HomeMy WebLinkAboutR-95-0367J-95-382
4/28/95
RESOLUTION NO. 9 5_ 3 67
A RESOLUTION, BY A 4/5THS AFFIRMATIVE VOTE OF
THE MEMBERS OF THE CITY COMMISSION AFTER A
DULY ADVERTISED PUBLIC HEARING, RATIFYING
THE CITY MANAGER'S FINDING OF SOLE SOURCE;
WAIVING THE REQUIREMENTS FOR COMPETITIVE
SEALED BIDS AND APPROVING THE ACQUISITION OF
DRAEGER BREATHING APPARATUS AND ACCESSORIES
FROM NATIONAL DRAEGER INC. AT A TOTAL
PROPOSED COST OF $27,000 FOR THE DEPARTMENT
OF FIRE -RESCUE; ALLOCATING FUNDS THEREFOR
FROM THE CIP PROJECT NO. 313825, ACCOUNT CODE
NO. 802801-840; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, Fire -Rescue needs to purchase breathing apparatus
and accessories for the Urban Search and Rescue Task Force; and;
and
WHEREAS, the South Florida Urban Search and Rescue Task
Force has been awarded a grant to specifically purchase equipment
to be used for disaster response activities; and
WHEREAS, said equipment will be acquired through CIP
Project No. 313825, Account Code No. 802801-840; and
WHEREAS, the Chief Procurement Officer has adopted a finding
that National Draeger, Inc. is the only vendor able to provide
the equipment as specified; and
WHEREAS, the findings of the Chief Procurement Officer has
adopted a finding that National Draeger, Inc. is the sole source
provider of the Draeger Breathing Apparatus and Accessories
requested by the Department of Fire -Rescue; and
CITY COMUSSIO,N
MEETING OF
MAY 1 1 1995
Resolution No,
95- 367
WHEREAS, the findings of the Chief Procurement Officer have
been approved and adopted as the findings of the City Manager;
and
WHEREAS, the City Manager and the Chief Procurement Officer
recommend that the requirements for competitive formal sealed
bids be waive and the procurement of breathing apparatus and
accessories from National Draeger, Inc. the sole source, be
approved; and
WHEREAS, funds are available from CIP Project No. 313825,
Account Code No. 802801-840;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. By a 4/5ths affirmative vote of the members of
the City Commission, after a duly advertised public hearing, the
City Manager's finding that National Draeger is the sole source
provider of the breathing apparatus required by the Department
of Fire -Rescue, is hereby ratified.
Section 3. The requirements for competitive sealed bids is
hereby waived and the Department of Fire -Rescue's request for the
acquisition of breathing apparatus from the above sole source
provider is hereby approved, with funds therefor hereby
allocated, in a total proposed amount of $27,000.00 from CIP
Project No. 313825, Account Code No. 802801-840
Section 4. The City Manager is hereby authorized to instruct
the Chief Procurement Officer to issue a purchase order for this
equipment. -2- 9 5 - 367
k:1
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 11th day of May , 1995.
S PHEN P. CLA C, MAYOR
ATTEST:
PREPARED SAND APPROVED BY:
RAFAEL 0. DIAZ i
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CI ATT Y
i
95- 367
-3-
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 12
TO : The Honorable Mayor and Members
of the City Commission
FROM . 1)
!�I Cesa
v City 4ir
I;4*!Q6VV,1I&1W1 ! A 1
DATE : MAY "3 1995 FILE :
SUBJECT : Recommendation for Sole
Source Purchase of
REFERENCE US&R Breathing Apparatus
quipment
ENCLOSURES:
It is recommended that a resolution be passed permitting the South Florida Urban
Search and Rescue Task Force to purchase Breathing Apparatus Equipment from sole
source distributor National Drager Inc., 101 Technology Drive, Pittsburgh,
Pennsylvania, a non-minority/non-local vendor, at a one time cost of $27,000.00.
-• -•
The South Florida Urban Search and Rescue Task Force has been awarded a grant to
specifically purchase equipment to be used for disaster response activities.
The purchase of the recommended Breathing Apparatus Equipment will not only
enhance the caF abilities of the South Florida Urban Search and Rescue Task Force to
respond to disasters, but additionally increase the local capability of the City of Miami
Department of Fire -Rescue and the organizations participating in the disaster response
program. The equipment is compatible with items currently in use by the Department of
Fire -Rescue.
AmountofBid: $27,000.00 °oQCost Esi a : 100
•Cost Estimate: $27,000.00
Source of Funds: CIP Project 313825, Index Code: 802801-840
Minority Representation: Bidder selected is a non -minority vendor.
95- 367
k_-.
C S.A.CITY OF MIAMI, FLORIDA
i.
FiOl,t!r'.f n;:11� +;� ,; 5' INTER -OFFICE MEMORANDUM
. DI'i1JIM; 11 i}r•
95 API -4 PM 3: 31
TO : CeS d10 DATE : AprII 1, 1995 `' ^ FILE
r.. . AA.,.,.....,. 0/
SUBJECT Sole Source Purchase ot; Draeger Breathing
Aparatus and Accessories
FROM )u(1 Ca REFERENCES
Chief ure nt Officer
ENCLOSURES:
An investigation was conducted by the Procurement Management staff to determine whether
National Draeger, Inc. of Pittsburgh, Pennsylvania is the sole source supplier of the Draeger
Breathing Apparatus and Accessories as requested by the Fire -Rescue for the Urban Search and
Rescue Team.
According to Tom Flaming, a representative of National Draeger, Inc. Draeger is the sole source
supplier of the breathing apparatus and accessories . The requested equipment will be utilized by
the Department of Fire -Rescue for the National Urban Search and Rescue Team. The equipment
purchase must be rugged and subject to adverse environmental and operational conditions. All
equipment must meet nationally recognized safety standards. National Drager has met those
standards.
The Federal Emergency Management Agency's Urban Search and Rescue System manual
requirements indicates the requirement of obtaining identical equipment for the purpose of
integrating Task Force's in efforts to work together in the event of a major disaster.
Accordingly, I the Chief Procurement Officer, am recommending that the requirements for
competitive bidding be waived and the above findings be approved, that National Draeger, Inc. is
the sole source supplier 9f the requested breathing apparatus and accessories for the Department of
Fire -Rescue.
Approved:
Date:
cc: Manohar Surana, Asst. City Manager
Procurement Management Div.
0
95- 367
WE
,Ark- i t -9b '1 Ulr 14.2 3 C i TY OF M 1 AM 1 BUDGE,)
5A Ivi�, OFFICES TEL : � j--5?5-5187
FAX NO, 3055796081
May 23'9_
CITY OF MIAMI, FLOF140A
INTER -OFFICE MEMORANDUM
P. 04
5:33 Ao.003 P.03
Judy S, Carter
WE : March 15,1M FILE
Chief Prxurement Officer
Procurement Management
SUM;c- :
Sole Source Purchase of
Y 11 E
yre
B+a,�i,,.hing Apparatus
r ge lefty 0 2
: c
G.A. Gimenez, Director
AEFERENW :
Department of Fire -Rescue
ENCLOSURES:
This department has verifwd that funding is available to wvar the cost of the
subject purchase in the amount 27 0. from the South Florida Urban Search
and Rescue Task Ford Acquisition Fund CM #313825 Account Code Number
§ 2801:840
BUDGETARY REVIEW AND APPROVAL BY.,
Manohar S. Surana, Director
Sudoe't Department
CAPITAL PROJECT REVIEW:
Vrd6 Rodri u-e-z; Drrector
set Mgt. & Capital Improvements
95- 367
t raper
rACS I MiTTL POW
DATE:
T0:
3-14-95
ROBIN BOCLAIR
PAX NO.: 305-575-5180
National braeger, Inc. Tel. (412) 787.838318389
101 Technobgy Orive
P.O. Box 120 Fax (%12) 787.2207
Pittsburgh, PA ISM-0129
LAMER OP PAGESI 1
(Incladitg this COver chest)
FROM.,TOM FLEMING
REGARDING: REQUEST FOR QUOTATION FOR DRAEGER PARTS
NESSAGEs NATIONAL DRAEGER INC. IS THE SOLE SOURCE SUPPLIER OF THE
PARTS WRICR ARE LISTED ON YOUR QUOTATION. THESE ITEMS CONSIST OF THE
FOLLOWING: 4 EA. P/N 4054423 BREATHING APPARATUS, SCBA
4 EA. P/N 4053216 BREATHING APPARATUS; SUPPLIED AIR
8 EA. PIN 4053549 AIR BOTTLES, 30 MIN.
8 EA. P/N 4053968 AIR BOTTLES, 60 MIN.
2 EA. P/N 4052955 FACEIMASK
i
12 EA. PIN 4059062 AIRLINE HOSE, 50 FT.
THE INFOMULTION CONTAINED WITS THIS VACS=LE CONSTITUTES A PRIVATE
caXV :rCATION AND I3 INTBNDED ONLY FOR THE USE OF TEE INDIVIDUAL(S)
N AZIED ABOVE. IV XOU RECEIVE TUIS COXXUNIC. LTION IN ERROR, PLEASE
IMMEDIATELY NOTIFY TEE BENDER BY TELE'PRONE AND RETURN THE ORIGINAL TO
NATIOMM DRAEGER, INC. VIA THE U.0. TOSTAL SERVICE. TRANX YOU FOR
YOUR COOPERATION.
95- 367
AWARD SHEET
SOLE SOURCE
ITEM: DRAEGER BREATHING APPARATUS AND
ACCESSORIES
DEPARTMENT: FIRE -RESCUE
TYPE OF PURCHASE: SINGE PURCHASE
REASON: THE ACQUISITION OF DRAEGER BREATHING
APPARATUS AND ACCESSORIES TO BE UTILIZED
BY THE DEPARTMENT OF FIRE -RESCUE FOR THE
URBAN SEARCH AND RESCUE TEAM.
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE
TO NATIONAL DRAEGER THE SOLE SOURCE
VENDOR AT A TOTAL AMOUNT 27,000.00.
I
i Proc reme Officer
qh i�
l
��- 367
3c.r i n -Lilll Ur M i AM i t a- o- 00 ;1 U; 40Aih ; rKULUKtl L)1 MUM.- dU00001 1 U l; 9 Li I
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Matty Hirai DATE . March I5, I M ,.
City CW*
SU&IECT
Request to Publish Notice
r
for Public Hearing
FROM : REFERENCES:
CA, 01mo rtoz Director
Deparftan t of FiwRarsoue MCLOS,RS
Please make arrangements to publish a NoVas of Public Nearing to entertain
objections to waiving of tho c ompatitiva sealed bids for the purchase of Breathing
Apparatus Equipment at a total cost of $27,000.00 for the South Floride Urban
Search and Reacue Tank Fora. -
The date and time of this public hearing will bo e; ION, at 42.#42P—.
APPROVED:
Oallastoge�i
A tads Coordinator
95- 367
OLA i 01 - L ► ► I V►- N 1 Ml l , 4- 0- U0 , 1 u • 40AIX ; rlCllLlrKLAIL l MUi1] ! . - Juawoi ! u / ; g J/
CITY OF MIAMI, FLORIDA
NOTICE OF PUBLIC HEARING
A public hearing will be held by the Commission of the City of Miami on
19t�5, at �,., at City Hail, 3500 Pen Amedoen
Drive, Miami, Florida for the purpose of considering is waiver of the
requirements of obtaining sealed bids 1bor the acquisition of Breathing
Apparatus for the South Florida Urban Search and Rescue Task Force.
This equipment is manufactured by the sole source. National DraW
Inc., 101 Technology Drive, Pittsburgh, Pennsylvania, at a cW of
$27,000.00.
Inquiries from other potential souraw of supplies who feel that they
might be able to satisfy the City's requirements in the acquisition may
contact Chief Steve Abraira, Training Division, Department of Fire -
Rescue or Lt. Peter Smalley at (305) 446-0722.
All interested parries are invited to appear and may be heard
concerning such proposed waiver and puronese, the hearing will be
hold at the time and place specified above.
Should any person desire to appeal any decision of the City
Commission with respect to any matter considered at this hearing, that
person shali ensure that a varbstim record of the proceeding is made,
including all testimony and evidence upon %A ,ch any appeal may be
based.
95— 367
J.3