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