Loading...
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