Loading...
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