HomeMy WebLinkAboutR-91-0216I. C
J-91-192
3/6/91
RESOLUTION NO. 9 1 - 216
A RESOLUTION ACCEPTING THE BID OF SAULSRURY
FIRE EQUIPMENT CORPORATION FOR FURNISHING ONE
(1) HAZARDOUS MATERIAL RESPONSE VEHICLE TO
THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION
SERVICES AT A TOTAL PROPOSED AMOUNT OF
$390,334.00; ALLOCATING FUNDS THEREFOR FROM
CAPITAL IMPROVEMENT PROJECT NO. 313234,
ACCOUNT CODE NO. 289401-840; 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
received January 14, 1991 for the furnishing of one (1) hazardous
material response vehicle to the Department of Fire, Rescue and
Inspection Services; and
WHEREAS, invitations were mailed to seventeen (17) potential
suppliers and one (1) bid was received; and _`
WHEREAS, funds for this purchase are available from Capital
Improvement Project No. 313234, Account Code No. 289401-840; and
WHEREAS, this equipment will be used as the new hazardous.
material response vehicle and will be a direct replacement for
the twenty-six year old vehicle currently used to support the
Department of Fire, Rescue and Inspection Services hazardous g'
material response program; and
WHEREAS, the City Manager and the Fire Chief recommend that
the bid received from Saulsbury Fire Equipment Corporation, a
A
non -minority firm, be accepted as the only responsible and
responsive bid;
j
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY '
OF MIAMI, FLORIDA:
flj
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference i
thereto and incorporated herein as if
Section.
Section 2. The January 14, 1991
bid of Saulsbury Fire
{t
Equipment Corporation for furnishing one
(1) hazardous material
response vehicle to the Department of Fire,
Rescue and Inspection
Services at a total proposed cost of
$390t334.00 is hereby
accepted,with funds therefor being hereby
allocated from Capital
.E
Improvement Project No. 313234, Account Code No. 289401-840.
Section 3. The City Manager is
hereby authorized to
'•
instruct the Chief Procurement Officer to
issue a Purchase Order
for this equipment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th day of
March , 1991.
e
XAVIER L. SU EZ, MAYOR
Sib t1t i'f Li Sf µ..
Hazardous Materials Response Vehicle
aa.taaran.—al:wr.irrtr.asar+r.+�wrrrrw.+r�..rrrlr.�.r.r�rm.,rrrr..w.r.r.lr.f+.ar.rar�rwra�r+uwl�sraralr ;
Department of Fire
Y.rf1.Y►.rw�.rr,r.Ylr.w�i. --------.r "Ibis Y
90-91-043
•rw---r—rc ac—r.il:.tt.at-tr--t.ri.r—��Y'r is i:..ar alWwr—.r Yr—ri►arrsriiY. aG �ii—iii•, ii.Obi.ii�iil$I.
bltb l)t OpSNBbt - tanuarjrl4, 1991 ... 2 30 P m---. -,.1...-----.......-..-.,:1>..��.�-_��.,�.
TOTAL.
Ntbbsx 11D AMOUNT CASI3iElt I S_CHNCI.....
Saulsbury Fire Equipment Corp.e
-Fire E Equipment ,.._-t..�.t.
r-------- tract--..
only received
A� to nv ronte
----------r_—_—_r----rrrr
n c�opY of sam .:which was
to5erv�e�.�.�8�.one�o�.�.D.�Ya.
-------------
-------------
------------_----------
•
----------------------r.—I
w—�Yi--YID----------
--------------
------------------------------
------
--M—�..------
N
r—----------- ---
----
------------------
------N
--------------------- —
-------- —
--
------------------------
---------------------
-------------
'--------------
1
----------------------------------
Dowling Fire EQuipment, Inc.T.inpnr
11]L�-------------L-------------
/
----------------------
Custom Vehicles
Young Technologies Group, Inc.
rn�ian.---------------
----------
----------------------
Brown Diesel Center Inc.
------
--------- ---------------------------------------
---------------------------------------------------------
-------------------
--- ------
----------------
---------------a:-_--
---------------
--------------
-
-G-T -
- -----
-----�.------
-------------
---..--------
-------------r_------
------------------,�--
'i
o
received ( ) envelopes on behalf of
(E*rson reteiviag bids)
Environmental Services procurement Division on
(City Department)
TP,
+RECEIVED
LEGAL ADVERTISEMENT i'320 DEC '1 I Pa 3: 32
DID-_ NO, 90�-91.-043
AI Y
CITY t l( !
t�F_ , r i ;-M1, PILL,,
_
Sealed bids will be received by the City
of Miami City Clerk at
her office located eric
ive Miami, Florida
33133 not later thananuary
=Pneavy-MuCy
, for the purchase
of one (1) custom bumaterials
response
vehicle for the Department of Fire,
Rescue and Inspection
Services.
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. 10538 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 i
and who are not registered with theCity as minority or women
vendors are advised to contact the City
of Miami Minority/Women
Business Office, 1390 NW 20th Street,
Second Floor, Miami,
u
Florida 33142; Telephone 575-5174.
Detailed specifications for the bids are
available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second t
Floor, Telephone 575-5174.
i
_
(Ad No. 4 1_7 )
R
-
A
�}
Cesar H. Odio
City Manager
3;
:a
y�
f
i
. �irE"OYR`
> < r x
i
wpm wvl!�7
NCEIVED
'
a
A SITIO FOA AMAT
'I` is nurilib r MUM '
f,A
1 I M bilF the sdvrisYtt�
t u'teme 1�*rr�on
1fnt� 1'.S.)
,
w
�3 v,
IA 'Y HIRA
,
1f3l9U "
CLERIC
W
5'15�, 5174 Alf I
rjHiON ,
3
.
V 'Y Mari z
Pa'go b
t
one )
t,1
' ;
its `fh 8tt9hed z�idverctsbme
t
(numbet of times)
X
f
> d itseftnt lagsl
classified display
�'
`Le
Dcember12•
eStartlng date
1990�as
�ihst46er Ws of advaartisement:
i
Bid- No..- 9,0,--91-043 a Sealed-' bias -;will _ be..
M. +
a zard4u
.. •w.
Niat,eridlis response
Vehicle
(og, en 1/ 14I, 1 }
iA DO NO'T TYPE BELOW THIS LINE. FOR USE
OF FINANCE DEPARTMENT ONLY.
DATE(Sj, QF:
j
2
i_INYL
CATION'.
ADVERTISEMENT'
INV(}110E
Miami fieview
i
�* u
11111
4 i".�
F5 -
t
F7
FS
'�
F9
,F10 j
F11
g
tF
' LANE`
f
3,$.'
`: .VOUCHER
DUE DATE'
YY `MM DD
Adv. Doc: Reference
VENDOR ;.'
INDEX
;s
BiECT
a,
1,7
18.
1 5
34 ' 39
42 45
50
51 56
,CODE
57
q
+
V
P
'
2-
0
2
I
2
8
7
Y: P. :121314115
DESCRIPTION . 36
64 DISCQU
72.'
,8 .
Y
Approved for Payment`
Alhite; Purchasing t Yellow - Finance
Pink — Department 4
e1'ow copy: Siftia Mendoza, City
Clerk' a Office �
P�rik Grapy: Aritza, Procurement
Management
TO:
The Honorable Mayor and Members
DATE - FILE
FEB 2 7 1991
of the ity Commission
SUBJECT Recommendation for
Resolution and Award of Bid,
No. 90-91-043 Hazardous
FROM
REFERENCES Materials Response Vehicle
CeaarH. odio
City Manager
ENCLOSURES:
RECOMMENDATION
It is recommended that an Award of Bid be made and a Resolution
be passed permitting the City of
Miami to purchase one (1) new
Hazardous Materials Response
Vehicle from Saulsbury Fire
Equipment Corporation, P.O. Box
690,, Tully, New York, a non -
minority vendor, at a one time cost of $390,334.00. This amount
includes all expenditures,
i.e. inspection trips and
miscellaneous equipment needed to
acquire the vehicle.
BACKGROUND
This vehicle will be utilized
as the new Hazardous Material
Response Vehicle and be a direct
replacement for the twenty-six
year old vehicle currently used
to support the Department of
Fire, Rescue and Inspection Services, hazardous response program.
Amount 2f $390,334.00
3L 21 Cost Estimate: N/A
Cost Estimate: N/A
Source 21 Funds: FY * 90-91 Capital
allocation Project No.
No. 289401-840.
Minority Representation: Bidder selected
vendor.
'Z
W
Improvement Project
313234 Account Code
[ i
O2tY Off' MtAMi, t+'i,QRlbh
p.6 Box 330100
P1k6CU"MEN' MARAGNMNNT ~� Mismi, VL 33 33»O 7Cf0
bIVISION TXLIPNONN NO. 9154174 �
BID NO. 90-►91-043
Erb SHEET
114PORTANT BID SHEET .AND HID ACKNOWLEDGEMENT MUST BE RETURNED IN
TR rbt.== IN THE ATTACHED ENVELOPE ;DENTIPIED BY BID - NUMBER,
[ TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL
NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS
ENVELOPE.
Terms Net 10 (Include cash discount for prompt payment, if any)
Additional discount of No Bid if awarded all items.
Warranty and/or guarantee: See Warranty Tab in Rid Book
State any variances to specifications (use separate sheet if
necessary) : See Clarifications
Delivery: 360 calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami Fire Department Garacre
1151 N.W. 7th Street
'Miami, FL 33136
Attn: Mr. Alan Savarese
In accordance with the Invitation to Bid, the Specifications, General Conditions,
Special Conditions, and General Information to Bidders, we agree to furnish the
Items) at Prices indicated on the attached Bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
Alan Saulsbury Pr2si.dent
Richard C. Saulsbury Secretary/Treasurer
David Carlton Plant Manger
(Please use the.back of this page if more space is necessary)
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned Bidder acknowledges that it has received a copy of Ordinance No.
10538, the Minority Procurement ordinance of the City o iami, and agrees to comply
with all applicable substantive and procedural p isio herein, including any
amendments thereto.
BIDDER: Saulsbury Fire Equipment Corpora. Sig r
(company name)
Print Name: Alan Saulsbury
ndicate if Minority Business: Date: January 14, 1991
[ ] Black [ ] Hispanic [ ] Women
FAILURE ID COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BIDS 3
i
Bid No. _ 90-91442
,r ftazardous Material Response Vehicle t
DEPAR'PM NT: Fire, Rescue and Inspection Services
TYPE, OF PURCHASE: Single Purchase
REN= The new vehicle will be a direct
-.
replacement for the twenty-six (26) _
year old vehicle currently used to
support the Department of Fire, Rescue
and Inspection Services' hazardous
response program.
POTENTIAL BIDDERS: 17
BIDS RECEIVED: 1
FUNDS: FY190-91 Capital Improvement Project
No. 313234, Account Code No. 289401-
840.
BID EVALUATION:
Bid
Invitations Bid
Mailed Responses
ALL VENDORS ............................ 17 1
MINORITY/WOMEN (W/M) VENDORS........... 0 0
Within City limits. ................. 0 0
Registered with City ................ 0 0
Black(B) Vendors ...................... 0 0
0
Located within City limits.......... 0
Registered with City................ 0 0
Female (F) Vendors ..................... 0 0
Located within City limits.......... 0 0
Registered with City ................ 0 0
Hispanic (H) Vendors ................... 0 0'
Located within City limits.......... 0 0
.,Registered with City ................ 0 0,
a
NON,MINORITY (NM) VENDORS .............. 17 1
Located within City limits.......... 0 0
"No Bids".. .. . .. .... - 7
... . ...... ..... . .
s
Reasons for "No Bid" were as follows:
1. Dowling Fire Equipment, Inc. - "No bid". r
'
2. Linear Dynamics, Inc. - "We regret unavailability to bid". z
3. Custom Vehicles - "We do not build this type of unit".
4. Southern Coach, Inc. - "We do not manufacture this item'.
_
5. Young Technologies Group, Inc. - "We do not manufacture this
type -.of vehicle".
6. Utilimaster Corporation - "Beyond our capabilities". t
7. Brown Diesel Center, Inc. - "We do not furnish this type of` .e
equipment".
RECO k]Q 4t3.; IT IS RECOMMENDED THAT THE AWARD BE ' r
MADE TO SAULSBURY FIRE 'EQUIPMENT
CORPORATION FOR A TOTAL PROPOSED =
_ AMOUNT OF $390,334.00.
.r
_ A . �/ss�e .ter
nt "_ 0... OttOa•r'
- - 9
t
t
._
r{'r
a91
te`',-_
Ft