Loading...
HomeMy WebLinkAboutR-89-0602A RESOLUTION ACCEPTING THE BID OF AMKUS, INC. FOR THE FURNISHING OF "JAWS OF LIFE" COMPONENTS FOR THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES AT A TOTAL PROPOSED COST OF $9,195400. ALLOCATING FUNDS THEREFOR FROM THE FIRE BOND ACCOUNT FY'89 ACCOUNT CODE #313230-289401--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 March 6, 1989 for the furnishing of "Jaws of Life" Components" to the Department of Fire, Rescue and Inspection IServices; and`. WHEREAS, invitations were mailed to 27 potential suppliers F and two (2) bids were received; and WHEREAS, funds for this purchase will be available from the Fire Bond Account FY'89 Account Code #313230-289401-840; and s WHEREAS, this equipment will be used by the Department of c .g Fire, Rescue and Inspection Services for the purpose of providing rescue extrication services to accident victims trapped in. automobiles; and WHEREAS, the City Manager and the Director of the Department of Fire, Rescue and Inspection Services recommend that the bid received from Amkus, Inc., Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The March 6, 1989 bid of Amkus, Inc. for furnishing "Jaws of Life" Components" to the Department of Fire, Rescue and Inspection Services at a total proposed cost of. } $9,195.00 is hereby accepted with funds therefor hereby allocated from the Fire Bond Account FY189 Account Code #313230-289401-840.UZI-' CITY, COMUSSIQN MEETING Off. ; f ,s JUL 1S R40WTION No. � r , r 5 .{., r- A 'RE90LUTION ACCEPTING THE BID OF AMKUS INC. FOR THE FURNISHING OF "JAWS OF LIFE" COMPONENTS FOR THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES AT A TOTAL PROPOSED COST OF $9,195.00; ALLOCATING FUNDS THEREFOR FROM THE FIRE BOND ACCOUNT FY'89 ACCOUNT CODE #313230-289401-840; 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 March 6, 1989 for the furnishing of "Jaws of Life" t. i, Components" to the Department of Fire, Rescue and Inspection s, Services; and WHEREAS, invitations were mailed to 27 potential suppliers and two (2) bids were received; and WHEREAS, funds for this purchase will be available from the Fire Bond Account FY'89 Account Code #313230-289401-840; and WHEREAS, this equipment will be used by the Department of Fire, Rescue and Inspection Services for the purpose of providing .{ rescue extrication services to accident victims trapped in automobiles; and WHEREAS, the City Manager and the Director of the Department i of Fire, Rescue and Inspection Services recommend that the bid received from Amkus, Inc., Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA; Section 1. The March 6, 1989 bid of Amkus, Inc. for furnishing "Jaws of Life" Components" to the Department of Fire, Rescue and Inspection Services at a total proposed cost of $9,195.00 is hereby accepted with funds therefor hereby allocated from the Fire Bond Account FY'89 Account Code #313230-289441-$40. -aF FiFy c5wussioN MEETING ` QF `r f JUL r° 3 � 4 RESOLUTION ft., Gil � �1 RF,tdARK84 - 3 t' fiSiy S Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this equipment. Section 3. This Resolution shall become effective immediately upon its adoption pursuant to law. PASSED AND ADOPTED this 1.3th day of July 1989. XAVIER L. SU REZ, MAYOR ATTEST: =y is MATVX%WIRAI, CITY CLERK s ,3 ;a PREPARED AND APPROVED BY: rt of ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY j APPROVED AS TO FORM AND CORRECTNESS: , r. JO GE L FE _ - CITY ATTORNE k , 4 :y gage 2 of 2•--JUI k -AID SECURITY LIST ► O+I: '"a ...of fife`_'_ Comp b►A't BIDS ItIEC ENW-Marchv._6 __19 R9_._ 2_: Q_0..-_.p.. BI ER TOTAL BID (or) �► /! g y#i DID AMOUNT CASHIMS CHECK Amkus fescue Systems Harco Life Safety, Inc. Broken down It i, t- f ,i 1 P f- a - � F BID. � e Wadsworth Brokerage Triangle Fire Master - a Safety Equipment s t VF1 4 RECEIVED f�) envelopes on behalf of GSA Purchasin S SICNFRU; City. epar'tment DATE: Received the hereinab6m described chicks this bra day of in connection with the hereinabove cited bids, wMEwere jj d to the un rsigne If 'Tth' S Accounting Division (or) _ on �p - (Lrit � y epart%nent . --5J((��;;1��CCn�'1 M�•Ir D;. DATIr.k. . l +t gN a Sealed bids will be received by the City of Miami City Clerk at her office located at anb �Ar+ e, Miami, Florida 33133 not later than :00 p.m. March , 1989 for. the furnishing of "Jaws of Life" Compo i'ar. "E't a Dep ent of Fire, Rescue and Inspection Services. ordinance No. 10062 established a goal of Awarding 51% of the City's dollar volume of all expenditures for. All Goods and Services to Black, Hispanic and Women Minority Business Snteprises on an equal basis. "UV fA' ei7tag, i 3 . _ _9.89 PHONE nrrrr _t _ FO Maria Aijalil - - ii� � - f'R�A�EO f3Y _ _ DIREOTOf� t� r t One (1) times. attached adver bseme publish the (number 01 I ) display Type of advertisement, legal - classified Febr g$9. 7 Starting date Le ; ` Size: _qq ill ` Y .. w 0 Spaled First four words of advertisement: l " Life" Co onentrs o ran _ - h Remarks: awsj �s T' DO NO, TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY-1 DATE{S) OF AMOUhn ' ADVERTISEMENT INVIICE .' LINE ICATION MZAMz .vzEva ------------------- - B�2JL C-3' 0-4 . E'S F8 F!� F10' F11 F12 F3 F4 F5 DUE DATE Adv. Doc, Reference VENDOR , INDEX GOQE E Pal�,iEOT LINE TRANS VOUCHER 1f1f MM DD :_ ^ *� 25 34 39 �42 45 50 51 56 57 62 63 65 661 11 13 .17 18 U 1 2 4 P 36 DISCOUNT 6. 72 Lf NT a 1 2 3 4-;':.... 7 8 V„P 12 15` DESCRIPTION 3 :., . ggil p IK CO21 s Maria - Pr�acux m y b S�.].via M "ndo�a, City Clexk's ApprQvlfi �P �F ;Copy.. Finance PinkGep�rrtment r� y�ltrile �'uroh8sing F q r i J'7 } Assessable Pro ect: N/A x S Iti 7, 4 • _.- , �WFi53 •. ', ' �. 6 ., jam" 40 tit • Li i CITY OF MIAMI, FLORIDACA 81'.'' INTER -OFFICE MEMORANDUM f ', f1bi�YYY�IYI.lYYN1�l� TO The Honorable Mayor and °A TE FILE d M JUL 19�9 of the City Commission SUBJECT : Recommendation for Resolution and Award of Bid No. 88-89-076 } FROM REFERENCES: "Jaws of Life" F Components Cesar H. Odio ENCLOSURES: City Manager r RECOMMENDATION It is recommended that an Award of Bid be made and a Resolution be passed accepting the bid from Amkus, Inc., of Downers Grove, Illinois as the low bidder for one complete set of compatible Rescue Hydraulic Tool Components at a one-time cost of. $9095.00. BACKGROUND This equipment will be utilized by the Fire, Rescue and Inspection Services Department to expand its capability in providing Rescue extrication service to accident victims trapped in automobiles. These components will also be utilized at City-, sponsored events such as the Annual Budweiser Regatta. ' Amount of Bid $99195.00 % of Cost Estimate: 51% Cost Estimate: $18,000.00 f Source of Funds: Fire Bond Account Code 313230-289401-840 entitled Fire, Rescue Special Equipment - FY189. Minority Representation: This recommendation agreed upon by Ms. Adrienne MacBeth and Division Chief F. K. Rollason on June 2, 1989, in that only two bidders responded. g the second bidder was`a fema.e owned Company outside_of Dade County and their bid was $4,541.70 higher than kA , the recommended low bidder. Public Hearing/Notices: N/A Assessable Pro ect : N/A r< 4y Pi :fY �y F i r ^� k vrc�ikXR�. A Tz,*'S z J n h ,i 14 S; 1 3 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM T° = William J. Schaut DATE June 2, 1989 F"�' Procurement Supervisor b Procurement Management, GSA Dept§UIE CT: Bid No. 88-89-076 ("Jaws of Life" Components - i Approvals - -� FROM : 4 REFERENCES: C. H. Duke, Chief Director of Fire, Rescue ENCLOSURES: and Inspection Services r K f CITY OP MIAMI, FLORIDA P.v. BOX 330109 PROCUREMENT MANAGEMENT Miami, F1 33233-0708 DIVISION TELEPHONE Nil. 579-6380 BID NO= 88- 9-076_ BID SHEET IMPORTAffTj BID SHEET AND BIDDER ACKNOWLEDGEMENT MOST BE RETURNED IN ` DUPLICATE IN THE ATTACKED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY 18 REQUIRED„ A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. ' Termse NET 30 DAYS(Include cash discount for prompt payment, if any) Additional discount of ' -0-'' s if awarded all items. Warranty and/or••guarantees_ Lifetime (enclosed) State any variances to specifications (use separate sheet if necessary) : "NO Exceptions" Delivery:30 calendar days required upon receipt of Purchase Order. Delivery Points): F.O.B. Destination In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s).. NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: George R. Weigand Joseph J. Simon President Vice President of Marketing Please use the back of Ms page if more space is necessary Name of individual holding license -in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned" bidder ac nowle ges that it has received a copy of Ordinance No. 10062, 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. EIDDERs AMKUS INC. si9nat4r4.:~7 company name- n Prim Joseph J, .'Simon' Indicate,,If Minority eusinesss parr: } pA' C 3 91sck E a lit Panic C 3 women . s i FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY'.DISOOALIFY'PHISLA an OWN ix t AWARD, , QP B I D Bid No..88 89y-076 It: "jaws of vile" Components DEPARTMENT fire, Rescue & Inspection Services TYPE Or PURCHASE., Single purchase REASON: This system will be utilized by the department to expand its capability in providing Rescue extrication service to accident victims trapped in automobile. POTENTIAL BIDDERSt 27 BIDS RECEIVED: 2 TABULATION-. Attached FUNDS: Fire Bond Account FY'89 Account Cade #289401-840. MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to (3) woman -owned ;. four black, five (5) hispanics and three firms engaged in the Fire & Safety Equipment apparatus as located in the following sources: 'i 1. New Vendors Applications l 2. Dade County Minority Vendor Register s 3. Yellow Pages Telephone Directory 4. City,of Miami Minority Register Minority response consisted in one bid received from a woman - owned firm. BID EVALUATION: The bids meets the specifications. r owin is an analysis of the Foll g Invitations to Bid: t ? Number of Bid Number of t Category Invitations Mailed Responses Prior Bidders 0 Black American 0 Hispanic American 00 Woman Owned 0 0 0 Non -Minority 0 New Bidders. 0 Black American 4 Hispanic American 5 0 a Woman Owned 3 1 Non -Minority 15 1 ti Courtesy Notifications 15 0 "NO Bids" - 5 4 s .,. Late Bids -0 r x k Totals 42 tk { :{ 4 x p WY «ytya.:. Reasons for "No bjd#1 were as follows'. it wadwbrth groket&46 y ftNo bid" 2. Triangle Fitt Master - ftCAft not suPP'Y'" 3. T6ft 8 Fire Equipment, Ind, w- "Not the dealer for Your area* ► 4* safety Equipment - "Unable to suPPlY items at this time." 5. East Coast ?ire Equipment, Inc. - "We do not handle these items," RgCOMMENDATIONt IT is RECOMMENDED THAT THE AWARD BE MADE TO AMKUS, INC FOR A TOTAL PROPOSED AMOUNT OF $9*195-00. i J III llillll i r !r :r • TABULATION- OF BIDS FOR "TAWS of T.TVP." MMPONENTS BID NO. 88-89-076 City Received by Manager, City Clark city of miami. X&Ak March 6, 1989 Page' 1 of 1 Florida of 2:00 P. M. _ 'Bider IiBte L/fr hK+K Ive- L •censod'S Insure. as Per City Code 3 Metrs Ord' 8id'8ond llma.lnt Irregularities Item + Unit Total Unit Total Unit Toth unit Total Unit Price TOE Chit Priem Ta+o4 DESCRIPTION Price Price Price P►iee CC Ct- fOWee. UAFIT MOD if 795'.00 t/sy-0- 0 : .; yo�Rutac osF Er. tom: I tso o° 1 ZfO.0O 1 eo.1° 32. SPt +2- 5;oa 3 M:o0 32L2.S° 3z6z.Sn j CWTTat /ram 1 9?3=00 1 57r.0O Z •1/ . 9° Z 0!1 • S1D 57 22"1LM'f 7/0.00 710.00 /SE1-S° 6 30 V A#V? /(,okfo /6o6.50 C&W f— / CEVIEE a►, 2z t � z2t o0 36.50 Y31. so 9795.00 PIVX- o CE1lT T�tOE-,/r 2CyC+-Wry 6-9 bpp.00 c1d.,a q0o. H I I ?oTAt (WrTN .