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