HomeMy WebLinkAboutR-03-0649J-03-485
06/12/03
RESOLUTION NO. 03
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR-FIFTHS (4/5TIS ) AFFIRMATIVE VOTE, AFTER
AN ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S
FINDING OF SOLE SOURCE; WAIVING THE
REQUIREMENTS FOR COMPETITIVE SEALED BIDDING
PROCEDURES AND APPROVING THE PROCUREMENT OF
HOLMATRO EXTRACTION TOOLS AND ACCESSORIES
FROM TEN -8 FIRE EQUIPMENT, INC., SOLE SOURCE
DISTRIBUTOR OF HOLMATRO INC., FOR THE
DEPARTMENT OF FIRE -RESCUE, ON AN AS -NEEDED
CONTRACT BASIS FOR A ONE-YEAR PERIOD, WITH
THE OPTION TO EXTEND FOR TWO ADDITIONAL
ONE-YEAR PERIODS, IN AN ESTIMATED ANNUAL
AMOUNT OF $164,704, FOR THE FIRST CONTRACT
YEAR, AND $50,000 EACH FOR CONTRACT YEARS 2
AND 3, FOR A TOTAL CONTRACT AMOUNT NOT TO
EXCEED $264,704; ALLOCATING FUNDS FROM
FIRE -RESCUE HOMELAND DEFENSE PREPAREDNESS
PROJECT NO. 313305, ACCOUNT CODE
NO. 289307.6.840, FOR THE FIRST CONTRACT
PERIOD ENDING SEPTEMBER 30, 2003, AND CAPITAL
IMPROVEMENT PROJECT NO. 313304, ACCOUNT CODE
NO. 289401.6.840, FOR CONTRACT YEARS 2 AND 3,
BEGINNING OCTOBER 1, 2003 AND OCTOBER 1,
2004, SUBJECT TO BUDGETARY APPROVAL.
WHEREAS, the Department of Fire -Rescue ("Fire -Rescue")
requires the procurement of Holmatro extrication tools and
accessories to upgrade three existing twelve -year-old extrication
systems used by Fire -Rescue's Technical Rescue Team and emergency
medical personnel to extricate and disentangle victims from
crashed vehicles, machinery, and/or collapse scenes; and
CITY COM USSION
MEETING OF
J U h 1 2 ?Pn3
Resolution No.
03— 6 9
WHEREAS, the proposed Holmatro devices will standardize all
systems and provide for efficient maintenance and effective
training; and
WHEREAS, it is critical that the Holmatro extrication
devices are compatible with the existing Holmatro equipment
currently used by Fire -Rescue to ensure the safety and well being
of the City of Miami's citizens and visitors; and
WHEREAS, the Chief Procurement Officer has adopted a finding
that Ten -8 Fire Equipment, Inc., is the sole source distributor
of Holmatro, Inc. in this service area to provide the required
equipment; and
WHEREAS, the finding of the Chief Procurement Officer has
been approved and adopted as the finding of the City Manager; and
WHEREAS, the City Manager and the Chief of Fire -Rescue
recommend that the requirements for competitive formal sealed
bids be waived and the procurement of the above service as
specified be approved;
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 adopted by reference and
incorporated as if fully set forth in this Section.
Page 2 of 4
03- 649
Section 2. By a four-fifths (4/5th,) affirmative vote,
after an advertised public hearing, the City Manager's finding of
sole source is ratified, approved and confirmed, the requirements
for competitive sealed bidding procedures are waived and the
procurement of Holmatro extrication tools and accessories for the
Department of Fire -Rescue, from Holmatro, Inc., the sole source
distributor, on an as -needed contract basis for a one-year
period, with the option to extend for two additional one-year
periods, in an estimated annual amount not to exceed $164,704 for
the first contract year and $50,000 each for Contract Years 2 and
3, for a total contract amount not to exceed $264,704, with funds
allocated from Fire -Rescue Homeland Defense Preparedness Project
No. 313305, Account Code No. 289307.6.840, for the first contract
period ending September 30, 2003 and Capital Improvement Project
No. 313304, Account Code No. 289401.6.840, for Contract Years 2
and 3, beginning October 1, 2003 and October 1, 2004, subject to
budgetary approval.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.!'
�i If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it shall
become effective immediately upon override of the veto by the
City Commission.
Page 3 of 4
PASSED AND ADOPTED this 12th day of June , 2003.
4� L- — 40, c;- �-' i - , -
MANUEL A. DIAZ, MA
01
ATTEST:
PRISCILLA A. THOMP ON
CITY CLERK
APPROVED AS T .-, ORM AND CORRECTNESS:/
FAVILARELLO
Y, TORNEY
O:tr:AS:BSS
Page 4 of 4
03- 619
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Honorable M
embers o the City Co sion
FROM :/ Joe ATriola
j( C'�,#�,,�Qf Administrator/City Manager
RECOMMENDATION
DATE: JUN —3 M FILE: FM-048.doc
SUBJECT: Sole Source Purchase:
Holmatro Extraction Tools and
Accessories; Department of
REFERENCES: Fire -Rescue
ENCLOSURES:
Resolution
It is respectfully recommended that the City Commission adopt the attached Resolution ratifying,
approving, and confirming the City Manager's finding of sole source, waiving the requirements
for competitive sealed bids and authorizing the procurement of Holmatro extraction tools and
accessories from Ten -8 Fire Equipment, Inc., a Non -Minority/ Non -Local vendor, located at
2904 59h Avenue, Dr, E., Bradenton, FL 34203, the sole source distributor of Holmatro, Inc., for
the Department of Fire -Rescue.
This proposed purchase will be for an estimated total contract award not to exceed $264,704, on
an as -needed, when needed basis, for one year, with the option to renew for two additional one-
year periods, for the Department of Fire -Rescue, at a first fiscal year total amount not to exceed
$164,704, and $50,000 for contract years 2 and 3 respectively. Funds will be allocated from the
Fire -Rescue Homeland Defense Preparedness Project No. 313305, Account Code No.
289307.6.840, for the first contract period ending September 30, 2003 and from the Capital
Improvement Project No. 313304, Account Code No. 289401.6.840, for contract years 2 and 3
beginning October 1, 2003 and October 1, 2004, subject to availability of funds.
BACKGROUND
The Department of Fire -Rescue requires the acquisition of Holmatro extrication system on an as -
needed contract basis for the department's Technical Rescue Team and emergency medical
personnel.
Recently, the Department of Fire -Rescue Technical Rescue Team conducted an evaluation of
their existing Holmatro extrication devices. As a result, four (4) Holmatro extrication tools are
currently needed to upgrade the department's existing twelve -year-old system. The department's
Technical Rescue Team and emergency medical personnel use this rescue equipment to extricate
and disentangle victims from crashed vehicles, machinery, and/or collapse scenes.
63- 649
Honorable Mayor and
Members of the City Commission
Page 2 of 2
Currently, the Department of Fire -Rescue has only two (2) Holmatro rescue devices in front line
service, and three (3) twelve -year-old extrication systems utilized as backup. However, to ensure
constant availability of these life-saving devices it is essential that these devices be upgraded.
Additionally, this proposed purchase would standardize all of the extrication systems and
allowing for more efficient and effective maintenance and training.
Holmatro, Inc., has contracted with Ten -8 Fire Equipment, Inc., a Holmatro Franchise and is the
only authorized service agent in this area to provide the required equipment necessary for the
Fire -Rescue Department; therefore, it is critical that the Holmatro extrication tools presently used
by the Fire -Rescue Department is compatible to ensure the safety and well being of the citizens
and visitors of the City of Miami.
As the Chief Procurement Officer has deemed the acquisition of Holmatro extrication tools and
accessories by Ten -8 Fire Equipment as a sole source distributor of Holmatro, Inc.; it is therefore
recommended at this time that the City Commission ratify the City Manager's finding of sole
source and authorize the acquisition of these services.
Fiscal Impact: None — Budgeted Item.
�
� as
J /NII.K/TF/jam
FM.048.doc 03— 649
AGENDA BRIEFING FORM
Agenda Date: 6/12/03 Department/Division: Fire Rescue
Item No:
Department Contact Name/Number: Julia Martin 416-1672
Staff Meeting Date: Agenda Office Received: May 16, 2003
Summary/Description of Purchase: Holmatro Extraction Tools & Accessories
Sole Source No. Description: 02-03-156
The Department of Fire Rescue has a need for Holmatro extraction tools and Accessories.
Type of Item: Source of Item: Recommended Vendor(s)
Ten -8 Fire Equipment, Inc.
®
Resolution
❑
Commission Directive
❑
Ordinance
❑
Normal Purchase
❑
Sole Source
®
Contract Item
❑
Emergency Ratification
Discussion Item
❑
Public Hearing Item
Contract Period 1 years OTR: 2 years
No. of Bidders Notified/MWBE Status: No. of Bids Receive/MWBE Status: Award/Contract Value
N/A N/A $264,704
Total Value of Award/Contract (including value associated with potential OTR):
$264,704
03- 649
.fit ox
Budgetary Impact Analysis
Department Fire -Rescue Division: Emergency Response Division
Commission Meeting Date:
Title and brief description of legislation or attached ordinance/resolution:
Resolution ratifying approving, and confirming the City Manager's finding of sole source, waiving the
requirements for competitive sealed bids and authorizing the procurement of Holmatro extrication tools
and accessories from Ten -8 Fire Eguipment Inc the sole source distributor of Holmatro. Inc., on as
needed contract basis for one year, with the option to extend for two (2) additional one-year periods, in an
estimated annual amount of $164,704 for the first contract year, and $50,000 for contract years 2 and 3
respectively, for a total contract award amount not to exceed $264,704, for the Department of Fire -
Rescue.
1. Is this item related to revenue? No ® Yes ❑ Revenue Source:
2. Is this item an expenditure? No ❑ Yes ® Amount: $164.704 (1 S` Contract Year)
General Fund Account No:
Special Revenue Fund Account No:
CIP Project No: 313305 Account Code No. 289307.6.840
3. Are there sufficient funds in Line Item? No: ❑ Yes:
Cnffirient fimAc will he transferred frnm the fnllnwinQ line items -
ACTION ACCOUNT NUMBER
TOTAL
From
$
From
$
To
$
To
$
4_ Ts this item fimded by Hnmeland DefenseiNeiahborhood Improvement Bonds? Non Yes m
PROJECT NAME
TOTAL BOND
1" SERIES
DOLLARS SPENT
BALANCE
ALLOCATION
APPROPRIATION
TO DATE
Fire -Rescue
$5}500,000
$1,500,000
$115,898
$1,384,101
Homeland Defense
(encumbered
Preparedness
Comments:
Verif d y:
t. f tXPI* , Budgeting &
Pae
Date: .--& - 03
APPROVALS
VA
DateA/3p
03-- 649
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Joe Arriola DATE: May 7, 2003 FILE:
Chief Administrator/City Manager
SUBJECT: Acquisition of Holmatro
Extraction Tools and
Accessories
FROM:ZI
REFERENCES:
Gs, irectorCement Officer ENCLOSURES:
An investigation was conducted by staff to determine whether Ten -8 Fire Equipment, Inc., located at
2904 59t' Avenue, Dr. E., Bradenton, Fla. 34203, is the sole source service provider for the procurement
of HolmatroTM extraction tools and accessories, for the Department of Fire -Rescue.
The Department of Fire -Rescue's Technical Rescue Team and emergency medical personnel currently
utilize Hohnatro rescue equipment to extricate and disentangle victims from crashed vehicles, machinery,
and/or collapse scenes. Presently, it has only two (2) Holmatro rescue devices in front line service, and
three (3) twelve -year-old extrication systems as backup. However, to ensure constant availability of these
life-saving devices, the department reported it was critical that these devices be upgraded. Further, the
proposed acquisition would standardize all of the extrication systems and allow for more efficient and
effective maintenance and training.
According to Holmatro, Ten -8 Fire Equipment, Inc. is the only authorized sales and service dealer for the
entire State of Florida for the HolmatroTM product line, and this equipment cannot be acquired from any
other entity. The equipment further is trademarked and proprietary to Holmatro, Inc.
Accordingly, I am recommending that the requirements for formal competitive sealed bidding be waived,
and these findings be approved: Ten -8 Fire Equipment, Inc., located at 2904 59'h Avenue, Dr. E.,
Bradenton, Fla. 34203, is the sole source service provider for the procurement of Holmatro extraction
tools and accessories, on an as needed contract basis in a total amount not to exceed a total of $264,704;
for an initial contract period through September 30, 2003 in an amount not to exceed $164,704; and with
the option to extend for two (2) additional one year periods in an annual amount not to exceed $50,000,
respectively. Funds will be allocated from the Fire -Rescue Homeland Defense Preparedness Project No.
313305, Account Code No. 289307.6.840, for the initial contract period ending September 30, 2003, and
from the Capital Improvement Project No. 313304, Account Code No. 289401.6.840 for contract years
two and three, respectively, effective 1,200 d October 1, 2004, subject to the availability of
funds.
APPROVED BY:
Joe Arriola
Administrator/City Manager
JA/LMH/GM/PEB
DATE:
03— 649
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Glenn Marcos, Director DATE: May 7, 2003 FILE:
Chief Procurement Officer
SUBJECT: Acquisition of Holmatro
Extraction Tools and
Accessories
FROM4Vamm
REFERENCESela Burns, CPPB
Sr. Procurement Contracts Officer ENCLOSURES:
I conducted an investigation to determine whether Ten -8 Fire Equipment, Inc., located at 2904 59'b
Avenue, Dr. E., Bradenton, Fla. 34203, is the sole source service provider for the procurement of of
HolmatroTm extraction tools and accessories, for the Department of Fire -Rescue.
The Department of Fire -Rescue's Technical Rescue Team and emergency medical personnel currently
utilize Holmatro rescue equipment to extricate and disentangle victims from crashed vehicles, machinery,
and/or collapse scenes. Presently, it has only two (2) Holmatro rescue devices in front line service, and
three (3) twelve -year-old extrication systems as backup. However, to ensure constant availability of these
life-saving devices, the department reported it was critical that these devices be upgraded. Further, the
proposed acquisition would standardize all of the extrication systems and allow for more efficient and
effective maintenance and training.
According to Holmatro, Ten -8 Fire Equipment, Inc. is the only authorized sales and service dealer for the
entire State of Florida for the HolmatroTM product line, and this equipment cannot be acquired from any
other entity. The equipment further is trademarked and proprietary to Holmatro, Inc.
Accordingly, I am recommending that the requirements for formal competitive sealed bidding be waived,
and these findings be approved: Ten -8 Fire Equipment, Inc., located at 2904 591' Avenue, Dr. E.,
Bradenton, Fla. 34203, is the sole source service provider for the procurement of Holmatro extraction
tools and accessories, on an as needed contract basis in a total amount not to exceed a total of $264,704;
for an initial contract period through September 30, 2003 in an amount not to exceed $164,704; and with
the option to extend for two (2) additional one year periods in an annual amount not to exceed $50,000,
respectively. Funds will be allocated from the Fire -Rescue Homeland Defense Preparedness Project No.
313305, Account Code No. 289307.6.840, for the initial contract period ending September 30, 2003, and
from the Capital Improvement Project No. 313304, Account Code No. 289401.6.840 for contract years
two and three, respectively, effective October 1, 2003 and October 1, 2004, subject to the availability of
funds.
APrROVED BY: '" ,- - DATE:
(2540s
Officer
X03- 640
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Glenn Marcos, Director
Department of Purchasing
FROM: Chief William Bryson, Director
Department of Fire -Rescue
DATE: April 24, 2004 FILE: FM-050.doc
SUBJECT: Request for Sole Source Finding
for the Procurement of Holmatro
Extraction Tools and Accessories
REFERENCES:
ENCLOSURES:
This memorandum serves to request that you approve a finding that Ten -8 Fire Equipment, Inc.,
located at 2904 59h Avenue, Dr, E., Bradenton, FL 34203, is the sole source distributor for
Holmatro, Inc., in this area able to provide the Holmatro extraction tools and specified
accessories for the Department of Fire -Rescue.
Recently, the Department of Fire -Rescue Technical Rescue Team conducted an evaluation of
their existing Holmatro extrication devices. As a result, four (4) Holmatro extrication tools are
currently needed to upgrade the department's existing twelve -year-old system. The Department
of Fire -Rescue Technical Rescue Team and emergency medical personnel use this rescue
equipment to extricate and disentangle victims from crashed vehicles, machinery, and/or collapse
scenes.
Presently, the Department of Fire -Rescue has only two (2) Holmatro rescue devices in front line
service, and three (3) twelve -year-old extrication systems utilized as backup. However, to ensure
constant availability of these life-saving devices it is critical that these devices be upgraded.
Additionally, this proposed purchase would standardize all of the extrication systems and
allowing for more efficient and effective maintenance and training.
Holmatro, Inc., has contracted with Ten -8 Fire Equipment, Inc., a Holmatro Franchise and is the
only authorized service agent in this area to provide the proposed equipment necessary for the
Fire -Rescue Department; therefore, it is imperative that the Holmatro extrication tools presently
used by the Fire -Rescue Department is compatible to enure the safety and well being of the
citizens and visitors of the City of Miami.
The cost of this acquisition will be for an estimated total contract award not to exceed $264,704,
on an as -needed basis for one year, with the option to renew for two additional one-year periods,
at a first fiscal year total amount not to exceed $164,704, and $50,000 for contract years 2 and 3
respectively.
03- 649
Glenn Marcos, Director
Page 2 of 2
April 24, 2003
It is therefore respectfully requested that you approve a sole finding for Ten -8 Fire Equipment,
Inc., as a sole source distributor of Holmatro, Inc., in this area for the acquisition of Holmatro
extrication tools with specified accessories. Please indicate your approval below.
"_I• ADS
7Q
W WB/MLK/TF/jam
FM.050.doc
D�
ate
03- 649
TO: Glenn Marcos, Director
Department of Purchasing
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: April 24, 2003
FILE: FM-049.doc
SUBJECT: Sole Source Acquisition of
Holmatro Extraction Tools and
Accessories
FROM: Chief Wllllam W. B son, Director
REFERENCES:
Department of Fire -Rescue ENCLOSURES:
The Department of Fire -Rescue has verified that funds are available to cover the purchase of
Holmatro extraction tools with specified accessories from Ten -8 Fire Equipment, Inc., the sole
source distributor of Holmatro, Inc., on an as -needed contract basis, for the initial term of one (1)
year with the option to renew for two additional one-year periods, at an estimated annual cost not
to exceed $164,704 for the first contract year and $50,000 for contract years 2 and 3 respectively,
for a total contract cost not to exceed $264,704. Funding for this acquisition is available from
the Fire -Rescue Homeland Defense Preparedness Project No. 313305, Account Code No.
289307.6.840, for the first contract period ending September 30, 2003 and from the Capital
Improvement Project No. 313304, Account Code No. 289401.6.840, for contract years 2 and 3
beginning October 1, 2003 and October 1, 2004, subject to availability of funds.
CIP
CIP
Budget
Approval:
. S rin rformane
e f Strategic Planning,
Budget and ec
as
WWB/MLK/TF/jam
FM.049.doc
?19 -03
Date
d
I:fate
q/J*t /103
D e
03- 649
JAN -22-2003 15:23 TEN -8 FIRE EQUIPMENT
hoimatro
industrial & rescue equipment
To Whom It May Concern:
941 756 2998 P.01i01
Holmatro, Inc.
505 McCormick Dr%*
Glen Sumie. Maryland 71061, U.S.A.
Phone: 410-768-9682 Fax: 410-768-41378
This letter is to cer* that the Authorized Holmatro® Sales and
Service Dealer for the entire state of Florida is Ten -8 Fire Equipment
with offices in the following locations:
1.) Ten -8 Fire Equipment, Inc.
2904 59th Ave. Dr, E.
Bradenton, FL 34203
Tel: 941-756-7779
Fax: 941-756-2598
2.) Ten -8 Fire Equipment, Inc.
141 Maritime Drive
Sanford, FL 32771
Tel: 407--328-5081
Fax: 407-328-5083
Any questions may be referred to Holmatro, Inc. at the above listed
address.
Sincerely,
464—
on a oza
Sales Manager
neertc;nthotlCA
03— 649
TOTAL P.01
Holmatro-USA - Rescue Tools and Equipment - Dealer Locator
Page 1 of 1
REGISTERED
USERS"
DEALERS
DEALER;
LOCATOR:'
PRODUCT
SPOTLIGHT
NOTABLE .
RESCUES
GALLERY=
Ted Adent
Ten -8 Fre Equipment, Inc.
2904 59th Avenue Drive E
Bradenton, FL 34203
Phone: (800)228-8368
Fax:(941)756-2598
Email: ten8@gte.net
US Customers
- Enter your
zipcode in the
form below and
click 'Submit' to
find your local
dealer.
Zipcode:
olmatra
Phone: 410-768-9662
International Customers
- Select your country from
the drop-down box to find
your nearest dealer.
Count :
Argentina I
505 McCormick Drive, Glen Burnie, Maryland 21061
Fax: 410-768-4878 info@holmatro-usa.comp
3
http://www.hohnatro-usa.com/go/locator 5/7/2P03
84/23/83 13;44;35 RIGUM—> RightFax Page NZ
FIRE
'INQCUIPMENT
TEN=8
IN SERVICE TO SERVE YOU
2904 597H AVENUE DRIVE EAST
141 MARITIME DRIVE
BRAD.ENTON, FL 34203
SANFORD, FL 32771
IN FLA: 1-800.228-8368
Total Price
PHONE: 941-756-7779
PHONE: 407-328-5081
FAX 941-756.2!98
FAX 407-3283083
orvisit::sat www.ten8fim-com
Selo CITY OF MIAMI
To: Lt Frank Mainade
ACCOUNTS PAYABLEIANITA
P.O.BOX 330708
MIAMI, FL 33233
Ship 1(+a:
Payment terms: NET 20 DAYS
SALES QUOTE
Sales Quote Number 0102276
Sales Quote Date: 04!23103
Page: 1
Ship CITY OF MIAMI FIRE GARAGE
Ta 1151 N.W. 7TH STREET
MIAMI, FL 33136
7en-8 Contact TADENT
Customer ID: MIAMI
Item No.
Description
Unit
Quantity
Unit Price
Total Price
HCL -158.152.052
OPU60 PH W/HONDA
EACH
4
7,152.00
28,608.00
HOL-158.152.087
PPU-15 PERSONAL POWER UNIT
EACH
3
4,836.00
14,508.00
HCL -158.152.047
2035 115V ELECT WIM105
EACH
1
4,933.00
4,933.00
HOL-158.012.014
326>>UL SPREADER
EACH
2
6,312.00
12,624.00
HOL- 158.582.005
3260 PULLING TIP
EACH
2
647.00
1,294.00
HOL-158.582.006
3260 PULLING CHAIN
EACH
2
404.00
808.00
HOL-158.012.041
3040 - NCT CUTTER
EACH
3
4,869.00
14,607.00
HOL-153.012.008
315OUL COMBINATION TOOL
EACH
3
4,133.00
12,399.00
HOL-158.012.018
3322UL RAM; MEDIUM
EACH
3
3,214.00
9,642.00
HOL-158.012.019
3332 RAM, LARGE
EACH
3
3,442.00
10,326.00
Transferred to page 2 ..... --........................
109,749.00
03- 649
84/23/83 13:45:62 RIGHTFAX—> Rigb+Fax Paige 883
Sel! CITY OF MIAMI
Ship
CITY OF MIAMI FIRE GARAGE
TEN=8
FIRE NT
Ta
IN SERVICE TO SERVE YOU
SALES QUOTE
2904 59TH AVENUE DRIVE EAST
141 MARITIME DRIVE
MIAMI, FL 33136
ERADENTON, FL 34203
SANFORD. FL 32771
IN FLA: 1-80D-228.8368
Sales Quote Number: 0102276
PHONE: 941-75rs7779
PHONE: 407.328-5081
Sales Quote Date: 04/23/03
FAX: 941-756.2593
FAX 407-328-5033
Contact TADENT
crviwtusat www.0en8fim.rom
Payment terms: NET 20 DAYS
Page: 2
Sel! CITY OF MIAMI
Ship
CITY OF MIAMI FIRE GARAGE
To: Lt Frank M,ainade
Ta
1151 N.W 7TH STREET
ACCOUNTS PAYABLE/ANITA
MIAMI, FL 33136
P.O.SOX 330708
MIAMI, FL 33233
Shipvia:
Ten -8
Contact TADENT
Payment terms: NET 20 DAYS
Custcmer ID: MIAMI
Item No. Description
Unit
Quantity Unit Price
Total Price
Transferred from page 1 ..............................
109,749.00
HOL-158.032.003 3350 TELESCOPIC RAM
EACH
3 4,042.00
12,126.00
HOL-150.181.011 HRS22 RAM SUPPORT
EACH
6 225.015
1,350.00
HOL-158.582.002 PULLING ATTACHMENT SET
EACH
3 492.00
1,476.00
HOL-158.582.001 CHAINS W/HOOKS
EACH
3 215.00
645.00
HOL-10.181.326 BASE PLATE FOR 3321/22f32
EACH
6 141.00
846.00
WITH ACCESSORY CASE X3
HOL-158.072.004 2014 W165' REDBLK W/5' PIGTAIL
EACH
3 2,717.00
8,151.00
HOSE SPECIAL ORDER
HOL-158.072.007 2014 W6681-1 BILK W/5' PIGTAIL
EACH
3 2,717.00
8,151.00
HOSE SPECIAL ORDER
HOL- 150.012.073 HCT 3121
EACH
2 4,050.00
8,100.00
Transferred to page 3 ..................................
150,594.00
03— 649,
84/23!83 13:45:29 RIGUM—>
EQUIPMENT
TEN=8 Fln
IN SERVICE TO SERVE YOU
2904 5STH AVeJUE DRIVE EAST
141 MARITIME DRIVE
BRADENTON, FL 34203
SANFORD. FL 32771
IN FLA: 1-80D-228.3363
HTT1800 HAND PUMP
PHONE: 941-756.7779
PHONE: 07-328-5091
FAX 941-756.2598
FAX 407.328-5083
orvitt us at wuvi.aenefimxorn
Sell CITY OF MIAMI
To: Lt FranK Mainade
ACCOUNTS PAYABLE/ANITA
P.O. BOX 330708
MIAMI, FL 33233
Ship Via:
Payment terms: NET 20 DAYS
Item No.
Description
660.00
Transferred from page 2 ..............................
HOL-150.142.007
HTT1800 HAND PUMP
HOL-150,012.028
HMC8U MINI CUTTER KIT
EACH,
W/HDO 100 DOOR OPENER
HOL-158.572.053
32' HOSE RUBBER W/OD RED
HOL-158.572.054
32' HOSE RUBBER W/QD BLUE
HOL-158.012.021
3624 POWER WEDGE
HOL-158.012.010
HPS60U PIPE SQUEEZER
5,601.00
W/ HTW300A HAND PUMP
HOL-158.012.024
3280 SPREADER
Transferred to page 4 ..................................
RightFax Page 084
SALES QUOTE
Sales Quote Number: 0102276
Sales Quote Date: 04/23/03
Page. 3
Ship CITY OF MIAMI FIRE GARAGE
Ta 1151 N.W. 7TH STREET
MIAMI, FL 33136
Ten -3 Contact TADENT
Customer ID: MIAMI
Unit Quantity Unit Price Total Price
150, 594.00
EACH 2 2,268.00 4.536.00
EACH 2 3,301.00 6,602.00
EACH
3
660.00
1,980.00
EACH
3
660.00
1,980.00
EACH,
2
2,864.00
5'r48.00-
,728.00EACH
EACH'
2
3,304.00
6,608.00
EACH
1
5,601.00
5,601.00
183,629.00
03- 649
84/Z3/63 13:45:55 RIGHTFAX—>
TEN=8 EQUIPMENT
FE
IN SERVICE TO SERVE YOU
290459TH AVENUE DRIVE EAST
141 MARITIME DRIVE
BRADENTON, FL 34203
SANFORD, FL 32771
IN FLA: 1 -BOD -228.8369
PHONE: 941-756-7779
PHONE. 407-328-5081
FAX 941.756.2598
FAX 407-328-5082
crvh0 us at www.lenSfile.com
Sell CITY OF MIAMI
To: Lt Frank Mainade
ACCOUNTS PAYABLEIANITA
P.O.BOX 330708
MIAMI, FL 33233
Ship Via:
Payment terms: NET 20 DAYS
Item No. Description
Transferred from page 3 ..............................
150.182.022 3280 PULLING SET
150.182.019 3280 CHAIN SET
HOL-150.581.250 COUPLING, FEMALE
SALES DISCOUNTS
Amount Subject to Amount Exempt
Sales Tax from Sales Tax
0.00 164, 704.00
Rig}+Fax Page MS
SALES QUOTE
Sales Quote Number: 0102276
Sales Quote Date: 04/23/03
Page: 4
Ship CITY OF MIAMI FIRE GARAGE
To: 1151 N.W. 77H STREET
MIAMI, FL 33136
7en-8 Contact TADENT
Customer ID: MIAMI
Unit Quantity Unit Price
EACH 1 738.00
EACH 1 406.00
EACH 6 .77.00
EACH 1 -20,531.00
Quote submitted by: TADENT
This Quote Is valid until 05/23103
Subtotal:
Invoice Discount.
Sales Tax:
Total:
Total Price
183,629.00
738.00
406.00
462.00
-20,531.00
164, 704.00
0.00
0.00
164, 704.00
�3-- 649
DPU 60 PH
NFPA compliant
DPU 60 E
NFPA compliant
hol matro
rescue ec, Jpment
Pumps
` max. working pressure: 10.500 PSI; 720 bar
)
Model
r
Article numbe-7
DPU 60 P
158.152.051 I
DPU 60 PH 1
158.152.052
Maximum working pressure
j 10,500 PSI 720 bar
10,500 PSI 720 bar
Motor
4 stroke Briggs &Stratton Engine 5-h
4 stroke Honda Engine 4-h
Pump type
2x two stage radial piston pump
2x two stage radial piston pump
j Capacity fuel tank
1 1.06 qts i 1.0 liters i
1.06 qts 1.4 liters
Useable contents oil tank
4.23 qts 4.0 liters
4.23 qts 4.0 liters
I Output 1s! stage (2.200 PSI
2 x 134 cu in/min I 2 x 2200 cc min
2 x 134 cu in.!min 2 x 2200 cc/min
Output 2% stage (10,500 PSI)
2 x 30 cu in;min 2 x 490 cc /min
2 x 30 cu in/min ! 2 x 490 cc/min
j Dimensions (L x W x H)
119 3/4 x 15 3./4 x 213:4 inch ; 502 x 400 x 553 mm 119 3�4 x 15 3/4 x 21 3�4 inch' 502 x. 400 x 553 mm 1
Weight ready for use
103 lbs ! 46.8 kg j
106 lbs ! 48 kg I
Complies with NFPA-1936 1999 edition YES
YES
Model i DPU 60 E -115 V DPU 60 E - 230 V
Article number 158.152.053 158.152.054 j
Maximum working pressure ! 10.500 PSI 720 bar 10.500 PSI r 720 bar
Motor Electric motor 1.5 hp 115 volt 60 Hz j Electric motor 1.5 hp 230 volt 60 Hz
Pump type 2x two stage radial piston pump 2x two stage radial piston pump j
I Useable contents oil tank 4.23 qts j 4 liters 4.23 qts 4 liters j
Output 15' stage (2.200 PSI) J 2 x 122 cu in min 2 x 2.000 cc min i 2 x 122 cu in min 2 x 2.000 ccmin
Output 21-' stage x10.500 PSI) i 2 x 27 cu in min ; 2 x 445 cc min 1 2 x 27 cu immin 2 x 445 ccmin
k Dimensions (L x W x H) �19 314 x 15 3:4 x 21 3'4 inch j 502 x 400 x 553 mm ;19 3;4 x 15 3:4 x 21 34 inch 502 x 400 x 553 mm 1
Weight ready for use 1 110 lbs r 50 kg i 110 lbs i 50 kg
Complies with NFPA-1936 1999 edition i YES i YES 1
2015
NFPA compliant
110
3
DHR 100
Model i DHR 100 Electric rewind hose reel
I✓oto 12 V: 35 amp
Capacdy 100 ?i *win line hydraulic hose 35 m. twin line hydraulic hose
6u ---.)`-C Wi", ec biac'". n3s,- 58.0-_.01C
For more information visit our web site www.holmatro-usa.eom
Hose Reels
max. working pressure: 10.500 PSI 720 bar
Model
1 2014 Single hose reel
, 2015 Twin hose reel
I i
Length
j
Weight Red/Black Blue/Brack
Weight
Red:Black &
Blue,!Black
50 ft (15 m) hose
41 lbs 18.6 k 158.072.003 158.072.006
76 lbs 34.5 k
158.072.001
65 ft (20 m) hose
48 lbs 21.8 k 158.072.004 158.072.007
90 lbs 40.8 kg
158.072.002
Dimensions (L x W x H)
25 x 11 x 18 in
635 x 279 x 457 mm
20 x 18 x 20 inch
508 x 457 x
508 mm
Complies with NFPA-1936
1999 edition
YES
YES
3
DPU 60 P
N,,t
03-
649
r• ,�
NFPA compliant
�.._ 3350
NFPA compliant
hoh iatro
rescue equpmei:L
Telescopic Rams
max. norking pressure: 10.500 PSI 720 oar
3340
Model
article number
3340
158.032.002
3350
158.032.003
10 1/2 inch
spreading force 1 It plunger
49,145 lbs
218.6 kN
49.145 lbs
218.6 kN
spreading force 2naplunger
18,210 lbs
81 kN
18.210 lbs
81 kN
stroke -1 st plunger
6 V8 inch
156 mm
15 1 Incl
388 mm
stroke 2111'plunger
1 718 inch
121 mm
11 inc r,
356 7rfr
max. length*
j "23 inch 1
585 mm
50 1 4 inches
1276 mm
weight ready for use*
rrr-tbs
12 kg
1
4f}ibs
18 kg
Complies with NFPA-1936 1999 edition
YES
YES
For more information visit our web site www.holmatro-usa.com
= including cross heads
Hand Operated Tools _
max. working pressure: 10.500 PSI! 720 bar _� o
Sl
HCT 3011
HCT 3121
Model
article number -
HCT 3121
150.012.073
spreading
10 1/2 inch
268 mm
spreading force
9,900 lbs
44.3 kN
cutting opening
71/2 -inch
191 mm
cutting force
49.000 lbs
218 kN
weight ready for use
23 lbs
10.5 kg
For more information visit our web site www.holmatro-usa.com
Model HCT 3011
article number 150.012.074
j
max. blade opening 5 3/8 inch 142 mm
max. cutting force 56.920 lbs 253 kN
weight ready for use 22 lbs 10.1 kg
For more information visit our web site www.holmatro-usa.com
3 1614 IRI
Pumps
,:ax. ,vorking ;Iressur ? C.SOC PS . 720 b„
nnl 1. e
1.1 VYGI
article number
• v •v
158.152.087
max. working pressure
10,500 PSI i
720 bar
motor
Honda
Electric motor 1.5 hp 115 volt 60 Hz
fuel tank capacity
1.3 qts
1.25 liters
usable oil contents
2.1 qts
2 liters
flow to 200 bar
139 cu. in./min
2.28 Vmin
flow 200 to 720 bar)
37.8 cu. in.1min
0.62 I/min
dimensions (I x w x h)
17 3/4 x 12 x 15 inch
451 x 305 x 381 mm
weight ready for use
35 lbs
15.9 kg
Complies with NFPA-1936
1999 edition
YES
NFPA compliant
rescue
roofs
Model
article number
2035 GU
158.152.046 (115 V) / 158.152.048 (230 V)
2035 PHU
158.152.006
Maximum working pressure
10.500 PSI 720 bar
10.500 PSI 1 720 bar
Motor
Electric motor 1.5 hp 115 volt 60 Hz
Honda 4 stroke gasoline engine 2.5 hp
Pump type
two-stage radial piston pump
two-stage radial piston pump
I Capacity fuel tank
I- 1
1.5 qts 1.4 liters
Capacity oil tank
2.1 qts 2 liters
2.1 qts 2 liters
Output 1St stage
139 cu in 2270 cc
146 cu in 2400 cc
PPU15
NFPA compliant
Cutput 2" stage
35 cu in
57.1 cc
13 cu In
700 oc
�l
Dimensions (L x W x H)
? 9 < 3 3<?
J 9 495 x 366 x 397 m~
J ? 2 x' 2- 8 x
J 8 a r x 32' x 397
2.64 qts (2.1 useable) 12.5 liters (2 useable)
Weight ready for use
j Complies with NFPA-1936 1999 edition
74.5 lbs
I
j 34 kg
YES
56.5 lbs
I
j 25.5 kg
YES
2035
-05 with M105 valve
I 158.152.047 (115 V),, 158.152.049 (230 V)
0.74 qts
158.152.008
with M105 valve
',Height 2035 pump with M105 valve
1 76.5 lbs
35 kg
I 58.5 lbs
26.5 kg
NFPA compliant
Complies with NFPA-1936 1999 edition
I
YES
YES
Model
article number
I` 2032 Mini pump
I 150.152.065
Maximum working pressure
10.500 PSI i 720 bar
Motor
Briggs & Stratton gasoline engine 3.5 hp
Pump type
single stage radial piston pump
Capacity fuel tank
4 qts ; 3.8 liters
Capacity oil tank
2.64 qts (2.1 useable) 12.5 liters (2 useable)
utput
80 cu in / min 1325 cc min
Dimensions (L x W x H)
17 3/8 x 13 7/8 x 18 1 /2 in 442 053 x 470 mm
Weight ready for use
72 lbs 1 32.5 k
Complies with NFPA-19361999 edition
YES
HTW 300 HTW 700
2032
NFPA compliant
Model
^rticle number
HTW 300
100.441.002
HTW 700
150.442.012
FTW 1800
150.142.000
HTT 1800
150.142.007
AHS 1400 FOU
150.602.001
FTW 1800
HTT 1800
AHS 1400 FDU
Model
^rticle number
HTW 300
100.441.002
HTW 700
150.442.012
FTW 1800
150.142.000
HTT 1800
150.142.007
AHS 1400 FOU
150.602.001
mP
2 -stage /
hand pump
2 -stage
hand pump
2 -stage foot- or
hand pump
3 -stage
hand pump
air -powered pump
max. output per stroke
0.3 cu in/stroke
0.6 cu in/stroke
1.7 cu in/stroke
1.7 cu in: stroke
58 cu in/min
usable oil contents
0.32 ats
0.74 qts
1.9 qts
1.9 cts
1.5 ats
weight ready for use
9 lbs
17.5 lbs
25.3 lbs
39 lbs
15 lbs
63- 649
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Priscilla A. Thompson
City Clerk
{OA" Chief William W. Bryson, Director
Department of Fire -Rescue
DATE: April 24, 2003 FILE: FM-051.doc
SUBJECT: public Hearing Notice
Waive Competitive Bidding
Sole Source; Fire -Rescue
REFERENCES:
ENCLOSURES:
Attached please find the public hearing notice for a waiver of the requirement for competitive
sealed bidding procedures for the acquisition of four (4) Holmatro extrication tools with
specified accessories from Ten -8 Fire Equipment, Inc., the sole source distributor of Holmatro,
Inc., on an as -needed contract basis, for the initial term of one (1) year with the option to renew
for two additional one-year periods, at an estimated annual cost not to exceed $164,704 for the
first contract year and $50,000 for contract years 2 and 3 respectively, for a total contract amount
not to exceed $264,704, for the Department of Fire -Rescue. This item is scheduled for the
Commission meeting of I>g dZ r, "?el d 3
Contact Assistant Chief Tom Flores at ext. 1692 or Julia Martin at ext. 1672 if you have any
questions.
22 i
Approved:
Alonso, Agenda Coordinator
a�
WWB/M1Y/TF/jam
FM.051.doc
,7/3
Date
03- 649
CITY OF MIAMI
NOTICE TO THE PUBLIC
A public hearing will be held by the City Commission of the City of Miami,
Florida, on June 12, 2003, at 9:00 a.m., in the City Commission Chambers at City
Hall, 3500 Pan American Drive, Miami, Florida, for the purpose of waiving the
requirements of obtaining sealed bids for the purchase of Holmatro— extraction
tools and accessories for the City of Miami Fire -Rescue Department from Ten -8
Fire Equipment, Inc., a Non-Minority/Non-Local vendor, the sole source
distributor located at 2904 59P Avenue, Dr, E., Bradenton, FL 34203, on an as
needed contract basis, in a total amount not to exceed a total of $264,704; for an
initial contract period through September 30, 2003 in an amount not to exceed
$164,704; and with the option to extend for two (2) additional one year periods in
an annual amount not to exceed $50,000, respectively. Funds will be allocated
from the Fire -Rescue Homeland Defense Preparedness Project No. 313305,
Account Code No. 289307.6.840, for the initial contract period ending September
30, 2003, and from the Capital Improvement Project No. 313304, Account No.
289401.6.840 for contract years two and three, respectively, effective October 1,
2003 and October 1, 204, subject to the availability of funds.
Inquiries from other potential sources of such a product who feel that they might
be able to satisfy the City's requirement for this item may contact Pamela Burns,
CPPB, City of Miami Department of Purchasing, (305) 416-1905.
(City Seal) Priscilla A. Thompson
(# 11046) City Clerk
03— 949
AWARD
SOLE SOURCE 02-03-156
ITEM: Acquisition of HolmatroTm Extraction Tools and
Accessories
DEPARTMENT: Fire - Rescue
TYPE OF PURCHASE: Term Contract
REASON: The Department of Fire -Rescue is seeking to procure,
from Ten -8 Fire Equipment, Inc., Holmatro-
extraction tools and accessories as they utilize this
rescue equipment to extricate and disentangle victims
from crashed vehicles, machinery, and/or collapse
scenes. Four (4) Holmatro extrication tools are
currently needed to upgrade the department's
existing twelve -year-old system,
RECOMMENDATION: It is recommended that the Department of Fire -
Rescue be authorized to secure Holmatre Extraction
Tools and Accessories, from Ten -8 Fire
Equipment, Inc., on an as needed contract basis in
a total amount not to exceed a total of $264,704;
for an initial contract period through September 30,
2003 in an amount not to exceed $164,704; and
with the option to extend for two (2) additional one
year periods in an annual amount not to exceed
$50,000, respectively. Funds will be allocated from
the Fire -Rescue Homeland Defense Preparedness
Project No. 313305, Account Code No.
289307.6.840, for the initial contract period
ending September 30, 2003, and from the Capital
Improvement Project No. 313304, Account Code
No. 289401.6.840 for contract years two and
three, respectively, effective October 1, 2003 and
October 1, 2004, subject to the availability of funds.
enn M rcos
Dir r of rchasing
D to
SoleSource02-03-156HohnatroTools 3