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-