HomeMy WebLinkAboutR-85-0895J-85-851-
r
RLESOLUT ION NO.
A RESOLUTI014 AC;C EIITIN(� THE B10 OF NATIONAL
DRAEGER, INC. FOR FURNISHING SELF CONTAINED
NED
BREATHING APPARATUS PACKAGES AN1)
MISCELLANEOUS PARTS 'TO THE DEPARTMENT OF
FIRE RESCUE AND I.NTSPECTION SERVICES ON y
CONTRACT BASIS FOR TWO (2) YEARS WITH AN
INITIAL PURCHASE OF 20U UNITS AT A TOTAL
BID PRICE OF $250, 847.82 "MINUS A TRADE-IN
ALLOWANCE OF $ 7 , 800. 00 I'OR A NET COST OF'
$243, 074.82; WITH UNIT PRICHS I;EMAINING
UNCHANGED FOR THE MIST YEAR AND A MAXIMUM
PRICE INCREASE OF 4.5c- DURING THE. SI,COND
YEAR; ALLOCATING FUNDS THEREFOR FROM THE
1981 FIRE, BOND PROJECTS; AUTI-IORIZ114G THE
CITY MANAGER TO INSTRUCT THP ASSISTANT
CHIDE' PROCUREMENT OE't:ICER TO ISSUE PURCHASE
ORDERS FOR THIS LQUI PNIENT .
WHEREAS, pursuant to public notice, sealed hills were
received June 26, 1985 for the furnishhing of Self Contained
Breathing Apparatus Packages and Miscellaneors Parts to the
Department of Fire, Rescue and Inspection Services, and
WHEREAS, invitations vie re mailed to 24 potential
suppliers and 3 bids were receiver; and
WHEREAS, funds for this purchase .are available in the
1981 Fire Bond Project; and
WHEREAS, this equipment will be used by the Department
of Fire Rescue and Inspection Services for the purpose of
replacing all current in service units; and
WHEREAS, the City Hanager 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
lowest responsible and responsive bid;
NMI, THEREFORE, RE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1.
The June 26, 1985 bid
of National
Draeger,
Inc. for furnishing
Self Contained Breathing
Apparatus
Packages
and Miscellaneous Parts
to the Department
of. Fire, Rescue and
Inspection Services
on a contract basis for
Two (2) years with an
r
_ initial purchase of
200 units at a total bid
price of $250,847.82
minus a Trade -In allowance of $7,800.00
for a net
cost of
CITY COMMISSION
M EA'9 tim v_.
SEP n ins
RESOL011( `, r,
Iu
a
$243,074.H2; with unit prices remaining unchanged for the first
year an,.l a maximum price increase of 4.5% (luring the second year
is hereby accepted with funds therefor hereby allocated from the
1981 Fire Bond Projects.
Section 2. That the City Manager is hereby authorized
to instruct the Assistant Chief Procurement Officer to issut?
Purchase Orders for this equipment.
PASSED AND ADOPTED this 12th day of SEP=3ER 1985.
MAURICE A. FERRE
MAURICE A. FEKRE
MAYOR
PREPARED AND APPROVED BY:
ROBE RT F . CLARK
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
LUCIA A. DOUGNERTY
CITY ATTORNEY../
A
t
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO The Honorable Mayor and Members
of the City Commission
a_Z)
FROM• Sergio Pereira
City Manager
20
DATE SEP 0 5 1985 FILE:
SUBJECT Recommendation for Resolution
and Award of Bid No. 84-85-82
Breathing Apparatus and "
Attachments
REFERENCES: For City Commission Meeting
of September 12, 1985
ENCLOSURES:
It is recommended that an Award of Bid be
made and a Resolution be passed accepting
the bid from National Draeger of
Pittsburgh, Pennsylvania, as the only
responsible bidder meeting specifications
for: 1. The one-time purchase of 200
Self Contained Breathing Apparatus
ccmplete with :miscellaneous parts, masks,
carrying cases and testing kit at a total
purchase price of $243,074.82 ($250,847.82
total bid minus $7,800.00 for existing
City owned breathing units), and 2. To
establish a two-year contract locking in
the original purchase prices for all items
on bid for a one year period from the date
of the bid award and locking in the second
year period for purchasing all items on
bid at a 4.5% maximum increase above first
year prices in the event that the City
finds it necessary to purchase additional
parts or equipment.
The breathing apparatus and accessories will replace all current
in-service units on Firefighting and Rescue apparatus. The
existing units have been in-service since 1980 and are beginning
to experience excessive downtime due to wear and tear. In
addition, there are features available now (buddy breathing,
speaking diaphragm and no -fog lenses) that were not available in
1980, that greatly increase our Fire Fighters' capabilities and
safety.
This purchase will also increase our stand-by inventory in the
event of a large scale hazardous materials incident resulting in
breathing apparatus contamination.
Funds for the purchase will be provided from Fire Bond Project No.
313216-289401-840 entitled Protective Breathing Apparatus.
KEM/
t
85-895
r
BID SECURITY
ttEy Self Conatined Breathing Apparatus DINE 9101 REC91V10 June 26, 1985 2:00 pm
84-85-82
TYPE OF SECURITY
�10DER
70TAL
International Safety Instr�unents,
P. O. Box 846
Lawrenceville, Georgia
nc.
Broken down by items
National Draeger, Inc.
101 Technology Drive
Pittsburgh, PA
Broken dawn by items
Survivair
P. O. Box 25018
Santa Ana, CA
Broken dawn by items
NO BID:
Safety Equipment Company
CompAir Mako
Williams and Campany,Inc
SecurityCo.
Eastern Safety Eq ipmentCo.
Orlando Safety Supply, Inc.
LEGAL ADVER'PISi ,',1ENT
BID NO. 84-85-82
Sealed proposals will be received by the City A]anagcr._,.and_C.ity
Clerk of the City of Miami, Florida riot later than`2O0 P.M. June ,
-2-6, 198�)for furnishing Self Contained Breathing Apparatus ZSCBA)
and related parts and attachment on a contract basis to the
Department of Fire, Rescue and Inspection Services.
Ordinance No. 9775 established a goal of Awarding 50% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black and Hispanic Minority Business Enterprises on
an equal basis.
'4inority Vendors who are interested in submitting proposals and
who are not registered with the City as minority vendors are
advised to contact the City Purchasing office. 1145 N.W. llth
Street, Room 126, Telephone 579-6380.
Detailed specifications for the proposals are available upon
request at the City Purchasing Office.
The City Manager may reject all proposals and readvertise.
(Ad No. 3254)
Pa
DEPT DIV.
ACCOUNT CODE
DATE
PREPARED BY _
n inp
REQUISITION FOR ADVERTISEMENT
PHONE
Publish the attached advertisement
inumbpr of bores
Type of advertisement: legal classified — _—
(Check One)
Size:
First four words of advertisement:
Remarks:
APPROVED BY
This number must appear
in the advertisement. —
DIRECTOR OF ISSUING DEPARTMENT
times.
display _.
Starting date
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATE Y MM DIDAdv.
Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
113 17
18 25
34 39
42 45 50
51 56
57 62
63 65
66 71
0
1
2
4
1
V
P
2
0
2
2
8
7
1
2
3
4 7
8 V P 121314
15 DESCRIPTION 36
64DISCOUNT 69
72 AMOUNT 80
5
2
0
0
2
0
1
a is
White — Purchasing Yellow - Finance
Approved for Payment
Pink — Department
Page
1
of
AWARD OF BID
Bid No.84-85-82
ITE?-1: Breathing Apparatus and Attachments
DEPARTMENT: Fire, Rescue and Inspection Services
TYPE OF PURCHASE: Two (2) Year Contract
REASON: Breathing apparatus and accessories to
replace all current in-service units
on Firefighting and Rescue apparatus.
POTENTIAL BIDDERS: 24 E
BIDS RECEIVED: 3
TABULATION: Attached
FUNDS: 1981 Fire Bond Project
AINORITY PARTICIPATION: Invitations to Bid were sent to one
1 Black and two 2) Hispanic firms engaged in the sale of
Safety Equipment, as located in these sources:
1. Metropolitan Dade County :-Minority Vendor Directory.
1. Bidder Applications on file in Purchasing
Previous aids on file in Purchasing
No Minority response was received.
' BID EVALUATION: National Draeger is the only
responsible bidder meeting the specifications. It is
recommended that bids from both ISI and Survivair be
rejected as not meeting specifications (see attachement
entitled Department Assessment of Exceptions to Special
Conditions and Specifications). They also fail in
submitting samples as requested in special conditions.
Following is an analysis of the Invitation to Bid:
Number of Bid dumber of
Category Invitations Mailed Responses
Prior Bidders
Black American 0 0
Hispanic American 1 0
Non -Minority 3 0
New Bidders
Black American 1 0
Hispanic American 1 0
Non -Minority i8 3
Courtesy Notifications 10 0
"No Bids" - 6
Late Bids - 0
Totals 34 � a
Page 1 of 2 85-895
Reasons for "No Bid" were as follows:
1. Safety Equipment Co. "We are unable to meet the
specifications."
2. Comp Air Mako. "Cannot meet specifications."
3. Williams & Company, Inc. "No longer handle safety items."
4. Industrial Safety & Security Co. "Unable to supply."
S. Eastern Safety Equipment Co. "Do not manufacture Item."
6. Orlando Safety Supply, Inc. "Unable to meet specifications."
RECOMMENDATION:
IT IS REC .MMENDED THAT THE AWARD BE
MADE TO LiATIOCiAL DRAEGER, INC. IN THE
TOTAL PROPOSED AMOUNT OF $243,074.82.
Assistant Chief Procurement Officer
Date _
The Minority Procurement Officer concurs with the above '-
rec:cmmendation. , I
officer =
Date i
Page 2 of 2 85-895
DEPARTMENT ASSESSMENT
of
EXCEPTIONS TO SPECIAL CONDITIONS AND SPECIFICATIONS
BID NO. 84-85-82
BREATHING APPARATUS AND ATTACHMENTS
.. oo
op
SPECIAL CONDITION/SPECIlICATION
EXCEPTION ACCEPTADLENNACCLPTABLE
Items II and III of Specification require that SCBA be of a two Vendor offers a SCBA of single stage design. ppM;CEPTABL$ - Single Stage
Note: Should we have specified a single stage design does not allow:
stage design unit, only IS1's unit would meet the Specifi- 1. Buddy breathing
cation. 2. Constant air supply
under exertion.
3. Supplied air capability.
P-10 1 of 13
10
s
)j
■
M
r�
W
SPECIAL CONDITION/SPECIFICATION
5. WARRANTY/GUARANTEE
The successful Bidder shall furnish the City of Miami Fire Depart-
ment a written warranty from the manufacturer of the brlathing
apparatus:
a) Agreeing to replace. repair or rebuild any and all components
of the complete system that are defective at the time of de-
livery. or become defective from any manufacturing defaults
within three years after delivery. and placed into service. by
the purchaser.
b) Agreeing to replace. repair or rebuild the first stage pressure
reducer for a minimum period of four (4) years.
c) Agreeing to replace the facepiece for a period of four (4) years.
d) Stating the proper maintenance (inspections. internal parts re-
placement and re -calibration) intervals.
e) Showing manufacturers liability insurance with a face amount of
liability of not less thatn $10,000.000.00.
6. 1MPROVEMNTS
The successful Bidder shall, for a period of not less than ten years
agree to make available to the purchaser under these Specifications
all improvements that are developed and are applicable to the units
purchased under these Specifications. The coat for these improvements
shall be Lite real/actual manufacturer's costs plus ten percent. How-
ever, in no case shall the costs be more than the authorised distribu-
tor price. An example of an improvement would be forty-five minute
cylinder.
page 2 of 13
EICEPTION
ACCEPTABLE/imACCEnABLE
5. WARRANTY/GUARANTEE UNACCSYTABLS-- Significant
A. Warranty period is one year. roe[ factor over time
B. Agree to replace, repair, or re-
build regulator for a minimum
period of oue year only under con-
ditions as stated in Lite Survivair
warranty.
C. Agree to replace the facepiece for
a period of one year only under cun-
ditions as stated in Survivair warr-
anty.
6. IMPROVEMENTS UMCCBPTABili -We speci-
fied manufacturar
The rust of all Survivair voluntary improve- cost plus 10% - Ven-
ments will be sold to the City at distributor dor offers dlstribu-
price, plus 10%. tors price plus 10%.
SPECIAL CONDITION/SPECITICATION
7. MODIFICATIONS
For the life of the unit. the successful Bidder shall agree to
Immediately provide to the City. at no cost to the City,'any
modifications necessary. including part and/or components to
maintain all of the apparatus and components purchased in service
should any one or both of the NIOSH and DOT find it necessary to
void their certification of the apparatus or any of its components.
This includes, if necessary. replacing the entire breathing appara-
tus at no cost to the City with an approved apparatus of the City's
choice.
In the event of a "re -call" or other similar type event. the success-
ful Bidder shall provide to the City "Loaner" replacement apparatus
while the City's apparatus is being modified.
8. DISCOUNT
The successful Bidder agrees to furnish to the City parts at the
following discounted prices. The lessor of:
a) List price less 25%
b) Distributor price plus 15%
10. SAMPLES
All Bidders shall furnish the City of Miami one (1) complete SCBA
unit and one (1) complete supplied air respirator that are proposed
to be provided if awarded the Bid. These units are for the purpose
of visual and non-destructive evaluation by the City of Miami.
These units shall be delivered to the City of Miami Fire Garage at
1151 N.W. 7th Street, Miami. F1 33136, within one (1) week after
Bid opening. but not prior to Bid opening. Units provided shall
be evaluated within two (2) weeks by the City of Miami. Bidders
shall make arrangments to provide return shipping at their expense.
EXCEPTION ACCEPTABLE/UNACCEPTABLE
7. MODIFICATIONS UKAW IPTABi1C - Under vendors
In the event of a recall, loaner units offer we would be supplied
willonly 50 unite if a "re -
will be available, to a maximum quantity call" or "atop -use" order
of 1/4 the number of units In service. is issued. It takes a mini-
mum of 153 units to keep us
combat ready.
8. DISCOUNTS
Survivair agreees to furnish the City
parts at distributor price plus 15%.
10. SAMPLES UN&C0W1W j&.- We need both
The XL-30 SCBA is not available with air- units prior to award recom-
Line attachment. thus Survivair's 9881 mendation. We will not buy
supplied air respirator will be available without testing and evalua-
as a sample upon award. tion.
Page 3 of 13
E
SPECIAL COlIDIt10N/SYECITIGTION EXCEPTION
I.4. No speaking diaphragm is available
1.4. 1lie faceplece shall contain a speaking diaphragm that provides on ills XI-30 unit.
clear communication while wearing the S.C.B.A. The speaking
diaphragm shall be designed to be protected from physical assault
on both the inside and outside the facepiece. The speaking dia-
phragm shall be replaceable.
I.B. The facepiece shall include a nosecup as standard equipment.
1.12. Tile facepiece shall be available in both silicone and neo-
prene material.
11.3. The pressure reducer shall house a warning whistle which will
automatically activate when there is 25% or less of full cylin-
der pressure. Tile warning whistle shall have a dba level of at
least 95 at a 3 foot distance.
a) The warning whistle shall. with manual external movement.
change its tone and sound recognization.
11.6. In addition to supplying air to the second stage pressure regu-
lator, the first stage regulator and hose assembly shall be de-
signed to supply air to a waist strap located stainless steel
female quick disconnect. (This female shall accept all male
disconnects beLween 1st and 2nd stage). The waist strap double
action quick disconnect shall be capable of supplying air to
another second stage regulator and facepiece assembly-
page 4 of 13
I.B. The nose cup kit will be delivered
as a separate ltem. It w111 not be
installed In the facepiece.
I.12, The facepiece is available In sill=
cone rubber only.
11.3. Ti.e XL-30 is equipped with a bell
warning device instead of a whistle
type.
11.6. No supplied air altaChMent Is avall-
able ou the X1.-30 SCBA.
ACCERAILS MACCEPTABLE
U&j=UgU0 - A major signi-
ficant requirement and readi-
ly available ft.. 5 of the 6
units evaluated. Please note
chat it is also avalabLe on
the Survlvair Mark 1I, but
not offered by Survivalr In
their Bid Proposal.
LULA=TUIP - Spec if lcat loon
call fur completely a sembld
units - not kits to be in-
stalled by the City.
UN&C,cMYTABty - city'. evalua-
tion and experience dictate
the need for masks of both
compusltions.
wNAeXALrUylp - City's evalua-
tions and experience dictate
the need for audio alarm will'
minimal or no moving pares.
UNACCOTABIJ6 - A major signi-
fLcant requirement and readi-
ly available on 4 of the 6
units evaluated including the
SurviVair Mark II, but not
offered by Survivair in their
Bid Proposal.
k
1
M
SPECIAL CONDITION/SPECITICATION
II1 1. The second stage regulator shall be facepiece, quick
disconnect mounted.
III.2. The quick disconnect shall not be capable of being
accidentally disconnected.
11I.4. The second stage regulator shall be supplied with air
through a properly routed flexible hose with two. double
action stainless steel quick -disconnects. One disconnect
shall be between 11.5 and 12.5 inches from the second
stage regulator connection. The other quick disconnect
shall be between 29 to 33 inches from the second stage
regulator connection. The locations of the quick dis-
connects shall be the same on all units supplied under
these Specifications.
1II.6. The second stage regulator shall have a positive pressure
type operation with a stand by mode of operation that pre-
vents the lose of air when the cylinder valve is open and
the facepiece is not connected to the regulator.
IV. 3. The backframe shall have provisions to mount the first
stage regulator.
Page 5 of 13
EXCEPTION
ACC EPTABLE/UNACCEPTABLE
I11.1. This regulator is combined with the
UllWXM'rAAW - This re -
lot stage regulator located at the
quirement allows City to
belt,
eliminate large, cumber-
some corrugated breathing
tubes. These tubes snag
on objects and collect
moisture within cite corr-
ugations.
III 2. There are no quick disconnections
to be accidentally disconnected.
III 4. The 1st and 2nd stage regulator
iJVACCRPTABI,W - Without
are combined as one assembly.
this feature the Buddy
breathing feature is not
possible.
II1 6. Not applicable. M►iCC9PMLj1� - This fea-
ture provides instant air
flow and protection for
Firefighters in an emer-
gency situation and allows
fur conservation of air
IV 3. The regulator is located on the supply.
waist strap UMACCRPTABLIP- Bidders reg-
ulator location requires
use of high pressure hose -
a weak liuk in present
system.
2
5
CA
Vi
t
M
CD
UT
SPZCUL CONDITION/SPECIFICATION
IV. 4. The portion of the frame that comes into contact with the wearer
shall be neoprene (or other approved non -ozone material) padded.
1V. B. The entire assembly shall be designed to provide adequate routing
of the pressure hoses to:
(a) The second stage regulator
(b) The supplied air, buddy breathing quick disconnect.
(c) The pressure gauge located on the right shoulder strap.
V.10. The right shoulder strap gauge shall:
(a) Be visible and readable to the user when the apparatus to
donned
(b) Be water tight
(c) Have increment designations with distinguishable "lines"
for each 100 lbs. plus numerical designations for each 500
lbs. plus a "full" green zone at 2216 psig and a "low" red
zone from 0 psig to 252 of useful service life.
(d) Have reflective capabilities. allowing for the gauge to be
read with minimal light in smokey. dark environments
(e) Shall be accurate within plus or minus 52
Page 6 of 13
EXCEPTION
IV 4. Because of the comfort built into
the XL-30 back pack, additional
padding is not required.
IV 8. Routing of Pressure Hose:
B. No supplied air or buddy breath-
ing are available on the XL-30
SCBA.
C. The pressure gauge is located on
the regulator assembly located
on the waist strap.
ACCEPTABU/UNACCEPTABLE
V 10. There is no gauge located on the shoul-
der strap. (See 8C above).
URACCBPTABW - Availability
of buddy breathing capabil-
ity is non-negottable-avail-
able on 4 of the 6 units
evaluated as well as Survi-
vtar's Mark I1. Over the
shoulder gauge feature en-
ables Firefighter to see
his air supply in smokey and
dark conditions.
UNACCEPTABLO - Waist strap
located gauge is not visible
under Firefighting conditions
■J
Xmia yr
E-
K
SPECIAL CONDITION/SPECIFICATION
Vt. SUPPLIED AIR SYSTEM
The successful Bidder shall supply components, assembled and ready
to be used with this departments AERIAL APPARATUS Supplied Air Systems.
This assembly shall consist of a facepiece and quick disconnect.face-
piece,second stage regulator with a flexible hose with Schrader f8050-11
male unit disconnect. The flexible hose shall be eight feet inlength
with additional eight foot lengths available as an option. The face -
piece and regulator shall be the same model as herein specified for the
SCBA.
UCLPTION ACCEPTABLE/UNACCEPTABLE
VI. SUPPLIED AIR SYSTEM
There are no supplied air systems avail- UNACCEPTABLE - Significant
able on the XL-30 breathing apparatus, replacement cost factor and
so a separate SAR system will be provided, requires separate parts in-
9881. series, literature enclosed. ventory as well as additional
training.
VII. 4. Comprehensive video and sound programs shall be provided. The pro- VIL
4. Training aids available consist of a
W1ACWTABLP - No mention of
gram
shall:
13 minute VHS 1/2" video and a repair
repair and or maintenan:e
(a)
Be capable of being operated on a Sony 3/4" Umatic video cass-
and users manual.
tape or of what the 13 min-
ette player. model No. VP5000.
ute tape offered covers.
(b)
Consist of one (1) tope demonstrating routine daily operational
checks including minimum procedures and standards as prescribed
by the manufacturer.
(c)
Consist of one (1) tape demonstrating the proper use of Lite
"realistic" training provided by successful vendor In these
specifications - Section VII - A Page 1 of 2.
(d)
Both tapes ( (a) and (c) of this section) shall be available
to coincide with commencement of actual hands-on user train-
ing as stipulated in this section.
�► -
The XL-30 training cost would be very liml-
L2=V. PTABL2 - The reference]
Led due to the City of Miami using the Mark I
brochure mentiuna no train -
currently. The operating and repair procedure
ing what -so -ever. There -
are almost identical to the unit bid (XL-30)
fore, it is reasonable to
*
Please refer to the XL-30 brochure attach
conclude from the citeded
'r�
v ,
any
lnot fofferibid
footnote that Lite City will
byrSurvivairtwill anything otter
receive none.
than what Is stated In this brochure.
Page 7 of 13
i
�
I III �
�I
.. ,. ._. .. ..n�•
6
SPECIAL CONDITION/SPECIFICATION
1. SCOPE AND PURPOSE
It is the intention of the City of Miami to purchase at the lowest
possible cost and at the earliest possible time, Self Contained Breath-
ing Apparatus (SCBA) and related parts and attachments on'a contract
basis for one (1) year with an option to extend for an additional year
to the Department of Fire, Rescue and Inspection Services.
3. PRICING AND PAYMENT
Pricing established herein shall prevail for the term of the contract.
Payment shall be made monthly, in arrears, for work performed/items
delivered the previous month, upon submission of proerly certified
Invoices. No advance payments of any kind will be made by the City
Of Miami.
Page 6 of 13
EXCEPTION ACCEPTABLENNACCEPTABLE
1. Scope and Purpose - National Draeger is - The City would
willing to accept a one (1) year contract like to exercise the 2 year
with an option to extend for an additional contract with max increase of
year or we will accept a full two (2) year 4.5% for the second year.
contract with a maximum 4.52 contract price
Increase for the second year.
3. Pricing and Payment - We are in agreement
with the terms set forth in this bid but
we would like to address the transfer of
title for the products. Title to the pro-
ducts supplied hereunder shall remain with
National Draeger until the purchase price
therefore (and any other sums payable here-
under) is paid in full by Purchaser. Pur-
chaser hereby agrees to execute any financ-
ing statements (including UCC-1's) relating
to the Products, as may be requested by
National Draeger to protect National Draeger's
aecurity interest in the Products.
SPECIAL CONDITION/SPECIFICATION
5. WARRANTY/GUARANTEE
The successful Bidder shall furnish the City of Miami Fire Department
a written warranty from the manufacturer of the breathing apparatus:
a) Agreeing to replace, repair or rebuild any and all components of
the complete system that are defective at the time of delivery,
or become defective from any manufacturing defaults within three
years after delivery, and placed into service. by the purchaser.
b) Agreeing to replace. repair or rebuild the first stage pressure
reducer for a minimum period of four (4) years.
c) Agreeing to replace the facepiece for a period of four (4) years.
page 9 of 13
t'P
EXCEPTION
Warranty/Guarantee - Pulnts 5a, 5b, and 5c
are to be changed to read:
a) Agreeing to replace, repair or rebuild
any and all components of the complete
system that are defective at the time of
delivery, or become defective within
three years after delivery due to defects
in material and workmanship. The product
Is warranted to be free from defects in
material and wurkmanship under normal use
and service. This warranty extends only to
the original purchaser and does not cover
damage or loss resulting from misuse, acci-
dent, neglect, improper installation, oper-
ation. maintenance or use. Any unauthorized
repair, modification or adjustment of the
product voids the warranty.
b) Agreeing to replace. repair or rebuild for a
period of five (5) years the first stage
pressure reducers that fail due to defects in
material and workmanship. The product is warr-
anted to be free from defects in material and
workmanship under normal use and service. This
warranty extends only to the original purchaser
and does not cover damage or loss resulting
from misuse, accident, neglect, improper in-
stallation, operation, maintenance or use. Any
unauthorized repair, modification or ad)ust-
ment of the product voids the warranty.
ACCEPTABLEMNACCEPTABLE
�- Note
vendor increased
warranty period frum
4 to 5 years.
I
jpk
SPECIAL OONDITION/SPECIFICATION
Page 10 of 13
EXCEPTION ACCEPTABLE/UNACCEPTABLe
Warranty/Guarantee (couL.)
c) Agreeing Lo replace, repair or rebuild foriiY
a period of four (4) years those facepieces
that fail due to defects in material and work-
manship. The product is warranted to be free
from defects in material and workmanship under
normal use and service. This warranty extends
only to the original purchaser and does. not
cover damage or loss resulting from misuse,
accident, neglect, improper installation, opera-
tion, maintenance or use. Any unauthorized re-
pair. modification or adjustment of the pro-
duct voids the warranty.
The warranty set forth above (5a. 5b, 5c) is in lieu Y1i�lYWir
of all other express or implied warranties, including
but not limited to any implied warranties of merchant-
ability or fitness for a particular purpose. Further-
more. National Draeger shall not be liable for loss of
use, income or profit, incidental, special or conse-
quential or other similar damages arising. directly or
Indirectly. out of pr occasioned by the operation. use,
installation, repair or replacement of its product
whether such damages are based on a claim of breach of
express of implied warranties. toutious conduct (in-
cluding negligence and strict liability or any other
cause of action.
6.
7.
SPECIAL CONDITION/SPECIFICATION
IMPROVEMENTS
The successful Bidder shall, for a period of not less than ten years
agree to make available to the purchaser under these Specifications
all improvements that are developed and are applicable to the units
purchased under these Specifications. The cost for these improvements
shall be the real/actual manufacturer's costs plus ten percent. How-
ever, in no case shall the costs be more than the authorized distri-
butor price. An example of an improvement would be forty-five min-
ute cylinder.
MODIFICATIONS
For the life of the unit. the successful Bidder shall agree to immed-
iately provide to the City. at no cost to the City, any modifications
necessary, including part and/or components to maintain all of Elie
apparatus and components purchased in service should any one or both
of the NIOSH and DOT find it necessary to void their certification
of the apparatus or any of its components. This includes. if necess-
ary, replacing the entire breathing apparatus at no coat to the City
With an approved apparatus of the City's choice.
In Elie event of a "re -call" or other similar type event. the success-
ful Bidder shall provide to the City "Loaner" replacement apparatus
while the City's apparatus is being modified.
Page 11 of 13
EXCEPTION
ACCEPTABLEMNACCEPTABLE
6. Improvements - The period of agreement for llULVANNOM - Longest time
this clause shall be changed from ten (10) frame offered by any
years to four (4) years. Bidder.
7. Modifications - This clause shall be changed OAMJNWAME
- Vendor offers
to read as follows: Fur the life of the unit, a
reasonable alteractive
Elie successful bidder shall agree to immediate-
that meets the intent of
ly provide to the City, at no cost to the City,
the requirement.
any modifications necessary. including parts and
or components to maintain in service all of the
apparatus and components purchased, should any
one or both of the NIOSIi or DOT find it necess-
ary to void the existing certifications of this
particular apparatus or its components due to
design and/ur manufacturing faults associated
with these apparatus. This includes, if nec-
essary. replacing the entire breathing appara-
tus or component parts as necessary at no cost
to the City with a comparable approved appara-
tus or component part(s) from the same manu-
facturer.
In the event of a "re -call" or other similar type
event, the successful bidder shall provide to the
City an equivalent quantity of "loaner" replacement
apparatus Or component parts while the City's appara-
tus or component parts are being modified.
_...,or�
6.
7.
SPECIAL CONDITION/SPECIFICATION
IMPROVEMENTS
The successful Bidder shall, for a period of not less than ten years
agree to make available to the purchaser under these Specifications
all improvements that are developed and are applicable to the units
purchased under these Specifications. The cost for these improvements
shall be the real/actual manufacturer's costs plus ten percent. How-
ever, in no case shall the costs be more than the authorized distri-
butor price. An example of an Improvement would be forty-five m1n-
ute cylinder.
MODIFICATIONS
For the life of the unit, the successful Bidder shall agree to immed-
iately provide to the City, at no cost to the City. any modifications
necessary, including part and/or components to maintain all of the
apparatus and components purchased in service should any one or both
of the NIOSH and DOT find it necessary to void their certification
of the apparatus or any of its components. This includes, if necess-
ary, replacing the entire breathing apparatus at no cost to the City
With an approved apparatus of the City's choice.
In the event of a "re -call" or other similar type event, the success-
ful Bidder shall provide to the City "Loaner" replacement apparatus
while the City's apparatus is being modified.
Page 11 of 13
EXCEPTION ACCEPTABLENNACCEPTABLE
6. Improvements - The period of agreement for - Longest time
this clause shall be changed from ten (10) frame offered by any
years to four (4) years. Bidder.
7. Modifications - This clause shall be changed Oftlift" - Vendor offers
to read as follows: Fur the life of the unit, a reasonable alternative
the successful bidder shall agree to immediate- that meets the intent of
ly provide to the City, at no cost to the City, the requirement.
any modifications necessary, including parts and
or components to maintain in service all of the
apparatus and components purchased. should any
one or both of the NIOSH or DOT find it necess-
ary to void the existing certifications of this
particular apparatus or its components due to
design and/or manufacturing faults associated
with these apparatus. This includes. if nec-
essary. replacing the entire breathing appara-
tus or component parts as necessary at no cost
to the City with a comparable approved appara-
tus or component part(s) from the same manu-
facturer.
In the event of a "re -call" or other similar type
event, the successful bidder shall provide to the
City an equivalent quantity of "loaner" replacement
apparatus or component parts while the City's appara-
tus or cumponcnt parts are being modified.
t•
I
SPECIAL CONDITION/SPECIFICATION
EXCEPTION ACCEPTABLENNACCEPTABLE
9. DELIVERY:
9. Delivery - We are in agreement with the
Deliveries are to be urbanized in minimum quantities of twenty-five
delivery schedule as set forth by the City
complete packages at a time_ All merchandise must be delivered
in this bid invitation. We will exercise
within sixty calendar days from the first delivery. The first de-
our best efforts to make delivery as sched-
livery shall be within seventy calendar days from the Issuance of
uled. but shall not be liable for any lobs
a Purchase Order from the City.
for damage or for failure to deliver or de-
lays In delivery caused by a labor dispute
(lpeluding strikes, slowdowns and lockouts)
fire, flood, or governmental act or regula-
tion, riot, inability to obtain supplies.
materials or shipping space, plant break-
down, power failure, delay or interruption
of carriers. accident. Acts of God or other
causes beyond our control. Furthermore,
we shall not be liable for any Incidental
special or consequential damages resulting
from failure to meet delivery schedules for
the foregoing or any other causes.
11.3. The pressure reducer shall house a warning whistle which will auto-
1I.3.In Section I1, Compressed Air Supply, item J.
matically activate when there Is 252 or less of full cylinder pres-
the PA-80-FS warning whistle has a dba level
sure. The warning whistle shall have a dba level of at least 95 at
of at least 90 dba at a three foot distance.
a 3 foot distance.
11.6. In addition to supplying air to the second stage pressure regulator,
II.6.In section 11, Compresser Air Supply, item 6, ,
the first stage regulator and lose assembly shall be designed to sup-
the PA-80-FS first stage regulator and hose
ply air to a waist strap located stainless steel female quick dls-
assembly is designed to supply air to a waist
connect. (This female shall accept all male disconnects between 1st
strap located, chrome plated, brass female.
and 2nd stage). The waist strap double action quick disconnect shall
quick disconnect.
be capable of supplying air to another second stage regulator and face
-
piece assembly.
Page 12 of 13
0
s
EXCEPTION ACCEPTABLE/UNACCEPTABLE
SPECIAL CONDITION/SPECIFICATION
111.4.
The second stage regulator shall be supplied with air through a
11I
4. In Section I1I, Second Stage Regulator,
properly routed flexible hose with two. double action stainless
item 4, the PA-W-FS second stage,regula-
steel quick -disconnects. One disconnect shall be between 11.5
for is supplied with air through a proper -
and 12.5 inches from the second stage regulator connection. The
ly routed flexible hose with two, double
other quick disconnect shall be between 29 to 33 inches from the
action, chrome plated, brass quick dis-
secund stage regulator connection. The locations of the quick
connects.
disconnects shall be the same on all units supplied under these
specifications.
IV.6.
The harness assembly shall have an adjustable padded harness, with
IV.
6. In Section IV, Ba,kframe and Harness, Item VWUMM&
all aluminum. (or all stainless steel) alligator clips for shoulder
6, the PA-80-FS harness assembly 1s an ad -
strap adjustments. It shall have an adjustable waist strap with an
justable padded harness, with cadmium plated
aluminum ( or stainless steel) clip hook and an adjustable "D" ring.
steel alligator clips for shoulder strap ad-
justmants. It has an adjustable waist strap
with a stainless steel D-ring and a steel
clip hook.
V. 6.
The cylinder, when fully charged to 2216 psig, shall have a weight
V.6.
In Section W. Pressure Vessel and Valve Ass-
- City
of not more than twelve (12) pounds.
embly, item 6, the cylinder and valve assembly
erred in weight Spec -
weights 12.5 pounds maximum when empty. When
ification - weight
fully charged to 2216 psig, the cylinder valve
specified is the emp-
assembly weight is 16 pounds. Note: bidder
ty weight -All three
cites wrong section - should be Section V, Item
Bidders bid the iden-
y6,
tical cylinder.
I'll A.
USER/NEARER TRAINING - It is the intent of this provision to obtain
VIL
A. In Section VII, Training, National Draeger will
realistic training, utilizing training props, heat and smoke conditions
utilize its Mobile Respiratory Protection Train-
*MEMO"
for the period of time necessary to adequately train all users. This
Ing Center to fulfill the user/wearer training.
training is to take place within the corporate limits of the City of
The Mobile Respiratory Protection Training Cen-
Miami.
ter will be made available to the City of Miami
for the period of 90 days. The attached article
entitled "Realistic User Oriented SCBA Training"
describes.the system that will be used by National
Draeger.
Page 13 of 13
TABULAT10- N CIE BIDS FOR
BREATHING APPARATUS AND ATTACHMENTS. BID NO. 84-85-82
City Monagrr, City Clerk WAXY&
Received 6y City of Miami, Fl-do are-np!-P. M. June 9,_'Fir_ 1985_ Page I Of 1
Bid�rr5=
$URV1V91lZ
/UN7/wnc nitgcGEK
L-crnsed S I-sureo os Per Cary Code 3 Mrtra Ord.
8•d 8ond Arno..nr
I rrequlanhrs •
Item
No.
DESCRIPTION
QUA-71
Untl
Pace
Taral
Unit
?nce
Torol
Unit
Pnce
Totol
liner
�ncr
Toral
Una
Pr.
Toral
Untt
Pr.
Tetal
/
Scoo Agcmc_E- comet 'rE
200
'77ir0o'0171
S00.uo:
737.0o
ffIV7 Hao.ao
% ! 169.ov
1233,$00-0•
Z
S 9RE GyLIN06It_
/O
200.00
2 a00. 00
210. OD
/a0.0a
1SS-v0
1 Qfd,eo
,79S.90
3
AuD/6cE ALA<n ASIEndcy
/0
53,Yo
5,3Y.00
11 0o
1 /Sd.da
77.SY
_
It
I iT 5TA66 PR6fsuRE eo-c-,z
/U
IVA
N14
--
--
222.6Q
2 2zt.4O
S
2Ato 57ACe RErruc1970/t
1 S
/43. 3Y
2 rI5a.4
t/25.00
6 37Sde
1357. t'
2 03140
G
SPECTACLE Krr
Yu
20.00
700.00
26•00
1 010.06
32,25
1240.Do
7
5uf?Li&p Aot si`srem
25--
/ -00
/ 5-5-0.00
377.00
9 77S.+a
r9s0u
`i Y7S,oa
5urrtleo /4" 14as-F Asscorat
`f
20.00
80.0o
sSgo
2zooa
37.3'a
/s752
7
SC6.9 4fAdAYlN6- CASE
/0
Si.OU
_SQv. 00
51.e0
sPO.00
51. 00
510-00
/D
5C6A COMPLt=TcF
)
6o0.00
600.00
437.00
937ou
53T,00
TMv
11
EOP<ENE FACE//EcE-
2
c/ S OU
110.00
N0 b tJ
IvatS'D
i o .50
l6 /• Oo
12•
[-
5/L1CoNE Acci/�/CCr
/Z
NA
N//)
13S.Go
1,620.00
//0.257
1/323.00
13
FfiCE//ECE 57uRAbt= 695-e
SO
N/}
/' f1
2.00
100.00
1.55-
77.5
/Y
5C3A TesnNF r CHchtRn7/rL kIT
l
1yU.00
/Y0.00
2 500.0o
2SW0,00
14.6,,
734.00
Su - 07A1-
�211,S2Y.Y5
213,7970
250,47f.£2
1 7'
%K90r - 1.3 - $CM Ca/4rtt76
170
No ah)
Na B/D
jvd &t0
Ni 410
�� 30-ov
��S1at!a✓
/6
,taot=- lr( - 5-6ve cycrNOE,z
/cSU
,l/o,sto
No A/a
#0 A)
Nu ar
IS.w
i'27w-•a
O7NuS
�Z11 S2y,Es
213977.00
*2Y3,M..Yz
f
I
-
-
t