Loading...
HomeMy WebLinkAboutR-77-00491'4.77 RESOLUTION No. 77-49 A ESOLUTION REJECTING EACH OF THE TWO bECSMBER 2, 1976 BIDS RECEIVED FROM TWO (2) SOURCES OF SUPPLY FOR FURNISH- ING THE MIA11I FIRE DEPARTMENT WITH BREATH- ING APPARATUS; FURTHER REQUESTING THE CITY ATTORNEY TO CONDUCT AN EXAMINATION INTO AND REPORT TO THIS COMMISSION THE FACTS SURROUNDING THE BID PROCEDURE FOLLOWED BY THE TWO ABOVE SUPPLIERS TO DETERMINE IF THERE HAS BEEN AN UNLAWFUL PROCEDURE FOLLOWED. WHEREAS, as a result of soliciting invitations to bid $reathing Apparatus and comparing the bids with prices paid other cities for the same equipment, the following facts ave come to light: The equipment is manufactured by: Scott Aviation, A Division of A-T-0, Health/Safety Products 225 Erie Street Lancaster, N.Y. 14086 Scott's local distributor is: Biscayne Fire Equipment Co. 2950 N. W. 7th Avenue Miami, Florida 33127 Only two bids were received on December and Biscayne. d. Both bids were identical. from "DOCUMEN NDEX ITEM NO. 2, 1976 Bidswere approximately .0883% higher than the prices id by at least two other cities recently; and WHEREAS, Dade County Purchasing Section also received bids from Scott and Biscayne, on November 15, 1976, for 26 identical Complete breathing apparatus units plus a spare cylinder for each unit. The bid price to the County was $770.00 each compared With the bid to the City of Miami of $843.00 (even though the City requested bids on 140 units compared with 26 for Dade County). The price difference is $73.00 x 140 units for a total of $10,220; and CITY COMMISSION MEETING OF JAN 1 3 191 . RESOLIil tuw NU..1i� . I � REMAOS. ,.. I ,WHEREAS, a tabutatiot" of the various bids is as•fol1oWS; Houston Boston Tex. Mass, Dade Co: Mtni reathing Unit Complete $ 650 $ 681. $ 770% $ 843: With One Spare Cylinder No. Units Bid by Miami 1-40 140 140 140 Total $91,000. $ 95,340. $107,800.$I1 8 ,020• Note: Invitations were mailed on November 16, 1976 and received on December 2, 1976. Scott announced a $50. p it increase as of November 9to Houstoncould Bostonaccount for some of the price difference NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. Each of the two December 2, 1976 bids received from two (2) sources of supply for furnishing the Miami Fire Department with Breathing Apparatus are hereby rejected. Section 2. The City Attorney is hereby requested to con- duct an examination into and report to this Commission the facts surrounding the bid procedure followed by the two above suppliers to determine if there has been an unlawful procedure followed. PASSED AND ADOPTED this 13th day of January, 1977. 'REpARED AND APPROVED BY: obert F. Clark, Asst. CitAttorney APPROVEL AS TO FORM AND CORRECTNESS: George I' F. Kr, ICE o. RFERRF City Clerk Jr., City Attor 1151 Mr. Joseph R. Cirassi.e City Manager PROM James E. Gunderson Director of Finance GrtY or MIAMI. FLottlDA IN"tE ,OPr10E M MORANbUM bATE: iUOJECT: December 170 1976 Request for rejection of Bids for Breathing Apparatus fur the Department of Fire 1• ptMEHENCEB: ENCLoiUHEd: FILE: As a result of soliciting invitations to bid on Breathing Apperatus.and comparing the bids with prices paid by other cities for the same equip- ment, the following facts have come to light: 1. The equipment is munufoctured by: Scott Aviation, A Division of A-T-0, Inc. Health/Safety Products 225 Erie Street Lancaster, N. Y. 14066 Scott's local distributor is: Biscayne Fire Equipment Co.. 2950 N. W. 7th Avenue Miami, Florida 33127 Only two bids were received 2 from Scott and Biscayne. Both bids were identical. . 5. Bids were approximately .0863% higher than the prices paid by at least two other cities recently. Dade County Purchasing has also received bids from Scott and Biscayne, on November 15, 1976, for 26 complete breathing apparatus units plus a spare cylinder for each unit. The bid price as $770.thougeach comparedllest- with the bid to the City of Miami of $843.as ed bids on 140 units compared with 26 for Dade County). The price dif- ference is $73.00 x 140 units for a total of $10,220. A tabulation of the various bids is as follows: Houston Boston Dacia Co. Miami Tex. Mass. ._. Breathing unit Complete $ 650. $ 681. $ 770. $ 843. With One Spare Cylinder No. units Bid by Miami Total 140 $91,000. 140 ]40 140 $95,340. $107,600. $116,020. Mt. Joseph R. Grassi° City Menaya %his Ftequuet for rejection tine of Bids for Breathing App>arutuu rot the UepottfttOt t of Fire butembuc 11, 1976 Invitations Were mailed on November 16, 1976 and received on December 2, 1976. Scott announced a $50. per unit price increase ea of November 1, 1976. This could account for aoaw of the price difference to Houston end Boston. It is ruqueetod that thy+ bids bu rejected, and thut the City Attorney look into the pousibility of any violation in pricing. JEGtALMsek cot Chief U. A. Hickman Department of Fire Mr. George Knox City Attorney