HomeMy WebLinkAboutR-91-0609J-91-710
8/5/91
RESOLUTION NO JO -1 .._ C) () -9
A RESOLUTION ACCEPTING THE BID OF RIGHT -
SAFETY WARE FOR FURNISHING HAZ-MAT SUITS TO
THE FIRE, RESCUE AND INSPECTION SERVICES
DEPARTMENT AT A TOTAL PROPOSED COST OF
$35,558.00; ALLOCATING FUNDS THEREFOR FROM
THE CAPITAL IMPROVEMENT PROGRAM PROJECT NO.
313237, ACCOUNT CODE NO. 289401-840;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received June 12, 1991 for furnishing eight (8) haz-mat suits for
the Department of Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to seventeen (17) potential
suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase are available from the
Capital Improvement Program Project No. 313237� Account Code No.
289401-840; and
WHEREAS, a haz-mat suit is a fully encapsulating garment
that provides the fire fighter with maximum P g protection from the
i
life threatening effects of hazardous materials; and
i
WHEREAS, hazardous materials are those materials that, when
exposed to the human body, may cause serious illness, injury or
even death; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bid received from Right -Safety Ware 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.
CITY COMMON
. ME'S M OF
SEP 11 1991
91- 609
:a
Section 2. The June 12, 1991 bid of Right -Safety Ware for
furnishing eight (8) haz-mat suits for the Fire, Rescue and
i
i Inspection Services Department at a total proposed cost of
$35,558.00 is hereby accepted with funds therefor hereby
allocated from the Capital Improvement ProgramlProject No. 3132371
Account Code No. 289401-840.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this equipment.
Section 4. This Resolution shall become effective
1 immediately upon its adoption.
PASSED AND ADOPTED this 11th day of September , 1991.
XXAVIE . SUAREZ, MAYOR
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
" 1e�Lzl a__2�
RA AEL . D AZ
CHIEF ASSISTANT CIT TTORNEY
APPROVED AS TO FORIJ AND CORRECTNESS:
9
DID SECURITY LIST
-----------------
BID ITEM; HAZ-MAT SUITS
-------_�-
--------- -- -------------
90110
------------------
SAFETY EQUIPMENT CO. ----------
--
See attached
aid -------- --=
RIGHT SAFETY WARE
-------
------------------------
--------------------
ARMSTRONG MEDICAL
'
EAST COAST FIRE EQULPMF,i______
,r
HARCO LIFE SAFETY
------------------
..—..-------------C
-
------------------
i
---------- --L
-------- --------------------------
------
----------- -----
-------------
—'—�- —
—
------------
-------------
---------------+--
-------------
-------------
-- --------NN_-_
- ------------- T
--------
----------------------
_______________ _____received (D envelopes on behalf of
L4i.-, _-
arson recsivin� bids)
GSA/Solid Waste -Procurement Division-�-_oa _ ________-___-
(City Department)
�► City lack)
Y
I 3
59
r)
LEGAL ADVERTISEMENT
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami, Florida not later than 2:30 p.m. June 12,
1991 for the furnishing of Haz-Mat suits as or equal to
Trelleborg's Trellchem HPS-V for the Department of Fire, Rescue
and Inspection Services.
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 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. 6813)
Cesar H. Odio
City Manager
9J.-- 609
i ,fiJ
COW", MM
REOUISITION FOR ADVERTISEMENT This number must appear
In the advertisement.
DEPT/DIV. Procurement ( for F. R. I . S. )
la..
ACCOUNT CODE 2 8 0101- 2 8 7 ' tit
DATE5/24/91 � PHONE575•-5174 APPRCVED BY
PREPARED BY Maritza Pages
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement
Type of advertisement
(Check One)
legal
unE: ( 1 )
(number of times)
classified display
times.
Size: Legal
Starting date
Play
2 9, 19
91
First four words ofadvertisementi—
Bid No. 90-91-110: Sealed
bids
will
be....
(
Remarks: Haz -ha t : Suit:3
(open 6/12191 at 2:30 p.m.).
DO NdT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
c
LINE
PUBLICATION
ADVERTISEMENT
INVOICE
AMOUNT
0
Miami Review'
A-1
-271
B-2
- - )
!
-t ) --c
C-3
i
CO
D-4
E-5
N
F3
F4
F5
F7
F8
F9
F10
F11
F12
DUE DATE
LINE
TRANS
VOUCHER
YY MM DIDAdv.
Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13
1 117
18 1 125,34
39.42
45
50
51 56
57 62
63 65
66
0
1
2
4
1
VIP
2
10121
-
1
2
3
4
7
8 V P. 121314
15 DESCRIPTION
36
64 DISCOUNT 6N
72 AMOUNT
5
2
0
0L21
0
1
Approved for Payment
White - Purchasing i Yellow - Finance Pink - Department
Yellow copy: Silvia h4iendoza, Cit:Y Clerk`s Oi ice
Pink copy: Ptfaritza, Procurement :Xianagemei,t
9J - 609
A
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
• CA-6
TO . FILE
Honorable Mayor and Members DATE : AUG 2 61991
of the `ity Commission SUBJECT
Recommendation for
Resolution and Award of
Bid No. 90-91-110
FROM : REFERENCES: Ha.z-Mat Suits
Cesar H. Odio
City Manager ENCLOSURES
RECOMMENDATION
It is respectfully recommended that an Award of Bid be made and a
Resolution be passed to accept the bid submitted by Right Safety
Ware, a non-minority/non-local vendor, located at 550 Dana Road,
Ft. Myers, FL 33905, the only responsible and responsive bidder
to supply haz-mat suits in accordance to bid specifications at a
total proposed amount of $35,558.00. Funds are available from
Capital Improvement Program, Project No. 313237 Account Code No.
289401-840.
BACKGROUND
A haz-mat suit is a fully encapsulating garment that provides the
fire fighter with maximum protection from the life threatening
effects of hazardous materials. Hazardous materials are those
materials that, when exposed to the human body, may cause serious
illness, injury or even death.
Amount of Bid: $35,558.00
Source of Funds: Fire -Rescue Special Support Equipment
FY'90-91 Capital Improvement Project
No. 313237 Account Code No. 289401-840
Minority Participation: On July 11, 1991, Anne Whittaker of the
Minority Business/Women Procurement
Section was consulted and advised that
the recommended vendor was not a
minority.
Attachments
CA4 b -1
91_- 609
rs
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Judy S . Carter DATE : July 17, 1991 FILE
Chief Procurement Officer
Department of General Services SUBJECT Bid No. 90-91-110
and S lDu id e
Was Haz-Mat Suits
11..
FROMri ; le REFERENCES
Director of Fire, Rescue
and Inspection Services ENCLOSURES
This Department has verified available funding with the Capital
Program Manager that funds are available to cover the cost of the
subject bid in the amount of S35.558 Account Code Number
313237-289401-840.
FINANCE REVIEW & APPROVED BY:
IA
Carlos Garcia, Director
Department of"Finance
CAPITAL IMPROVEMENT
FUNDING REVIEW AND APPROVAL:
7�
E uar o Rod ig z
Capita rogram Manager
BUDGETARY REVIEW & APPROVED BY:
N/A
Manohar Surana, Director
Department of Management and
Budget
2
91- 609
SENT BY PRcCIRE�'E\T �1a�4GC�tET ..0 6-91 2 3UPAt CITY Or�'IA!NI- 1 ts1:� G`Jl t,tid�� F ar t
} M
30708
'ITY OF MIhNI. FLORIDA
j `riOCURENSHT WIXORKENT Niemi, 3$233-070$
)1V2QIc>N TSLXPHONa NO. 575-5174
P�+�
r BID BHBIIT (erpht'd.) BID No. 90-91-110
i
'''MI VID SHE8T AND BID ACXNO"LIKSMENT MUST BE,RETURNBD' IN TRIPLICATE IN '
THE ATTACHRD ENVZLOPB IDENTIFIED BY BID NMER, TIPM AND DATE OF BID'!
OPENING. Ili' 89CURITY' IS RSQUIRSb, A DID WILL NOT BE ACCEPTED UNLESS TH9,
DEPOSIT OR BOND IS SUBMITTED IN THIS SNVELOPB-
aross -,It 15 X&T an(Include cash discount for prompt payment, if any)
iditional discount of t if awarded all items,
arranty and/or quaranteet
:ate any variances to specifications (use separate shoat If '.
*cessary) I DtD>A -
3liverytAD calendar days required upon receipt of Purchase Order. `
slivery Point s) t As indicated in the Special Cond}tions
accordance with the invitation to Bid, the specifications, General conditions, Spec�a1
nditions, and General Information to Bidders, weagree to furnish the ILem(s) at Prices
dicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER S) t NAM OF COMMY OFFICER (S) s
T.J.- WRIGHT S i P OWNER
'lease use the back of t is page more space in necessary
Il V
(me of individual holding license in this profession (if applicable)
.� L �r.10:l {j
m.;,
o undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062'1'''
3nded, the Minority Procurement Ordinance of the City of Miami and agrees to comply with, '
plicable substantive and procedural provisions therein, including any amendments thereto�� t
R dder:_ I6{fT See? �- �4-K�_ Signatures
tel m (company name) Print Name i T, eT • I A.i
dicate if Busineas Is 52% Minority-ownedi (Check z= box only)
) BLACK ( j HISPANIC ( j FEMALE
firm ties an existing plan, effective date of implamentationt
firm does not have an existitt
0 plan, the Successful Biddet:(s) shall be required
:ablish an Affirmative Action Policy, pursuant to ordinance i10062 as amended. See rppan0
or •ausple. R1W SAFM K
dder: y„In�-��e-n.�".'�" Signature.
(company name)
.3
ITEM: Haz-Mat Suits
DEPARTMENT: Fire, Rescue and Inspection Services
TYPE OF PURCHASE: Single purchase
REASON! A haz-mat suit is a fully encapsulating
garment that provides the fire fighter with
maximum protection from the life threatening
effects of hazardous materials.
TABULATION: Right -Safety Ware $35,558.00
FUNDS: Capital Improvement Project No. 313237,
Account Code No. 289401-840.
BID EVALUATION: Bid
Invitations Bid
Mailed Responses
ALL VENDORS ............................ 17 1
MINORITY/FEMALE (M/F) VENDORS.......... 6 0
Within City limits .................. 0 0
Registered with City ................ 6 0
Black (B) Vendors ...................... 2 0
Located within City limits.......... 0 0
Registered with City ................ 2 0
Female (F) Vendors ..................... 2 0
Located within City limits.......... 0 0
Registered with City ................ 2 0
Hispanic (H) Vendors ... .. ............ 2 0
Located within City limits.......... 0 0
Registered with City ................ 2 0
NON MINORITY (NM) VENDORS .............. 11 1
Located within City limits.......... 0 0
"No Bids" .............................. - 4
Reasons for "No Bid" were as follows:
1. Armstrong Medical - "Do not carry specific item".
2. Harco Life Safety, Inc. - "No Bid".
3. East Coast Fire Equipment - "Unable to meet specifications".
4. Safety'Equipment Co. - Does not meet specifications.
RECOMMENDATION: IT IS' RECOMMENDED THAT THE AWARD BE MADE TO
RIGHT -SAFETY WARE AT A TOTAL PROPOSED AMOUNT OF
$35,558.00.
C i f Pro reme t Of ice
u
to
91- 609
Y