Loading...
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