Loading...
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