HomeMy WebLinkAboutR-95-0733J-95-826
10/26/95
RESOLUTION NO. 9 33
A RESOLUTION BY A 4/5THS AFFIRMATIVE VOTE OF
THE MEMBERS OF THE CITY COMMISSION, AFTER A
DULY ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING, AND CONFIRMING THE CITY MANAGER'S
EMERGENCY ACTION IN AUTHORIZING THE
PROCUREMENT OIL' HAZARDOUS MATERIAL MONITORS
FROM SAFECO, INC. AND SAFETY EQUIPMENT
COMPANY, IN THE AMOUNT OF $8,026.00; RADIO
REPEATERS AND SOFTWARE FROM MOTOROLA, INC.,
IN THE AMOUNT OF $10,681.00; AND A FIBEROPTIC
SEARCH SCOPE FROM OLYMPUS AMERICA, INC., IN
THE AMOUNT OF $17,204.00, FOR THE URBAN
SEARCH AND RESCUE TASK FORCE OF THE
DEPARTMENT OF FIRE -RESCUE; ALLOCATING FUNDS
THEREFOR, IN THE TOTAL AMOUNT OF $35,91.1.00,
FROM CAPITAL IMPROVEMENT PROJECT NO. 313825,
ACCOUNT CODE NO. 802801-840; FURTHER,
RATIFYING THE ISSUANCE OF PURCHASE ORDERS FOR
SAID EQUIPMENT.
WHEREAS, the Department of Fire -Rescue required various
items for the Urban Search and Rescue Task Force on a priority
basis in order to be operational during the current hurricane
season; and
WHEREAS, sealed bids were received for the above items and
purchases were made, in accordance with procurement procedures,
from the lowest responsive and responsible bidders; and
WHEREAS, funding for said acquisitions was available from
the Capital Improvement Project No. 313825, Account Code
No. 802801-840;
CITY CONT.FVIISSION
MEETLUG OF
O C T 2 6 1995
Resolution No.
95,- 733
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. By an affirmative vote of 4/5ths of the
Members of the City Commission, after a duly advertised public
hearing, the City Manager's emergency action in authorizing the
procurement of hazardous material monitors from Safeco, Inc. and
Safety Equipment Company, in the amount of $8,026.00; radio
repeaters and software from Motorola, Inc., in the amount of
$10,681.00; and a fiberoptic search scope from Olympus America,
Inc., in the amount of $17,204.00, for the Urban Search and
Rescue Task Force of the Department of Fire -Rescue, is hereby
ratified, approved and confirmed, with funds therefor hereby
allocated, in a total amount of $35,911.00, from Capital
Improvement Project No. 313825, Account Code No. 802801-840.
Section 3. The issuance of purchase orders for said
equipment is hereby ratified.
Section 4. This Resolution
immediately upon its adoption.
-2-
shall become effective
95- 733
PASSED AND ADOPTED this 26th da
ATTEST:
�G
October
1995.
Maels
/J�X
J. F
CITY CLERK/
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORNE
APPROVED AS TO FORM AND CORRECTNESS:
A. Q NN 4)bN S, III'
CITY ATTO Y
W330:csk:BSS:ROD
.3
95- 733
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM *5
TO The Honorable Mayor and Members DATE C CT I FILE
of the City Commission
SUBJECT Ratification of Emergency Procurement
for Bid Nos. 94-95-165,94-95-178R,
94-95-162
FROM CesalVr
REFERENCES
City
ENCLOSURES
RECOMMENDATI
It is recommended that a resolution be passed ratifying, approving and confirming tite City
Manager's emergency action in authorizing the award of bid for the purchase of fiberoptics from
Olympus America, Inc. a non-minority/non-local vendor at a total cost of $17,204.00, radio
repeater and software from Motorola, Inc. a non-minority/non-local vendor at a total cost of
$10,681.00 and ail sampling monitors from Safeco, Inc. a non-minority/Dade county vendor at a
total cost of $8,026.00 for a total proposed amount of $35,91 1.00. Funds are available from
CIP Project 313825, Account Code No. 802801-840.
BACKGROUND:
Sealed bids were received for the above items to be used by the Urban Search and Rescue Task
Force, and award is recommended to the lowest responsive and responsible bidder. The City of
Miami Department of Fire -Rescue on behalf of the South 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 equipment will not only enhance the capabilities of the South
Florida Urban Search and Rescue Task Force to respond to disasters, but increase the local
capabilities of the City of Miami Fire Rescue Department.
95- 733
SENT BY :CITY OF M I ANI I ; 8-24 - 95 1: 01 PM ; CITY MANAGER ' S OFF. -FIRE CHIEF OPP I CE
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Cesar H. Odio DATE: August 14, 1995
City Manager SUBJECT :
Request for Emergency
w Procurement USAR Team
FROM : '' MtfERENCES
e z
Director, Department of Fire -Rescue ENCLOSURES
1 am requesting that you approve emergency procurement procedures for the acquisition of:
Bid # 94-95-162 Hazardous Material Monitors
Bid # 94-95•-178R Radio Repeater and Software
Bid # 94-95-165 Fiberoptic Search Scope
Be advised that our USAR team has requested these items on a priority basis in order to be
operational during the current hurricane season. As you aware, the current season will run
through November. Having this team operational will be a great advantage should we have the
misfortune to be struck by a catastrophic storm.
As you can sew, these items have been formally bid. I am requesting your permission to award
these bids subject to ratification at the next available Commission Meeting. I sincerely
appreciate your consideration.
Approval
Cesar ff. Odio - -
TJ:bw
95- 733
RATIFICATION OF AWARD
BID NUMBERS 94-95-162
94-95-178R. 8z 94-95-165
ITEM: Hazardous Material Monitors, Radio Repeater 8x
Software, and Fiberoptic Search Scope
DEPARTMENT: Fire Rescue
TYPE OF PURCHASE: Single Purchases
REASON: To provide rescue assistance in the event a major
disaster occurs.
FUNDING ALLOCATION: CIP Project No. 313825, Account Code No.
802801-840
RECOMMENDATION:
IT IS RECOMMENDED THAT AWARD BE MADE TO OLYMPUS AMERICA A NON-
MINORITY/NON-LOCAL VENDOR IN THE AMOUNT OF $17,204.00, MOTOROLA, INC.
A NON-MINORITY/NON-LOCAL VENDOR IN THE AMOUNT OF $10,681.00 AND
SAFETY EQUIPMENT COMPANY A NON-MINORITY/DADE COUNTY VENDOR IN THE
AMOUNT OF $8,026.00 FOR A TOTAL PROPOSED AMOUNT OF $35191 1.00.
(1hief Procuremen ffic9_
�G�'9-
D'ate
CiTv OF FLORiDt-
INTER-OFFICE MEMORANDUM
TO Walter Foetnan DATE October 4, 1995 FILE
City Clerk
SUBJECT Emergency Procurement
USAR Team
of C. Gimenez, Director
FROM REFERENCES
te artment of Fire -Rescue
ENCLOSURES
Please make arrangements to publish a Notice of Public Hearing for discussions
pertaining to ratifying the City Manager's written finding that a valid emergency exists in
the Department of Fire -Rescue concerning items to be ordered to be operational during
the current hurricane season and authorizing the City Manager to accept the lowest
responsive and responsible bids from Olympus America, Inc., for fiberoptics at a cost of
$17,204, Motorola for radio repeater and software at a cost of $10.681 and Safety
Equipment Co. and Safeco, Inc., for air sampling monitors at a cost of $8,026 for a total
cost of $35,911.
The public hearing has en scheduled for
Approved:
Elva Gallastegui
- Agenda Coordinator
TLJ/acp
i
95. 733 �
CITY OF MIAM1, FLORIDA
NOTICE OF PUBLIC HEARING
A public hearing will be held by the Commission of the City of Miami, Florida on
1995 at 9:00 a.m. in the City Commission Chambers at
City Hall, 3500 Pan American Drive, Miami Florida for the purpose of hearing any
objections from any interested parties affected by the ratifying of the City Manager's
written finding that a valid emergency exists in the Department of Fire -Rescue
concerning items to be purchased from Olympus America, Inc., for fiberoptics at a cost of
$17.204. Motorola for radio repeater and software at a cost of $10.681 and Safety
Equipment Co. and Safeco. Inc., for air sampling monitors at a cost of $8,026 in order for
the South Florida Urban Search and Rescue Team to be operational during the current
hurricane season and authorizing the City Manager to accept these lowest responsive and
responsible bids in an amount not to exceed $35,911.
All interested persons are invited to appear and may be heard concerning this matter.
Should any person desire to appeal any decision of the City Commission with respect to
any matter considered at this hearing, that person shall ensure that a verbatim record of
the proceedings is made, including all testimony and evidence upon which any appeal
may be based.
r
Walter Foeman
City Clerk
Miami, Florida
85-- 733 �
:D NO. s 9y_95 _1 781x,--- —--------------- —.. ----__----- -
TE DID(S) OPENED. _ JULl 26* 1905 10:30 t_m----------------------------
TOTAL RID DOHD_jgEj
1rDDER DID AHOTPT CARHfERMS_CHECK_--
,A!*1A ELECTRONICS CORP. -
Sce at-Laclied bid
—.-- ------ -
,10'1'0I:0LA
�3'.!7'r �,fli. L`�
t rrofk,rs f"-w"l t�i ,? .�?:. 1f_�C j'�-�:`r
�.J� ter'•-.1 1,..� �!'n
_.:2,
.�.
7 r
cre hood) Ti';C:. il�C1 i-.:, la-:^.
.pw Ns-Ya w-Y----
-Y -----Y-YY---Y----
t
NYY-Y-Y-YSY-w
ft•-Mo---Y-Y-Y-MY-Y
1
---------.----
�
--YMY---------------
-- ------------------------
t /2� -
r�ceivnd (,d-) envelopes on behalf of
(Parson races ivibids )
_GSA/SOLID WASTE-P_ROC_U_R_E_M_ENT__DZV_ISION _w----an -_--��l�D �0---------
(City Department)- --
0
SIGNED: -- -------
tout► Ci Clark)
0
LEGAL ADVERTISEMENT
BID NO. 94-95-178R
Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan
American Drive, Miami, Florida 33133 not later 10:00 a.m. July 26P 1995 the
furnishing of a Portable Repeater and Software as or equal to Motorola for the Department
of Fire -Rescue's Urban Search and Rescue Task Face.
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 (11) 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 prinlary 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.
The City Manager may reject all bids and readvertise.
(Ad No. 2041)
b-
Cesar H. Odior-71
City Manager
'U 'C
1- 7
t
City of
REQUISITION FOR
Miami
ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type and attach a copy of the advertis n nt with this reaui§ijsn.
1. Department:2.
Division:
3. Account Code number: 4. Is this a confirmation:
❑ Yes ❑ No
6. Size of advertisement: 7. Starting date:
5. Prepared by:
8. Telephone number:
9. Number of times this advertisement is to t 10. Type of advertisement:
published: [] Legal ❑ Classified ❑
Display
11. Remarks:
12.
Publication
G.S.A. Pr c
r m ni Management
E ONLY
Date(s) of
Advertisement
Invoice No.
Amount
1
r
f
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
��—
Date
C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
ULlI nluv 11W 1. IIl0 - V.J.I1.1 40.lwy - llOp—t—Ulll
ITZH t AIR sn1111 il-- -- rot;5_....__.,..__---_.-_- r.,.,----.,..._.__...---..__......--
► 50. s g4-95-1(f2—________�.__.�_____._____�._______.._________
E DID ES) OPENED. JUN1; �(-I�Ic�' --- I I 00 u.��.n-----...__-_--__....,._.,.......__-_----___
TOTAL RID UOND_211
BIDDER DID AHOUNT CASHIER I E�CHECK__—�
AFGCO INC.
See attached bid
�_ _----_--
;AFETY EQUIPMIXI' CO.
h'e ru ce i ved an l.v
sent to I r.ocuerZ2i
onC ol)v o f tlic bid which was
ent �)ePi1rtmcnt
aO BID
�TEC ASSOCIATES, INC.
EVANS ENVIRONMENTAL SERVICES
TILE BARKIN CO.
r. — --
— — — — — — — — —
I
----
-----------L
►
------- _------
-------------------
- -- ---
- - -
— - - - - - -
----------
- - --------
" an behalf of
(Parson receiving bids)
SSA/SOLID WASTE -PROCUREMENT DIVISION __on .lz� � �y5 _ '-�-------------- ...--- --------------_.__�..
(Cit7 Department)
LEGAL AIDVERTISENIENT
BID NO. 94-95-162
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 than 11:00 A.M
JUNE 26. 1995 for the ftirnishing of Air Sampling Monitors for the Department
of Flre-Rescue`s Urban Search and Rescue Task Force.
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. voiw.ime of all expenditures for all good and services to Black,
Hispanic and Women Minority Business Enterprises on ail 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(11) 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
1 10 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.
The City Manager may reject all bids and readvertise.
(Ad No. 2035 )
Cesar H. Odio
City Manager
City of Miami
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
,INSTRUCTIONS: Please Upe-and
attach a copy of the advertisement with this reguisition.
1. Department:
3. Account Code number:
Division:
4. Is this a confir.mation: 5. Prepared by:
Yes El No
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
10. Type of advertisement:
11. Remarks:
12.
Publication
G.S.A. (Procurement Manaaernent)
USE ONLY
Date(s) of
Advertisement
Invoice No.
Amount
13.
El Approved
Disapproved
Department Director/ besigne' e Date
Approved for Payment
Date
503 Rev. 12/89
Routing: Forwa-rd White and G . anary to G.S.A. (Procurement Management) and retain Pink copy.
"='""w"'^^"' ~'^~ ' ~~~` ~~~~x ' ~~,~^'~~^
NO. s 94N95 165----..._._---...._-.....,--------.,.._-----------------
BIDS) OPENED: __ JULY 12, 1995-___ 11:00 i.m.
TOTAL DID 30ND_Jo r j
BIDDER DID AWOUNT CAHHIRRIS_CHECR_--
1]a lP1iS AAMIa Ci AN 1:NC__-,_,__---__-
JO BID
See att:ICIW.d Llid
------
--
_�._- ----_
CI:Nh CAMERA
)IVERSIFIED
AAF,llEL PHOTO SUPPLY
-.1.; ... .. ... .. ..
C,.li:', �,:`•.:.. ._ ,:�'SiMi';; A: TC: •::..,..
is i.� ...... ,_
.-'�"
-----------=--------------
I
--------------------�
iC,���rr received () ®ate®lop®n an behalf of
`parson reN wing bidet)
3SA/SOLID WASTE -PROCUREMENT DIVISION on /:2 - %S
-------------
(Cite Dapart>oQat)------------------ ---------
SIGNED: — —� � -------------
( put' Cit Clark)
LEGAL ADVERTISEMENT
131D N_ 94- -1-65
i
Sealed bids will be received by the City Clerk at her office located at City Hail, 3500 Pan
American Drive, Miami, Florida 33133 not later 11.00 a.m, luly 12, 1995 the
furnishing of an Industrial Fiberscope as or equal to Olympus Model No. IF 1 1 C5-30 and
Accessories for the Department of fire Rescue's Urban Search and Rescue Task Force.
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 1 10 percent of the lowest other
responsible and responsive bidder.
The city reserves tale 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.
The City Manager may reject all bids and readvertise.
M
(Ad No.2028) rn
RE F" P5/ P (a f
'95 JUL 12 All :0 l�
WALTEP J FOEiMAfv
CITY r ERK,
CITY �l a
City of Miami
This number must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: Please tyge and attach a copy of the adverlisen-lent with thi§ reauisition.
1. Department: �?.
Division:
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
Yes No
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
10. Type of advertisement:
published:
F1 Legal El Classified El Display
11. Remarks:
NO.
12.
G.S.A. (Procurement Manauementl
USE ONLY
Date(s) of
Publication
Advertisement
Invoice No.
Amount
.Hiain-4 Rev icv
Miand. Times
---D-*La3--.io Lis Americas
Em
-�j
13.
El Approved
❑ Disapproved
Department Director/ Designee Date
Approved for Payment Date
rGS/PC 503 Rev. 12/89 Routing: Forward White and Canary
to G.S.A. (Procurement Mananprnpn6 and stain Pink r-nnu
DISTRIBUTION: White - G.S.A.; Canary - Department