS: Capital Improvement, Account Code NO. 802801-840, Project No. 313825 BID TABULATION: SEE ATTACHED BID EVALUATION; Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 27 3 MINORITY/FEMALE (M/F) VENDORS.......... 13 1 Within City limits .................. 2 0 Registered with City ................ 13 1 Black (B) Vendors ...................... 1 0 Located within City limits.......... 0 0 Registered with City ................ 1 0 Female (F) Vendors . ...... ............ 8 1 Located within City limits.......... 1 0 Registered with City ............... 8 1 Hispanic (H) Vendors. ............... 4 0 Located within City limits.......... 1 0 Registered with City ................ 4 0 NON MINORITY (NM) VENDORS .............. 14 2 Located within City limits.......... 3 0 "No Bids" .............................. - 0 / 95- 482 95- 482 EID-SECIIRI27 LIST BID ITUt BITSAND BLADES —lr—NNr—wrwr--wNN— w----------------------------------------------..—w--- 146 DID 90. s - Y—-95- ww—r s- r w.-----wNla--r— DATE BIDS) OPENED: w-- JUN 5�1995 --- - OO..------r------------,CNN----_N A. � TOTA EID-SOtYD osr BIDDER DID A%0IIPT CASHIER s CHECK--! SOUTHERN TOOLS & EQUIPMENTS Y!-l-lN-w-w--www MIAMI DISCOUNT TOOL & HARDWARE See attached bid -------------w lwww�MYNwIw-!YY_YNIYMw — wN IMA TOOL We received only sent to Procureme ne copy of the id wh ch was t Department `•soloffQrs from the vend�o�rws lliiisyttedd other offers submitted in response, ereiLn are the Oily to this solIcitatio offers, if any, ��udewaa�w�wnd+ rw"IiMw f-- N NwYwww—oww wNlN-N Ywwwaiw—�.wNww wMwwwwl-l-lwlw N--_ 7�-!_-N�►N--------- NPMI-N-wwp•Y NN-wNww-N N�wlwYl Yl--Y-w OwNN�A N-wwMYw-!!- lw.lplNOwNN-I-w`NYlrlwO�rwP-_Y �`r 1 wM-lwwlr MYN--OBI-r wN!-r_wrwN-rbr-------------w lww�lwwwwww-wN wMw9N-1 Ywww-iwlYw!!w M�l^Nww! N-www--lwwYww • YNwwoli-N-NO-- lww1M !- NwwYw�wq�N/M��� rrrw//-lNNNw-wN --NNrl-w!! l---w—wN! NNNIwMwYw-!!w-ww _Nw-w.gw0- -N! NNw-w---l-- NwY-NN'wwMYwww�w wNww-wwwwMN .. -w NOMwNNw OwwwY- ---NowMN lwlwww-wM-w w Nowww—w wwlONw Nw NwNwlAlw N-wY . rwwwr wwwisw-lw-lwwwMNw- _w wswwwwwww '-----w-wr--lrMww_wwwwwww-! MMwwwwwN�lww Nrwiw-NMw� sMw�Nwwiwi�rNwwwwwwN lwwMwwY---------- Nwr V441 _ roeoi�e8 ( ) •aeoloDaa on behalf of es a s Ca a da) A/SOLID WAS -PROCUREMENT DIVISION on --------- -- ---- -------------"'- (City Department) -- SIGNS : w—rww !s!wl—r—wNw eputy City Clark) Ll LEGAL ADVERTISEMENT {, 15I1) NO, 94-95-146 Sealed bids will be received by the City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later 10=00 a.m. .dune '50 1.995 for the furnishing of Various Bits`and Blades far the Department of Fire -Rescue. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non 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 good 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 located at 300 Biscayne Blvd. Way, Suite 210 (305) 579-6845. 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 chart 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. c) i� J The City Manager may reject all bids and readvertise.C- (Ad No. 2022) cc Cesar H. Odio City Manager fn W, City of Miami °�� ► `. I EG UISI`iION FQR ADVERTISENlENi .This numbbr,must t appear in .the" advertisement cement f 1 beji'�rtitti3nt: ` With this F�R� 'RESCUL� 2. Division: 3 A eiy t Cod be 4 is this a cunflrmaffoh; 5. Prepared by-.-87. Sixe of atliert$sement 7i Starting date BQCLAIR 8. Telephone number: i 9 Number of times this advertisement is'to,be iQ. Type of advertisement DBE ' , ' ublisNed ° Le ah - ❑ Cla sifted ' ❑• • Di Way i i ' x Bid. N0. 94-95=146' Bits and B1adeS a 12 Publication Dates) ,bf , ' Advertisement Invoice No. Amount M��AAS� 17EV,IEW I icis $ I n ((i ro T 1 9 i t,a , APproJed ' ❑ Disapproved. j Department Director/D`esignee Date Approved for Payment' Date, N i C GS/PC 503 Rev. 12/89 Routingg: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. {{" DISTRIBUTION: White - G.S.A.; Canary - Department-