HomeMy WebLinkAboutR-85-0374S'I
J-85-350 $0 r
RESOLUTION NO. 850*374
A RESOLUTION ACCEPTING THE BID OF BISCAYNE
FIRE EQUIPMENT CO. FOR FUR14ISHING FIRE HOSE
ON A CONTRACT BASIS FOR ONE (1) YEAR
RENEWABLE ANNUALLY TO THE DEPARTMENT OF
FIRE, RESCUE AND INSPECTION SERVICES AT A
TOTAL PROPOSED FIRST YEAR COST OF
$48,930.00; ALLOCATING FUNDS THEREFOR FROM
THE ANNUAL OPERATING BUDGET OF THAT
DEPARTMENT; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE ASSISTANT CHIEF PROCUREMENT
OFFICER TO ISSUE PURCHASE ORDERS FOR THIS
EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received February 27, 1985 for the furnishing of approximately
575 sections of Fire Hose on a contract basis for one (1) year
renewable annually to the Department of Fire, Rescue and
Inspection Services; and
WHEREAS, invitations were mailed to 34 potential
suppliers and 6 bids were received; and
WHEREAS, funds for this purchase are available in the
k'
Annual Operating Budget; and
WHEREAS, this equipment will be used by Department of
Fire, Rescue and Inspection Services for the purpose of replacing
.; worn and unusable fire hose as needed; and
s
WHEREAS, The City Manager and the Director of the
,YY`_ryF'111 Department of Fire, Rescue and Inspection Services recommend that
the bid received from Biscayne Fire E ui mentt Co. be accepted as
the lowest responsible and responsive bid;
` NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
t�i
CITY OF MIAMI, FLORIDA:
Section 1. The February 27, 1985 bid of Biscayne Fire
"•` Equipment Co. for furnishing fire hose on a contract basis for
one (1) year renewable annually to the Department of Fire, Rescue
and Inspection Services a total proposed first year cost of
$48,930.00 is hereby accepted with funds therefor hereby
r,
� am
allocated from the 1984-85 Operating Budget of that Department.
CITY COMMISSION
MEETI I (' n1L-
APR 11 1985
RESOLUlai au.85-3 `4
REMARKS. __-._ ....
M1
oil
Section 2. That the City Manager is hereby authorized
to instruct the Assistant Chief Procurement Officer to issue
Purchase Orders for this equipment.
PASSED AND ADOPTED this llth day of APRIL 1985,
vH G. ONGIE, CITY CLERK"
PREPARED AND APPROVED. BY:
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPR014 FORM AND CORRECTNESS:
'I r�
LUCIA A. GHERTY
CITY ATTORNEY
MAURICE A. FERRE
MAURICE A. FERRE
MAYOR
SS-374
I
_ 4
DID SECUKITY
ItloFire Hose - Department of Fire IDAFebruary 27, 1985_
84-85-50 2:00 pm
Tfrt Or atCwft
i�aoER
TOTAL.
"owl
y //
Sanford Fire Apparatus Corp
7501 S. W. 133 Avenue
Miami, Florida 33183
Broken
down
by items
South Florida Fire Equipment
686 Palm Avenue
Hialeah,
Broken
down
by
items
'
Municipal Equipment
P. O. Box 5052
Orlando, Florida 32855
Broken
down
by
items
'
Taiangle Emergency Safety &
Fire Equipment, Inc.
8340 N. W. 70th St.
Miami, Florida 3316fi
Broken
down
by
items
Conviber Co., Inc.
6561 N. W. 18th Court
Ft. Lauderdale, fl 33313
Broken
down
by
items
Biscayne Fire Equipment Co.
2950 N. W. 7th Avenue
Miami, FLorida 33127
Broken
doen
by
items
NO BID:
Halprin Supply Co.
Goldstein-Schwart ,Inc
Hydraulic Specialties,Inc.
State Supply Co.
If- f S-- j -/ /V
49601WW 66 449'ro 010(vtief 66048 thl rer of ��.■.■■.�
i
LEGAL ADVERTISEMENT
BID N0. 84-85-50
Sealed bids will be received by the City Manager and City Clerk
of the 'ty of Miami, Florida not later than .00 P.M. Fe ruary
1985 for furnishing Fire Hose on a Contract asis to the
par went of Fire Rescue and Inspection Services.
Ordinance No. 9775 established a goal of Awarding 50% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black and Hispanic Minority Business Enterprises on
an equal basis.
Minority Vendors who are interested in submitting bids and who
are not registered with the City as minority vendors are advised
to contact the City Purchasing Office. 1145 N.W. llth Street,
Room 126, Telephone 579-6380.
Detailed specifications for the bid are available upon request at
the City Purchasing Office.
The City Manager may reject all bids and readvertise.
(Ad No. 2595)
Randolph B. Rosencrantz
City Manager
F SS-374.
r
REQUISITIOn n?
N FOR ADVERTISEMENT This number must appear
in the advertisement.
DEPT/DIV.
ACCOUNT CODE
DATE PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of times)
1
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
F
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE
YY MM
DATE
DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 117.18
1 125.34
39,42
145 50
51 56
57 62
63 65
66 71
0
1
2
4
1
VIPI
I
I
I
I
I
FF1
1
1
12
10121
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1'-218171
1
2
314
7
8 V P 121314
15
DESCRIPTION 3664
DISCOUNT6
72 AMOUNT 80
5
2
0101210
1
Payment
35-374.
_.Y
CITY OF MIAMI. FLORIDA
INtK"4>1=FItE MtMdRANDWM
TO Randolph B. Rosencrantz DAM March 5, 1985 FILE
City Manaper SUBJECT Recommendation for Resolution
and Award of Bid -Bid No. 84-85-50
7_ Fire Hose Contract
FROM K. E. McCullough, Chi f REFERENCES: For City CCnVdSSion Meeting
Director of Fire, Rescue of April 11, 1985
and Inspection Services ENCLOSURES.
It is recommended that a Resolution be
passed and an Award of Bid be given to
Biscayne Fire Equipment Company of Miami,
Florida, as the low Bidder for Fire Hose
at an estimated expenditure of $48,930.00
for FY 84-85.
Fire hose will be'purchased as necessary over the length of the contract
to replace hose that is worn out, broken and/or not repairable.
Funds for anticipated purchases are provided in FY 84-85 General Fund
Account Code 280601-709 entitled Fire Hose and Attachments.
KEM:FKR:ik
8S-374.
M,
rf^.
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON%
AWARD OF B I D
Bid No.84-85--50
Fire Hose
Fire, Rescue and Inspection Services
Contract for one (1) year renewable
annually
To replace worn and unusable equipment
as required
POTENTIAL BIDDERS: 36
BIDS RECEIVED: 6
TABULATION:
Bidder/ inority Classification Total Price
Biscayne Fire Equipment Co. Eton -Minority 4 ,930.00
Sandford Fire Apparatus Corp./Non-Minority 50,204.40
Municipal Equipment/Non-Minority 52,197.80
South F1a.*Fire Equipment/Hispanic Business 54,050.00
Triangle Emergency Safety & Fire Equipment 56,810.00
Non -Minority
Conviber Co., Inc./Non-Minority 57,710.00
FUNDS: Annual Operating Budget of the
Department.
MINORITY PARTICIPATION: Invitations to Bid were sent to one
1 Black and six Hispanic firms engaged in sales of fire,
equipment and supplies, as located in these sources:
1. Metropolitan Dade County Minority Vendor Directory.
1. Bidder Applications on file in Purchasing
2. Previous bids for similar items.
Minority response consisted of one (1) bid and one (1) "no bid"
from Hispanic firms.
n T11 c+: rr rrT�mTnwt. 11 b'd t th ecifications
Category
Prior Bidders Am Black erican
Hispanic American
Non -Minority
New Bidders
A i s mee a sp
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
3 3
Black American
1
0
Hispanic American
6
1
Non -Minority
26
2
Courtesy Notifications
10
0
"No'Bids"
-
5
Late Bids
-
3
Totals
36
14
page 1 of 2
SS-374,
Reasons for "No Bid" were as follows
1. "We are unable to quote these items at this time."
2. "Unable to quote Fire Hose." (Hispanic Business)
3. "Cannot supply."
RECOMMENDATIONS IT IS RECOMMENDED THAT THE AWARD BE
MADE TO BISCAYNE FIRE EQUIPMENT
COMPANY IN THE TOTAL PROPOSED A140UNT
OF $48.930.00.
ASsi tant Chief Procurement O icer
Date
' I
ficer concurs with the above
The Minority Procurement Of
r recommendation.
(".. - { Date
page 2 of 2 55-374