HomeMy WebLinkAboutR-91-0608J-91-704
8/5/91
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF NATIONAL
DRAEGER, INC. FOR FURNISHING COMPLETE SIX
(6) YEAR OVERHAUL ON TWO -HUNDRED TWENTY (220)
PA-80 1ST STAGE BREATHING AIR REGULATORS FOR
THE FIRE, RESCUE AND INSPECTION SERVICES
DEPARTMENT AT A TOTAL PROPOSED COST OF
$29,700.00; ALLOCATING FUNDS THEREFOR FROM
THE 1990-91 OPERATING BUDGET ACCOUNT CODE NO.
280701-670; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received July 15, 1991 for furnishing complete six (6) year
overhaul of two -hundred twenty (220) PA-80 lst stage breathing
air regulators for the Department of Fire, Rescue and Inspection
Services; and
WHEREAS, invitations were mailed to twelve (12) potential
suppliers and one (1) bid was received; and
WHEREAS, funds for this service are available from the
j 1990-91 Operating Budget Account Code No. 280701-670; and
I WHEREAS, the City of Miami Department of Fire and Rescue
members are required to enter environments where the lack of
breathable air or the presence of toxic fumes in the air presents
a life threatening situation; and
WHEREAS, the six (6) year overhaul of these regulators is
part of an ongoing safety and maintenance program to reduce the
possibilities of failure to this type of equipment; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bid received from National Draeger, Inc. be accepted as the
only responsible and responsive bid;
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.
FCarFry0 18XEG OF
SE P 11 1991
91-- 608
awma f
Section 2. The July 15, 1991 bid of National Draeger, Inc.
for furnishing complete six (6) year overhaul of two -hundred
twenty (220) PA-80 18t stage breathing air regulators for the
Department of Fire, Rescue and Inspection Services at a total
proposed cost of $29,700.00 is hereby accepted with funds
therefor hereby allocated from the 1990-91 Operating Budget
Account Code No. 280701-670.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 11th day of September , 1991.
XAVIER L. AREZ, MAYOR
ATTES .
MATT-HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAE O. DIAZ
CHIEF ASSISTANT CITY /ITORNEY
AS TO FORM AND CORRECTNESS:
fff'.0, 1991)
L. ERNANDEZ���
CI
-2-
91- 608
8ID_SECURITY _LIST
DID ITS.�lz National Draec�er Fire Fighter's sgjf cgY1Ai=L---___
Breathing Apparatus ____EL
e
DID NO.s 90-91-144 ----------------------- -
DATH BID(S) OPENED.- _ Se2tembe r 18� 19 91 ........ : 3-Q ,pj,n-M_______________-_---
TOTAL BID BOND (or)
BIDDER SID AMOUNT CASHIRR'S_CHECK___
:..--_ --- -------------
Branches Medical Inc.
---
S� --- above
ee
-----------------------
--------------
NO BID:
Harco Life Safety
�ad�tstriQsT-=��--------------
Patient Center
---- ------- ---------
------
----------------------
----------------------
C & B Industrial iS3afety, Inc.
Qa1t2�_y-Znduzila�_SuppliacT-Zt�
Safety Equipment Company
tV_BsluipmRnt-----
Loretta Cockrum, President (No name
------ --------
of the company)
r---------------------
--------------------
...�,�. ..k_..�.�_....�.. _.��, ._._.-----.+--
------------------------
__- ---- -____
-------------
------------------------
___ _
,R
______________-__�
_______-___
--- _------------
_---__��M____�.
_________
----
_________----
----
envelopes on behalf of
------------------
received---i p
(Person receiving bids)
GSA/Solid Waste -Procurement Division on
(City Department) - - ------ ------------
SIGNED:
e uty City Clem) ----
(Dm)
}
4w 10
LEGAL ADVERTISEMENT
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 2:30 p.m. September 18, 1991 for
the purchase of twenty (20) National Draeger Fire Fighter's self
contained breathing apparatus for the Fire, Rescue and Inspection
Services Department.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. A )
za
Cesar H. Qdio
='
-;3
City Manager
m r.
(n
91_- 608
in, � . ......
; I :;,F;ji
AL
T
REQUISITION FOR ADVERTISEMENT This number must appear
DEPT,DIV. Procurdment (for FRIS) In the advertisement.
1 CHI,
ACCOUNT CODE 280101-287
DATE 8/26/91 PHONE 575-5174
- APPRO Y:
PREPARED BY lvlaritz.a Pages
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement one times.
i , (number of times)
Type of advertisement: lega' classified display
(Check One)
Size: Legal i Starting date 8/30/91
Bid No. 90-91-144: Sealed bids will be.'...
First four words of advertisementj
Remarks: Self Contained Breathing Apparat-iis
(open 9/18/91 2:30-12.m.)
DO N6T TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
Z. NVOICE
AMOUNT
0
Miami Review;
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER!
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
113
1
1718
1 .125134
39142
1 45
50,51
56
57 62
63 65
66 71
0
11214111
vh
1
21012
:
2
8
7.]
1
T
1
21314
,
7
8 V P 121314115
DESCRIPTION
36
64 DISCOUNT 6
72 AMOUNT 80
5
21010
121011
FTTT-1j
I
I
I
I
I
III
III
1
111111
111
1
1
1-1
H
I -I
I
TT-n
White — Purchasing Yellow - Finance Pink — Department
Yellow copy: Miriam Parna, City Clerk's Office
Pink copy: Mfiritza, Procurement Management
Approved for Payment
91-- 60S
4
CITY OF MIAMI, FLORIDA CA-5
INTER -OFFICE MEMORANDUM
TO : DATE : FILE
Honorable Mayor and Members AUK; 2 " 1991
of the ity Commission SUBJECT
Recommendation for
Resolution and Award of
Bid No. 90-91-118
rROM : REFERENCES : Overhaul of Regulators
Cesar H. Odio
City Manager ENCLOSURES
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution for furnishing complete six (6) year overhaul
on two -hundred -twenty (220) PA-80 1st Stage Breathing Air
Regulators at a proposed one time cost of $29,700.00 from
National Draeger Inc., a non-minority/non-local vendor located in
Pittsburgh, Pennsylvania. Funds are available in the 1990-9,1
Operating Budget Account Code No. 200701-670.
BACKGROUND
City of Miami Department of Fire and Rescue members are required
to enter environments where the lack of breathable air or the
presence of toxic fumes in the air presents a life threatening
situation. The six (6) year overhaul of the two -hundred twenty
(220) PA-80 'lst stage breathing air regulators is part of an
ongoing safety and maintenance program with the Department's
Respiratory Air Program to reduce the possibilities of failures
to this type of equipment.
Amount of Bid: $29,700.00
Source of Funds: 1990-91 Operating Budget Account Code
No. 280701-670.
Minority Participation: Bidder selected is a non -minority
vendor. Numerous minority vendors were
contacted but did not respond.
Attachments
91- 608
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
r]
TO : Judy S. Carter DATE : July 19, 1991 FILE
Chief Procurement Officer
Procurement Management SUBJECT Bid No. 90-91-118
/ Overhaul of Regulators
FROM : C. Duke,«'thief REFERENCES:
Director of Fire, Rescue
and Inspection Services ENCLOSURES
This department has verified available funding with the Department
of Budget that funds are available to cover the cost of the subject
bid in the amount of $29,700.00 Account Code Number 280701-670.
FINANCE REVIEW & APPROVED BY:
N/A
Carlos Garcia, Director
Department of -Finance
BUDGETARY REVIEW & APPROVED BY:
Manohar S. �' na, Director
Budget Departient
ADDITIONAL APPROVALS
N/A
Eduardo Rodriguez
CIP Manager
N/A
Frank Castaneda, Director
Community Development
h
91.- 608
CITY OF 9iAX1, FLORIDA •0.0. Box 3301 8
ppp�SS�p+r ypHAG !+! , rL 331 3-0708
DIVISION TZ� NO- 97S-S174
BID -3kr (cont ' d . )
BID NP. 90-91-118
11268'P1 1 BID SHEET AND BID ACKNOWLEDOEMENT MUST BE RETURNED
THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
OPENING. IF SECURITY IS REQUIRED* A BID WILL NOT BE AC
DEPOSIJ OR, BOND IS SUBMITTED IN THIS ENVELOPE.
*1% 10•NET IO
Terms sContingent (Include cash discount for prompt payment,
upon satisactory ektdit
Additional discount of,,,,� Q t if awarded all items.
Warranty end/or quarantte:
1 Year Parts and Labor
IN TRIPLICATE IN
LXD DATE OF BID
?PTED UNLESS THE
,if any)
Delivery:, 14�calendar days required upon receipt of purchase Order.
Delivery Point(s):
As indicated in the Special Condition
In aaCordance with the Invitation to Sid, the Spec:f:cat.ions, Genera: Corditiona, Special
Conditions, and General Intormat:on to isadera, we agree to furnish th ltetmts) at Prices
indicated on the attached Did shoe+t(a).
NAMES OF COMPANY OWNER(S):
N/A
NMES OF COMPANY I OFFICER (S) :
Henning oatje:n/Pres dent
Les Boord/Vice-Pres dent
a) List Principal Office Address: (Headquarters)
101 Technology Drive, Pittsburgh, PA 15275 _...
b) List all other offices located in the State of Florida:
N/A
(Please use the back of this page if more space is necessary)
xjtab T?Y pT�dL•L►o�nr�r ,j-�p .71�1J
The undsrai9ned bidder acknowledges tb*t (s)he has received a copy of Ord0ance 61CC62 as
amended, the Minority Procurem*nt ordinance of the city of Miami and agreas to comply with all
applicable substantive and procedural provisions herein, includl.ng any ameridments thereto.
Bidder: National Draegrer, Inc. Signature:
(comp 1yy891 am*)
Date: July lo'- Print Name: Keith A. vat di
Indicate if Business is 51% Minority -owned: (Check gog. box only)
j ) RLACR ] HISPANIC ( ) rZMALE
! ,�'RT�T3M ACTION P -hu
If firm has an existing plan, effective date of impl6mentation: _
If firm does not have an existing plan, the succasa#u1 Siddar(a) shall be rdquirad to
establish an Affirmative )lotion Policy, pursuant to Ordinance $10062 as amended. Sere Appendix
I for sample.
1 Bidder_ National Draeger. Inc. Signatuser:
( company name)
FAILURE To comps FTF, _SRETURN I IS FORM -W 1C LEY INNS RID,
i
li
91-- 6®
1 AWARD OF BID Aftl
Bid No._90-91-118
ITEM: Overhaul of 220 National Draeger PA-80
Breathing Air Regulators
DEPARTMENT: Fire, Rescue and Inspection Services
Short-term contract
REASON: Firefighters are required to enter
environments where the lack of breathable air
or the presence of toxic fumes in the air
presents a life threatening situation.
POTENTIAL BIDDERS: 12
BIDS RECEIVED: 1
TABULATION: National Draeger, Inc. $29,700.00
FUNDS: 1990-91 Operating Budget Account Code No.
280701-670.
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
i ALL VENDORS..
12
1
MINORITY/FEMALE (M/F) VENDORS..........
4
0
Within City limits ..................
0
0
Registered with City ................
4
0
i Black (B) Vendors.. .. ............
1
0
'j Located within City limits..........
0
0
Registered with City ................
1
0
Female (F) Vendors .....................
1
0
I Located within City limits..........
0
0
Registered with City ................
1
0
Hispanic (H) Vendors ...................
2
0
Located within City limits..........
0
0
Registered with City ................
2
0
NON MINORITY (NM) VENDORS ..............
8
1
Located within City limits..........
0
0
."No Bids" ..............................
-
4
Reasons for :'No Bid" were as follows:
1. Thermadyne Industries - "Do not provide this service".
2. Harco Life Safety, Inc. - "Do not repair Draeger equipment".
3. Fire Defense Centers - "Do not provide requested service".
4. Fire Fighting Innovations - "Not certified to do this type of
overhaul".
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
NATIONAL DRAEGER, INC. AT A TOTAL PROPOSED
AMOUNT OF $29,700.00.
hief r e Jce?��
Date
91- 608
y