Loading...
HomeMy WebLinkAboutR-91-0703J-91-772 9/24/91 " ' � I S 0 3 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF ORLANDO FIRE EQUIPMENT FOR FURNISHING 440 BACK SUPPORT/SAFETY BELTS FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE AT A TOTAL PROPOSED COST OF $13,229.00; ALLOCATING FUNDS THEREFOR FROM THE 1990-91 OPERATING BUDGET, ACCOUNT CODE NO. 421201- 075; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received July 22, 1991 for the furnishing of 440 back _ support/safety belts for the Department of General Services Administration and Solid Waste; and WHEREAS, invitations were mailed to eighteen (18) potential suppliers and one (1) bid was received; and WHEREAS, funds for this purchase are available from the 1990-1991 Operating Budget, Account Code No. 421201-075; and WHEREAS, these belts will be used by the Division of Solid Waste for the purpose of cutting down on the problem of back injuries that presently exist due to the nature of the work involved in lifting heavy garbage containers, to promote good safety conditions, and to insure productivity; and WHEREAS, the City Manager and the Director of the Department of General Services Administration and Solid Waste recommend that the bid received from Orlando Fire Equipment be accepted as the only responsible and responsive 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. CITY COMM II�ON Mid OCT 13 19% 91-- 70 3_. Section 2. The July 22, 1991 bid of Orlando Fire Equipment for furnishing 440 back support/safety belts for the Department of General Services Administration and Solid Waste at a total proposed cost of $13,229.00 is hereby accepted, with funds therefor hereby allocated from the 1990-91 Operating Budget, Account Code No. 421201-075. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this acquisition. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 3rd day of October 1991. ATT toa'�.' MATTY HIRAI City Clerk PREPARED AND APPROVED BY: RAFAk O. DIAZ Chief Assistant City ttorney APPROVED AS TO FORM AND CORRECTNESS: A ./ QUT Acting Ci ROD/pb/M2517 XAVIER L . S;JAREZ , MAYOR 91- 703 Ah t I SYD_SECVRITT_LIST I SID ITKKt BACK SUPPORT BELTS .rr...NlNrry.r.rr.ra►+rrrrrrrrrrrwrrrlrrrrrwrarrrrr�rrrrirwucr�r+- Nrr—r------ --rrrr—r.----------- --rr--- D I D N C. t 9 0- 91-12 5------------- �.---r-----rw..--rr--r---r—--rl— Nw r DATE BID ( S ) OPENED s N JULY 22, 1991 2 : 3 0 }ram • msrw--N--N--- - -r,-- —•• ------------------ TOTAL SID_SO_ND-fall • BIDDER BID All CASHIBR'8------CHECK —r--�.r—r—N---r SAFETY EQUIPMENT A.M.F.A.K. ----------- •ORLANDO FIRE EAUIPMENT --NN-N-w BRANCHES MEDICAL INC. --- C & B INDUSTRIAL SAFETY, INC. --rrrr--N—N—N rr—r_rN_—rr N—N----- ---------- NO BID: FIRE DEFENSE CENTERS NN ------------ C.J.C. IMPORT-EXPORT, INC. --N—lr—rN— See attached " ------------- " rNNr---rNN —NNr—NN " " ------------- —rNr—rrr ----- -------- — , INN----------r —Nrr —rN—N rr-- ---N----------rNN rN NrNNrrr—lrr..Nr rNrrNr----- NNr— rrNNIN --------rr—rrNNrN— -- --------------- — -- ---—=�-------- --------------- --------------- ------------ ----------- -------- received ( ) envelopes on behalf of CEsrsoa receivia` bids) GSA/Solid Waste -Procurement Division on (61t2 Department) "Y SIONIV LEGAL ADVERTISEMENT BID NO. 90_-91-125 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than __2:30 p.m. .Tu1y 22,.1991 for the furnishing of approximately 440 Sack Support Belts for the Department of General Services Administration and Solid Waste. 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. 10062, as amended, 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 and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 6824) White — Purchasing Yellow copy: Pink copy: 91 - 703 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CAm2 Honorable Mayor and Members DATE "` �, ^ ;� + FILE of the City Commission SUBJECT I Resolution Authorizing Award of Bid No. 90-91-125 A�e�M REFERENCES 440 Back Support/Safety Belts Cesar H. Odio City Manager ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution for the purchase of 440 Back Support/Safety Belts for the Solid Waste Division; to be awarded to Orlando Fire Equipment, a non-minority/non-local vendor, located in Altamonte Springs, Florida, the lowest responsible and responsive bidder in accordance with Bid No. 90-91-125. The total cost for this contract is estimated to be $13,229.00 in which funds are available from the City of Miami, Department of General Services Administration and Solid Waste 1990-91 Operating Budget Account Code No. 421201-075. BACKGROUND The Department of General Services Administration and Solid Waste has analyzed the bids received pursuant to Bid No. 90-91-125 for the purchase of back support/safety belts. These belts are needed to cut down on back injuries problems that presently exist due to the nature of the work involved in lifting heavy garbage• containers and also to promote good safety conditions and to ensure productivity. Orlando Fire Equipment, was the only responsible and responsive bidder at a cost of $13,229.00; and thus recommended for award. Amount of Bid: $13,229.00 Source of Funds: Department of General Services Administration and Solid Waste 1990-91 Operating Budget Account Code No. 421201-075. Minority Participation: Non -minority vendor. Attachments ' CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM J Judy S . Carter DATE August 21, 1991 Chief Procurement officer F'`` Department of General Services SU6_1EC BID 490--91-125 (440-BACK SUPPORTS/ SAFETY BELTS) APPROVALS =Rona Adrienne M. Macbeth REFEREN ES Deputy Director Solid Waste Division ENCLOSURES This department has verified available funding with the Departments of Finance and Management and Budget that funds are available to cover the cost of the subject bid in the amount of $13,229.00 Account Code Numbers: Operations - 421301-075, Code V"fr%rnvmon4 - All On _M7r'i _ FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVAL (IF REQUIRED) N/A Carlos Garcia Director Sergio Rodriguez Director Department of Finance Planning Department BUDGETARY REVIEW & APPROVED BY: i -I N/A Manohar Surana Director Frank Castaneda Director Department of Management & Budget Community Development 91-- 703 �r 1 SAM1, FLORIDA 4W P. Box 330708 ENT MANAGEMENT � 2��� , � I'L 33233-0708 _ ION BPHONE NO. 575-5174 BID. SHEET. (cont'd. ) BID NO.. _90-91_-1.25 TxPORT Nt BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED 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. 1% 10. Terms:NET 30 (Include cash discount for prompt payment, if any) Additional discount of 0 % if awarded all items. Warranty and/or guarantee: Guarantee and replace any belt because of defects in materials or workmanship. Delivery: 30 calendar days required upon receipt of Purchase Order. Due to required lettering. Delivery Point(s): As indicated in the S;Pr-ial Conditions 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 OFFICER(S): Ed Aleksa E.J. Aleksa President G.J. Aleksa, Sec/Treasurer a) List Principal Office Address: (Headquarters) 953 Sunshine Lane Altamonte Springs F1. 32714 b) List all other offices located in the State of Florida: 4701 S.W. 45th ST. Ft. Lauderdale, F1. 33314_ (Please use the back of this page if more space is necessary) MINORITY PROC"RRMRNT COMPL•TANCF The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: Orlando Fire Equipment Co. (company name) Date: 7-12-91 Signature: Print Name: Ed Aleksa Indicate if Business is 51% Minority -owned: (Check t= box only) BLACK f 1 HISPANIC f 1 FEMALE If firm has an existing plan, effective date of implementation:_ January 1987 If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance i10062 as amended. see Appendix I for sample. Bidder: Orlando Fire Equipment Co. Signature: (company name) 113 AWARD OI'r__,91D, '�'�� Bid No. 90i91-125 1: Purchase of 440 Back Support/Safety Belts DEPARTMENT: General Services Administration and Solid Waste TYPE OF PURCHASE: Single purchase REASON: To cut down on back injuries problems that exist due to the nature of the work involved in lifting heavy objects; to promote good safety conditions and to insure productivity. POTENTIAL BIDDERS: 18 BIDS RECEIVED: 1 TABULATION: Orlando Fire Equipment $13,229.00 FUNDS: 1990-91 Operating Budget Account Code No. 421201-075 BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 18 1 MINORITY/FEMALE (M/F) VENDORS.......... 9 0 Within City limits .................. 1 0 Registered with City ................ 8 0 Black (B) Vendors...... ............ 3 0 Located within City limits.......... 0 0 Registered with City ................ 3 0 Female (F) Vendors........ ............ 4 0 Located within City limits.......... 1 0 Registered with City ................ 3 0 Hispanic (H) Vendors ................... 2 0 Located within City limits.......... 0 0 Registered with City ................ 2 0 NON MINORITY (NM) VENDORS .............. 9 1 Located within City limits.......... 3 0 "No Bids.. .............................. - 6 Reasons for "No Bid" were as follows: 1. Fire Defense Center - "Unable to bid at this time". 2. CJC Import -Export - "Do not have items with suspenders". 3. C & B Industrial Safety - "Do not meet specifications". 4. Branches Medical - "Do not meet specifications". 5. Safety Equipment - "Do not meet specifications". 6. AMFAKPP "Non -responsive". °i RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO ORLANDO FIRE EQUIPMENT AT A TOTAL PROPOSED AMOUNT OF $13,229.00. '4�Chief Mzurkm nt Off cer ru to 91 703