Loading...
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