Loading...
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