Loading...
HomeMy WebLinkAboutR-03-0762J-03-589 07/07/03 6 3- 762 RESOLUTION N0. A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING A CONTRACT AWARD TO SECURITY FIRE PREVENTION, INC. TO PROVIDE FIRE EXTINGUISHERS, REPAIR INSPECTION SERVICES FOR THE PURCHASING DEPARTMENT TO BE USED CITYWIDE BY VARIOUS USER DEPARTMENTS AND AGENCIES, UTILIZING EXISTING MIAMI-DADE COUNTY CONTRACT NO. 4922-4/06, EFFECTIVE THROUGH MAY 31, 2004, SUBJECT TO ANY EXTENSIONS BY MIAMI-DADE COUNTY; ALLOCATING FUNDS FROM THE OPERATING BUDGETS OF THE VARIOUS USER DEPARTMENTS AND AGENCIES INDIVIDUAL DEPARTMENTAL ACCOUNTS, SUBJECT TO BUDGETARY APPROVAL. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The contract awarded to Security Fire Prevention, Inc. to provide fire extinguishers, repair inspection services for the Purchasing Department to be used Citywide by various user departments and agencies is approved, utilizing existing Miami -Dade County Contract No. 4922-4/06, effective through May 31, 2004, subject to any extensions by Miami -Dade County, with funds allocated from the Operating Budgets of the various user departments and agencies, individual departmental accounts, subject to budgetary approval. CITY COMMISSION MEETI ,iG OF Resolution No. 03- 762 V.. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' PASSED AND ADOPTED this 17th day of July , 2003. Ila' � e xC; C EL A. DIAZ, MAYOR ATTEST: PRISCILLA A. TH MPSON CITY CLERK APPROVP,/"TO FORM AUOO,*-ORRECTNESS:V P'LEJANDRO VILARELLO CITY ATTORNEY W7349:tr:AS ii If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 3- 762 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA -12 TO: Honorable Mayor and DATE: JUL — g 2003 FILE: Members of the ommissio SUBJECT: Resolution Authorizing Procurement of Fire Extinguishers Repair Inspection Services FROM: REFERENCES: Miami -Dade Co. 4922-4/06 J e rriola ie Administrator/City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing a citywide contract for the provision of Fire Extinguishers, Repair Inspection Services from Security Fire Prevention, Inc., awarded under existing Miami -Dade County Bid No. 49224/06, on an as needed contract basis, effective until May, 2004, subject to any extensions thereto by Miami -Dade County. Allocating funds therefore from 'the General Operating Budgets of the various user departments and agencies, authorizing said purchases, as needed, subject to availability of funds. BACKGROUND Various municipalities and agencies have realized substantial savings utilizing the Miami -Dade County contract for the provision of Fire Extinguishers, Repair Inspection Services. The Purchasing Department has seen a need to secure a citywide contract for this service for use by various city departments and agencies, under existing Miami -Dade County Contract 4922-4/06. It is therefore recommended that award be made to Security Fire Prevention Inc. for the purchase of said services. J H//MAR/ms ResoMemo 033- 762 BID NO.: 49224/06 CONTRACT AWARD SHEET DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION Previous Bid No. N/A TITLE: FIRE EXTINGUISHERS, REPAIR INSPECTION SERVICES PLEASE NOTE THIS CONTRACT INCLUDES SERVICE AND REPLACEMENT OF FIRE HOSES COMMODITY CODE NO.: 340-29 OTR YEARS: FOUR (4) LIVING WAGE APPLIES: YES ® NO CONTRACT PERIOD: June 1, 2003 through May 31, 2004 AWARD BASED ON MEASURES: ❑ YES z NO BPO NO. ABCW0300598 PART #1: VENDOR AWARDED F.E.IN.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE # PHONE: FAX: E-MAIL: CONTACT PERSON: 650224861 Security Fire Prevention Inc. 7298 West Flagler Street Miami, Florida 33144 Dest Net 30 As Required 305-264-8482 305-264-0076 sefire@aol.com Eletiel U. Rey PART #2: ITEMS AWARDED GROUP A ❑ PROCUREMENT AGENT: Maria Hevia PHONE: 305-375-3022 UNIT PRICE TO ANUALLY INSPECT/CERTIFY ANY OF THE FOLLOWING FIRE EXTINGUISHERS $2.00 DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DMSION 1 AWARD SHM doe Revised 09/19/00 AWARD SHEET BID NO. 4922-4/06 a. CO2 type to include 31b. Thru 201b. b. Dry chemical (regular & multi-purpose type) to include 5 lb. Thru 201b. C. Halon 1211 fire extinguishers ( to include 5 lb. Thru 20 lb.) d. Water pressure type portable fire extinguishers (2/1 gallon). e. Dry chemical, 1 lb. Thru 40 lbs. (Regular & multi-purpose to include Class A, B, C or any combination. f. AFFF Foam type (2-1/2 gallons) 2. UNIT PRICE TO ANUALLY INSPECT/CERTIFY THE FOLLOWING FIRE EXTINGUISHERS a. Dry chemical, wheel unit pressure or N2 tank type. 1) 75 lb. 2) 125 lb. 3) 150 lb. Units 4) 300 lb. Units b. Carbon Dioxide wheel unit type (to include 50 lbs. Thru 100 lbs.} C. Amerex Automatic/Manual fire extinguishers systems. 1) Model No. V-13 2) Model No. V-25 3) Model No. VH -25 0 a. b. C. d. e. 10 PER UNIT PRICE FOR HYDROSTATIC TESTING ANY OF THE FOLLOWING FIRE EXTINGUISHERS CO 2 type — to include 5 lbs. Thru 20 lbs. Dry chemical (regular & multi-purpose type) to include 5 lbs. Thru 20 lbs. Halon 1211 fire extinguishers (to include 5 lbs. Thru 20 lbs.) Water pressure type portable fire extinguishers (2-1/2 gallon) Dry chemical, 1 lb. thru 40 lbs. (Regular & multi-purpose) to include Class A, B, C, or any combination. AFFF Foam type (2-1/2 gallons) DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DMSION 2 $5.00 $5.00 $5.00 $5.00 $5.00 $45.00 $45.00 $45.00 $5.00 AWARD SHEET.doe Revised 09/19/00 AWARD SHEET BID NO. 4922-4/06 4. UNIT PRICE FOR HYDROSTATIC TESTING THE DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 3 AWARD SHEE AM Revised 09/19/00 `) e3 FOLLOWING FIRE EXTINGUISHERS. a. Dry chemical, wheel unit pressure or N2 tank type. 1) 75 lb. Units $17.50 2) 125 lb. Units $17.50 3) 1501b. Units $17.50 4) 3001b. Units $17.50 b. Carbon Dioxide wheel unit type (to include 50 lb. Thru 100 lbs.) $17.50 C. Amerex Automatic/Manual fire extinguishers systems. 1) Model No. V-13 $17.50 2) Model No. V-25 $17.50 3) Model No. VH -25 $17.50 REFILL PRICE FOR THE FOLLOWING TYPES OF FIRE EXTINGUISHERS. 5. CO 2 TYPE a. 51b $ 7.50 b. 101b. $14.50 C. 151b. x $17.50 d. 201b. $18.50 6. DRY CHEMICAL (REGULAR & MULTI PURPOSE TYPE) ABC a. 2-1/21b. $4.50 b. 51b. $6.50 C. 101b. $9.50 d. 201b. $12.50 7. DRY CHEMICAL WHEEL UNIT PRESSURE OR N2 TANK TYPE a. 751b. $1.00 b. 125 lb. Units $1.00 C. 1501b. Units $1.00 d. 3001b. Units $1.00 e. N2 tanks $12.00 8. CARBON DIOX [NADE WHEEL UNIT TYPE a. 501b. $62.50 b. 75 lb. $75.00 C. 100 lb. $95.00 DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 3 AWARD SHEE AM Revised 09/19/00 `) e3 AWARD SHEET BID NO. 4922-4/06 CeVZ1i GROUP C 9. HALON 1211 FIRE EXTINGUISHERS a. 5 lb. $20.00 b. 9 lb. $20.00 C. 14 lb. $20.00 d. 20 lb. $20.00 10. WATER PRESSURE TYPE PORTABLE FIRE $12.50 e. EXTINGUISHERS. (2-1/2 GALLON) $6.50 REFILL PRICE FOR THE FOLLOWING TYPES OF FIRE EXTINGUISHERS 11. DRY CHEMICAL (REGULAR & MULTI-PURPOSE) SERVICE TO HALON TYPE FIRE EXTINGUISHERS 1. Inspection and certification of all types $1.50 2. Hydrostatic inspection $5.00 Iai1- of 16 18 --RD 1. (TO INCLUDE CLASS A, B, C, OR ANY COMBINATION) $1.00 a. 2-1/2 lb. $4.50 b. 5 lb. $6.50 C. 10 lb. $9.50 d. 20 lb. $12.50 e. 30 lb. $18.50 12. AFFF FOAM TYPE (2-1/2 gallon) $45.00 SERVICE TO HALON TYPE FIRE EXTINGUISHERS 1. Inspection and certification of all types $1.50 2. Hydrostatic inspection $5.00 Iai1- of 16 18 --RD 1. Hose annual testing $1.00 2. Hose pressure testing $13.50 3. Hose replacement 50' $62.50 4. Hose replacement 75' $87.50 5. Hose replacement 100' $105.50 OPTION REPAIR 1. Repairs other than those listed above will be $17.50 at the rate of per hour. 2. Cost of parts will be billed at contractor's cost plus a 10% DEPARTMENT OF PROCUREMENT MANAGEMENT . �� BIDS AND CONTRACTS DIVISION 4 AWARD SHEET.doc Revised 09/]9/00 AWARD SHEET BID NO. 4922-4/06 GROUP D SERVICE TO AUTOMATIC HOOD SYSTEMS FIRE EXTINGUISHERS 1. Kiddie (dry chemical system) 25 lbs. $40.00 2. Kiddie (wet chemical system) 25 lbs. $40.00 3. Kiddie (dry chemical system) 50 lbs. $40.00 4. Kiddie (wet chemical system) 50 lbs. $40.00 5. Ansul (dry chemical system) 10 lbs. $40.00 6. Ansul (wet chemical system) 10 lbs. $40.00 7. Ansul (dry chemical system) 30 lbs. $40.00 8. Ansul (wet chemical system) 30 lbs. $40.00 9. Ranch Guard, 5 gallons $40.00 10. Amerex Model # KP375 $40.00 11. Sentinel Fire Protection System $40.00 OPTION x Repairs other than those listed above will be $17.50 at the rate of per hour 2. Cost of parts will be billed at contractor's 10% cost plus a % PART #3: AWARD INFORMATION X BCC ❑ PMD AWARD DATE: May 6, 2003 AGENDA ITEM #: R-485-03 BIDS & CONTRACTS RELEASE DATE: May 19, 2003 OTR YEAR: NA ADDITIONAL ITEMS ALLOWED: N/A SPECIAL CONDITIONS: SECTION 3.0, PARAGRAPH 3.2.1 (this paragraph requires using departments to provide a list of contact persons for their locations). Please reference the attached Section 3.0, Technical Specifications of this contract. Language was added to this part of the contract in an effort to eliminate over charges under this contract. Please have the person paying the invoices review and become familiar with this part of the contract. TOTAL CONTRACT VALUE: 702,700.00 DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 5 AWARD SKWTAPc Revised 09119M 03- 762 AWARD SHEET BID NO. 4922-4/06 USER DEPARTMENT(S) DOLLAR ALLOCATED AVIATION $ 50,000.00 CAA $ 5,200.00 CORRECTIONS $ 65,000.00 DERM $ 4,000.00 FIRE $ 20,000.00 GS02 FLEET $ 40,000.00 GSA MATERIALS $ 30,000.00 MGMT. MDHA $ 75,000.00 HUMAN SERVICES $ 25,000.00 LIBRARY $ 10,000.00 MDT $200,000.00 MDPD $ 20,000.00 PARK AND REC $ 44,000.00 PUBLIC WORKS $ 21,000.00 SEAPORT $ 50,000.00 SOLID WASTE $ 8,500.00 WASA $ 35,000.00 DEPARTMENT OF PROCUREMENT MANAGEMENT 03- 762 BIDS AND CONTRACTS DIVISION 6 AWARD SHM doe Revised 09/19/00 SECTION 3.0 TECHNICAL SPECIFICATIONS FIRE EXTINGUISHERS, SERVICES 3.1 All extinguishers shall conform to the latest NFPA Standard (NFPA-10) for portable fire extinguishers and CFR, Code of Federal Regulations, Standards for the Hydrostatic Test. In addition, each cylinder shall meet the following requirements: A. Finish: Corrosion and impact resistant. B. Certification: Tagged and certified as to date service was performed. C. Resistance: A ring or similar device shall be provided to discourage tampering. D. Gauge: Threaded and pinned type except for the extinguisher not having a gage. The extinguisher not having a gage shall be weighted. 3.2 SERVICES TO FIRE EXTINGUISHERS 3.2.1 The awarded bidder shall become familiar with all fire extinguishers to be serviced at each County department. It is the responsibility of the fire equipment company to notify/advise the respective County departments, fifteen (15) days prior to the date when extinguishers require service before servicing them (annual or otherwise). Upon award of this contract the using department will provide the awarded vendor with a list of contacts for each location to be serviced. 3.2.2 All CO2 and other gas extinguishers shall be inspected, serviced and properly recorded per NFPA 10, 1998. 3.2.3 All extinguishers shall be recharged on the premises. It will be the using department's decision to recharge the existing extingdsher. 3.2.4 The fire equipment company shall issue a receipt/claim check identifying service required for each extinguisher to the County whenever in shop service, is required. Receipt/Claim check issued shall show quantity, extinguisher serial no and type of extinguishers removed for service. Upon completion of service, the fire equipment company shall return extinguishers and furnish a delivery ticket for signature. The signed delivery ticket shall remain with the department. A loaner extinguisher of the same type and size shall be left in place of the extinguisher removed by the fire equipment person at no additional charge to the County. 3.2.5 The fire equipment company shall label each extinguisher upon servicing with a decal (similar to Kidde type) identifying type of fire extinguishers i.e. Class A, wood, trash, etc., Class B, etc. and date of recharge and/or repair. 3.2.6 All replacement parts shall be new and equal to the part replaced and be UL listed for use in the extinguisher being serviced. DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 7 AWARD SIE L&c Revisal 09/19/00 03- 762 3.2.7 The fire equipment person shall contact the following persons for information pertaining to locations and number of fire extinguishers to be serviced. DEPARTMENT NAME PHONE NUMBER Aviation Chuck Voltz (305) 876-7575 Community Action Agency Barbara Stridiron Corrections & Rehab. Maria Quinoa Department of Solid Waste Mgmt Edward Rubio Fire Department General Services Admin. Environmental Resources GSA Fleet Mgmt. . GSA Materials Mgmt. Human Services Libraries Information Technology Dept. M �1-0) .9 C Park & Recreation Seaport Public Works MDWASAD Calbert Green Charles Jackson Manuel Almuina Martin Dareff Otto Castillo Ruby Crenshaw Gale Aldrich Amir Ali Sam Speziale Paul Conley Angela S. Brown Diane Smith Phil Rose Orky Rodriguez Gregory Hicks (305) 347-4612 (305) 547-7054 (305) 597-1771 (305) 470-1602 (305) 547-5246 (305) 372-6789 (305) 375-2302 (305) 592-3015 (305) 644-5216 (305) 375-5845 (305) 375-5012 (305) 596-8482 (305) 638-7286 (305) 471-2611 (305) 596-4482 (305) 371-7678 (305) 375-2940 (305) 669-7858 DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DMSION 03- 762 8 AWARD SHEEr.doc Revised 09/19/00 3.3 DELETED ADDENDUM NO.2 3.4 EMENT OF FIRE EXTINGUISHERS OR REPAUVREPLACEMENT OF PARTS When a fire extinguisher is found to be in need of repair, an authorized county representative shall be informed and a decision to repair or not shall be made by said authorized representative. When submitting an Invoice for repair, the awarded vendor must indicate the name of the authorized county representative that approved the repair. In the event some extinguishers cannot be serviced or the decision is made not to repair the extinguisher, said extinguishers shall be returned to the using department with a written explanation of condition and recommendation for disposition. Note: Unserviceable extinguishers shall be returned to departments within one day of pick-up. When it is necessary to replace a part, the removed/broken part must be returned to the using department's authorized county representative along with the fire extinguisher. 3.5 REFILL SERVICES Refill of fire extinguishers shall only be done if requested by an authorized county representative. If while Inspecting a fire extinguisher, it is found to be in need of refilling, an authorized county representative shall be informed and the decision to refill shall be made by said representative. When submitting an invoice for refilling, the awarded vendor must indicate the name of the authorized county representative that approved the refilling. 3.6 INSPECTION & BILLING RECORD: The awarded vendor shall maintain a record of inspection for each extinguisher covered under this contract. Such record shall be current at all times and available to the using department upon request. 3.7 INVOICE INFORMATION The vendor's invoice shall be itemized to indicate the extinguisher's serial no., bid item number, parts installed per the serial number (as per the Department of Insurance Uniform Fire Safety Standards 4A-21) and unit cost. Invoices for repair and refilling should include the Count r�reQresentative's name that gave the "o.k." to repair or refill the extinguisher. The contractor shall complete such billing invoice at the time the service is Qerformed. All fire extinguishers shall be inspected per South Florida Fire Prevention Code Section 5.302 and NFPA # 10, "Standard for Portable Fire -Extinguishers" Department of Insurance Uniform Fire Safety Standards 4A-21, Florida Statute 633. DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 9 AWARD SHM.&C Revised 09/19/00 030- 762 3.8 SERVICES TO FIRE HOSES Vendor must replace all paper tags currently in use for Miami Dade Corrections & Rehabilitation Department with adhesive inspection tags. All building fire hoses shall be maintained as per South Florida Fire Prevention Code , Section 4.302 and NFPA 1962, 1998 edition and NFPA 14, 2000 edition. Fire Hoses connected to a sprinkler system cannot be removed or service by a fire extinguisher company. The building maintenance person must remove the fire hoses from the sprinkler systems and then the fire extinguishers company can service them. It is and shall be the responsibility of the fire equipment company to notify the respective County departments when fire hoses require service (annual or otherwise). Rack fire hoses are to be identified and tagged when inspected. Annual inspection shall consist of removal of hose from rack, unrolling of hose, visual inspection and replacing in rack. The hose cannot be disconnected from the sprinkler piping. The;*e equipment personnel can remove standpipe system hoses. Pressure testing shall be performed the fifth year after installation of hose. Approval by County representative is required before replacing unserviceable hoses. Note: Special instructions for entering a Miami Dade County Corrections Department facility: Prior to entering any Corrections facility the awarded vendor must contact Rita Thomas at (305) 464-4082, Fire Safety Officer for Miami Dade Corrections. A contact person and telephone number where the awarded vendor can be contacted at all times shall be made available to the Safety Office for Miami Dade Corrections Department. TECHNICAL SPECIFICATIONS FOR FIRE EXTINGUISHERS, AUTOMATIC HOOD SYSTEMS, SERVICES (GROUP D) 3.8 All pre-engineered automatic hood systems shall only have service performed by a person holding a Class D permit issued by the State Fire Marshal per Section 3.302 of the County Fire Code, Ref. N.F.P.A. (National Fire Prevention Association Applicable Standard) and the Florida Fire Prevention Code of the Office of the State Fire Marshal. The final interpreting authority for code requirements will be the appropriate jurisdictional Fire Department. DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DMSION ��++ 10 nt�17�D� MZT.doe ``' �'' Revised 09/19/00 It is and shall be the responsibility of the fire extinguisher person to notify the respective County departments and Fire Department of the need for service (annual or otherwise). NOTE In accordance with section 3.0, paragraph 3.3, any replacement of parts shall require the prior approval and inspection of the using department head and/or his designated representative after inspection findings have been reviewed by the Fire Department's Fire Prevention Division for legitimization of code requirements. Contact persons for information pertaining to locations and number of pre-engineered hood systems to be serviced as follows: Corrections & Rehabilitation 2. Human Services, Advocate For Victims North 3. Human Services, Advocate For Victims South 4. Human Services, Cukier NSC 5. Human Services, Florida City NSC 6. Community Action Agency 7. Miami Dade Transit Agency Nita Thomas Diana Fuentes Terry Rabreau Oscie Frayed (305) 463-4092 (305) 758-2546 (305) 758-2346 (305) 579-2820 Larry Liagammare (305) 247-2068 Barbara Stridiron Randall Kalember (305) 347-4612 (305) 638-7202 Inspection and Billing Record: A n inspection record on each system under this contract shall always be maintained by the contractor. Said record shall be in current status and available to the using department head upon request. The invoice used by the vendor shall be itemized in all respects indicating the system's I.D. #, service performed and unit cost. Such invoice shall be completed by the contractor at the time the service is performed. 3.9 THE AWARDED BIDDER MUST BE LICENSED BY THE STATE OF FLORIDA TO PROVIDE SERVICE TO THE SPECIFIC TYPE OF FIRE EXTINGUISHER PROOF OF LICENSE WILL BE REQUIRED PRIOR TO THE AWARD OF EACH GROUP. DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DMSION II AWARD SHM.doc Revised 09/19/00 03- 762 MIAMI-DADE COUNTY BID NO. 4922-4/06 ITEM: Fire Extinguishers Repair Inspection Services DEPARTMENT: Citywide TYPE OF PURCHASE: Term REASON: The Purchasing Department has seen a need to utilize Miami -Dade County contract No. 4922-4/06 for the provision of fire extinguishers repair inspection services on a citywide basis. RECOMMENDATION: It is recommended that the award be made to Security Fire Prevention, Inc., for the provision of fire extinguishers repair inspection services, awarded under an existing Miami -Dade County Contract No. 4922-4/06, effective through May 31, 2004, subject to any extensions thereto, for the Purchasing Department to be utilized by various user departments and agencies; allocating funds therefore from the Operating Budgets of the various user departments' and agencies, requiring budgetary approval of funds from individual departmental accounts prior to usage, subject to availability of funds. enn M rcos Dire r ofurchasing �/A �., Dbte Award Under Dade County Contracts r , " 03- t'"�