Loading...
HomeMy WebLinkAboutR-01-1180J-01-953 10/26/01 RESOLUTION NO. 8 0 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF SAFETY EQUIPMENT CO., LLC, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER PURSUANT TO INVITATION FOR BIDS NO. 00-01-158, DATED SEPTEMBER 10, 2001, FOR THE PROCUREMENT OF EMERGENCY RESPONSE EQUIPMENT FOR THE DEPARTMENT OF FIRE -RESCUE, IN AN AMOUNT NOT TO EXCEED $14,599.70; ALLOCATING FUNDS FROM THE DOMESTIC PREPAREDNESS EQUIPMENT SUPPORT PROGRAM GRANT. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of Safety Equipment Co., LLC, the lowest responsive and responsible bidder pursuant to Invitation for Bids No. 00-01--158, dated September 10, 2001, for the procurement of emergency response equipment for the Department of Fire -Rescue, in an amount not to exceed $14,599.70, is accepted, with funds allocated from the Domestic Preparedness Equipment Support Program Grant. CITY cora lsslC?y MEETIT-um OF Flc�ssikatacsx� YJo. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' PASSED AND ADOPTED this 15th day of November W.GGE JOE CAROLLO, MAYOR Y'A tis, ,. i • , 'arflc, xiiii� ATTEST: City Clerk WALTER J. FOEMAN CITY CLERK APP�VED TO ,'RM AND CORRECTNESS :& 71WAWOOVILARELLO TY ATTORNEY W5775:LB 1 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 TO 0 CITY OF MIAMI, FLORIDA * CA=6 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members DATE: 0� I 3 1 r 31 FILE of the City Commission RECOMMENDATION SUBJECT: Authorizing the Provision of Emergency Response Equipment For Fire Rescue; Bid No. 00-01-158 REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Safety Equipment Co., LLC, a non-minority/non-local vendor, located at 6507 North Harney Road, Tampa, FL 33610, for the purchase of Emergency Response Equipment for the Department of Fire Rescue, in an amount not to exceed $14,599.70. Funding will be provided from the Domestic Preparedness Equipment Support Program Grant, Account Code No. 142030.290529.6.840. BACKGROUND The Departments of Police and Fire Rescue have analyzed the bids received pursuant to Bid No. 00-01-158 for the purchase Emergency Response Equipment. Forty-two (42) invitations for bids were mailed and six (6) responses were received. Safety Equipment Co., LLC, submitted the lowest most responsible and responsive bid and is, therefore recommended for award. The U.S. Department of Justice awarded a Domestic Preparedness Equipment Support Program Grant to the Police and Fire Rescue Departments. The Police Department will administer the grant and ensure the purchase of equipment and the required training for its use. This grant award is to procure specialized emergency response equipment, for the purpose of enhancing both the Fire and Police Departments' basic defensive capabilities to respond to incidents of domestic terrorism involving the use of chemical or biological agents, radiological explosives and incendiary devices. S CAG R/HM/lr ..-1 ISOO 0 0 BID AWARD RECOMMENDATION FORM BID NUMBER: 00-01-158 COMMODITY/SERVICE: Emergency Response Equipment for Fire Rescue DEPARTMENT/DIVISION: Police for Fire Rescue TERM OF CONTRACT: Sinale Purchase NUMBER OF BIDS DISTRIBUTED: Forty-two (42) NUMBER OF BIDS RECEIVED: Six (6) METHOD OF AWARD Lowest responsible and responsive bidder who bids on all items and whose bid offers the lowest price when all items are added in the aggregate. RECOMMENDED VENDOR(S): MINORITY/LOCATION STATUS: CONTRACT VALUE: Safety Equipment Com an , LLC Non-Minnority/Non-Local $14,599.70 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION ACCOUNT CODE(S; TOTAL: $14,599.70 The Police and Fire Rescue Departments were awarded a Domestic Preparedness Equipment Support Program Grant from the U.S. Department of Justice for the procurement of specialized emergency equipment. This equipment will enhance both the Fire Rescue and. Police Department's basic defensive capability to respond to incidents of domestic terrorism involvinc the use of chemical or'bioloeical aeents, radiologic DEPARTMENT APPROVAL: epartpent irector/Designee OTHER FPJ4 NG,AP.PRQ.VALS, IF APPLICABLE: B10AWARDRECOMFORM BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: Linda M. Haskins, DirectorJud S. cr, ector TITLE: a1 -1180 TABULATION OF BIDS EMERGENCY RESPONSE EQUIPMENT FOR FIRE RESCUE - BID NO. 00-01-158 Item No. Description 1 Disposable Encapsulated Suits Level "A', Hazmat Responder Manufacturer. Kappler Style: KAP41580 a. Small b. Medium c. Large d. X -Large 2 Mini Photo-lonization Meter Manufacturer: RAE Systems Style: 2000PID 3 ChemicallBiotogical Masks & Canisters a. C2A1 Canister Manufacturer. Scott Color. Silver b. AV2000 Mask with Kevlar Harness Manufacturer Scott c. Chin Canister adaptor for use with AV2000 and C2A1 Canister Manufacturer. Scott 4 Portable Safety Decontamination Shower Manufacturer. Kappler Style: KAPD7000 i TOTAL (Items 1 -4) r I� EMI Safety & rescue 3988 Flowers Road #530 Atlanta, GA 30360 Nan-Minority/Non-Local Est. Unit Extended gtv- " Price Price 2 $ 647.00 $ 1,294.00 4 $ 647.00 $ 2,588.00 8 == $ 647.00 $ 5,176.00 4 $ 647.00 $ 2,588.00 1 = $ 2,995.00 $ 2,995.00 10 '' $ 31.00 $ 310.00 10 $ 175.00 $ 1,750.00 10 $ 25.00 $ 250.00 2 $ 610.00 $ 1,220.00 $ 18,171.00 = Prepared by Maritza Suarez, 9114101 $ 437.50 $ 875.00 $ 437.50 $ 1,750.00 $ 437.50 $ 3,500.00 $ 437.50 $ 1,750.00 1$ 3,447.00 $ 3,447.001 1$ 26.82 $ 268.201 1$ 168.19 $ 1,681.901 1$ 24.38 $ 243.801 1$ 541.90 $ 1,083.801 $ 14,599.70 Bruce Bartz, Inc. Safeco, Inc. Aramsco 1400 NE 5th Court 9866 Currie Davis Drive 1655 Imperial Way Ft. Lauderdale, FL 33301 Tampa, FL 33619 Thorofare, NJ 08086 FemalelNon-Local Nan-MinoritylNornLocal Non-Minority/Non-Local Unit Extended Unit Extended Unit Extended Fire Patrol, Inc. 7990 NW 60 Street Miami, FL 33166 Non-Minot/Dade Unit Extended Price Price Price Price Price Price Price Price $ 520.00 $ 1,040.00 $ 487.50 $ 975.00 $ 489.14 $ 978.28 $ 677.00 $ 1,354.00 $ 520.00 $ 2,080.00 .. $ 487.50 $ 1,950.00 " $ 489.14 $ 1,956.56 $ 677.00 $ 2,708.00 , $ 520.00 $ 4,160.00 $ 487.50 $ 3,900.00 ` $ 489.14 $ 3,913.12 ; $ 677.00 $ 5,416.00 $ 520.00 $ 2,080.00 _ $ 487.50 $ 1,950.00 $ 469.14 $ 1,956.56 $ 677.00 $ 2,708.00 $ 3,278.09 $ 3,278.09 $ 3,196.95 $ 3,196.95: $ 2,907.71 $ 2,907.71 $ 2,633.00 $ 2,633.00 $ 50.92 $ 509.20 $ 28.23 $ 282.30 no bid no bid $ 31.00 $ 310.00 $ 281.99 $ 2,819.90 $ 177.10 $ 1,771.00 ' no bid no bid $ 185.00 $ 1,850.00 J $ 44.00 $ 440.00 $ 25.65 $ 256.50 no bid no bid $ 139.00 $ 1,390.00 $ 511.00 $ 1,022.00 $ 520.45 $ 1,040.90 $ 475.70 $ 951A $ 672.00 $ 1,344.00 Page 1 $ 17,429.19 $ 15,322.65 $ 12,663.63 ;. $ 19,713.00 (Did not bid on all items). Approval: ffeKartm'ent Dir '6tor/Designee 10 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: EMERGENCY RESPONSE EQUIPMENT FOR FIRE RESCUE BID NO: 00-01-158 DATE BID(S) OPENED: SEPTEMBER 10, 2001 TIME 10:0-.a.m. BIDDER FIRE PATROL, INC. SAFEC61 INC. BRUCE BARTZ, INC. SAFETY EQUIPMENT CO. LLC EMI SAFETY.& RESCTE AMSCO NO BID AMFAK, INC. BARKIN COMPANY GRAINGER DRAEGER SAFETY, INC. ELITE FIRE & SAFETY EQUIPMENT INC. OAKS WHOLESALES DIST. OUTDOOR OUTFITS LTD "Offers from fha -- _r TOTAL BID f BID BOND (ER) See attache bi pm.y 11 11 .1 l! I --1 O It 11 II /�v!" JV 1.N 1 t�� irrot�i We r�venone cog o the r bid nt to Precureme 54aue,y as ofth other offer e above one!nio.q as care hereby re1ected .. zs late.•. Tr " receivL ers ceiving bid(s) PROCUREMENT DEPARTMENT (City Depu*anent) on SIGNED: /� ,! OJ�'��� DeputyCiryClerk an:t if m -! —1 envel s on behalf of (Date) CITY OF MIAMI OF THE CITY CLERI: BID SECURITY LIST BID ITEM: EMERGENCY RESPONSE EQUIPMENT FOR FIRE RESCUE BID NO: 00--01-158 DATE BID(S)OPENED: SEPTEMBER 10, 2001 TIME 10:0- a.m. BIDDER FIRE PATROL, INC. §AfECO, INC. BRUCE BARTZ, INC. SAFETY EQUIPMENT CO. LLC EMI DAFETY.& RESCTE AMSCO TOTAL BID AMOUNT See attache BID BOND (ER) 11ACuiri7+0 e,12 bid We receive only one copy of the bid which was sent to Precuremen NO BID AMFAK, INC. BARKIfJ COMPANY GRAINGER l DRAEGER SAFETY, INC. ELITE FIRE & SAFETY EQUIPMENT INC. OAKS WHOLESALES DIST. OUTDOOR OUTFITS LTD ••Offers from the vendors receFv-e-a timely as of th other offertle, a abovA one.. , are hereby, rejected as late." alLcitaticn, if any, ====� 'receiv } enve Ps on behalf of ers eceiving bid(s) PROCUREMENT DEPARTMENT (City Department) on l (Date) SIGNED: 1 � Deputy City Clerk • 10 CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: BID NO. 00-01-158 EMERGENCY RESPONSE EQUIPMENT FOR FIRE -RESCUE OPENING DATE: 10:00 A.M. MONDAY, SEPTEMBER 10, 2001 (Deadline for Request for additional information/clarification: September 4, 2001) Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130 or download from City's website at www.ci.miami.fl.us. Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE COUNTY CODE SECTION 2-11.1., AS AMENDED PLEASE PRINT THIS SECTION IN BOLD PRINT . Carlos A. Gimenez CITY OF MIAMI City Manager LOGO AD NO. 6517 9 r ' x City of Miami REQUISITION FOR ADVERTISEMENT This number must YL1" appear in the - - advertisement. INSTRUCTIONS: Please type and attach a copy ol the dv t n 1. Department: 2. Division: 3. Account Code numbp�! 1)i)�.UQt}e �1[7?Uf,i�z1f37 4. Is this a confirmation: ❑ yes ❑ No 5. Preppared b%1. tC�i7ltl)h�" 9C;')�tt.tGUEX 6. Size of advertisement: 7; Starting date: 1) '? of 8. Telephone number: (,05) 579-6413 9. Number of times this advertisement is to be published: cjwnt - 10. Tye of advertisement: Le al ❑ Classified ❑ Display 11. Remarks: )�i1':'Ci3:l'3t'- 'Ti181' C [ICy cslt�t ttti Et l.�b i a:l_�r) crY:l. y [� ry ,1, a t'c= 't)t)IIt3 N�juA-piateiii. (d:U;Por;rblt-� stiff -is, photo -1f, oil �uttt lir; ��Ixd t'ra»i si:4 y"t;,, .tlti pi33: t�il�:Lo Fai t-t'y etloWr rF1) icer 12. Publication Date(s) of Invoice No. Amount Advertisement MIAMI '1'iMBS As 10:V:tEW 13. Approved, ❑ DisapOrov�d � Depart ent Director/ Designee Date Approved for Payment Date C GS/PC 503 Rev. 12/8 RoutingQ� Forward White and Canary to G.S.A. (Procurement Management) and retain rink copy. DISTRIBUTION: White - G.S.A.; Canary - Department