HomeMy WebLinkAboutR-02-0214J-02-134
2/15/02
02- 214
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF TEN -8 FIRE EQUIPMENT,
INC., THE LOWEST RESPONSIVE AND RESPONSIBLE
BIDDER PURSUANT TO INVITATION FOR BIDS
NO. 01-02-039, DATED JANUARY 7, 2002, FOR THE
PROCUREMENT OF ELEVEN SPECIAL CHATNSAWS FOR
THE DEPARTMENT OF FIRE -RESCUE, ON AN AS
NEEDED CONTRACT BASIS, FOR A PERIOD OF ONE
YEAR, WITH THE OPTION TO RENEW FOR TWO
ADDITIONAL ONE-YEAR PERIODS, IN AN ANNUAL
AMOUNT NOT TO EXCEED $15,149; ALLOCATING
FUNDS FROM CAPITAL IMPROVEMENTS PROJECT
NO. 313304, AS FUNDED BY THE FIRE ASSESSMENT
FEE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bid of Ten -8 Fire Equipment, Inc., the
lowest responsive and responsible bidder pursuant to Invitation
for Bids No. 01-02-039, dated January 7, 2002, for the
procurement of eleven special chainsaws for the Department of
Fire -Rescue, on an as needed contract basis, for a period of one
year, with the option to renew for two additional one-year
periods, in an annual amount not to exceed $1.5,149, is accepted,
CITY OOMMISSIO.N.
rzTn3G
MME 0 'fP 2002
xlorolouon tom.
02- 214
with
funds
allocated
from
Capital Improvements Project
No.
313304, as
funded by
the Fire
Assessment Fee.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor. 1/
PASSED AND ADOPTED this 7th
ATTEST:
SY TA SCHEIDER
AC ING CITY CLERK
day of March
APPROVE S F(�R<AND6CORRECTNESSe
X`J ID-RO 71LARELLO
I ATTORNEY
5998:tr:LB
W►3IBYA
_ a6A& R -�
M NUEL A.�DIAZ, MAYOR
1� 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 2 of 2 02—
2_ 214
` • CITY OF MIAMI, FLORIDA 'OCA=5
INTER -OFFICE MEMORANDUR
TO: Honorable Mayor and
Members of the City Commission
r—
FROM 11L
Carlos A. Gimenez
City Manager
RECOMMENDATION
DATE: FEB 26 2002
SUBJECT: Accept bid for Eleven (11)
Special Chainsaws
REFERENCES:
ENCLOSURES:
FILE VM-002.doo
It is recommended that the City Commission adopt the attached Resolution accepting the bid of
Ten -8 Fire Equipment, Inc., located at 2904 590` Avenue Drive East, Bradenton, Florida
34203, a Non-Minority/Non-Local vendor for the procurement of eleven (11) special chainsaws
on a contract basis for one (1) year with the option -to -renew for two additional one-year periods,
on an as needed basis, for a total amount not to exceed $15,149.00, for the Department of Fire -
Rescue. Funds for this purchase will be allocated from CIP Project 313304, Account No.
289401.6.840, funded by the Fire Assessment.
BACKGROUND
Additional chainsaws are needed for the Department of Fire -Rescue. These special chainsaws
are used by Fire -Rescue to open holes in roofs at fire scenes and other emergencies. To better
serve the residents of the City of Miami, it is imperative that all response teams are equipped
with the most effective tools possible when engaged in emergency operations. It is planned to
place one saw at eight (8) fire stations, one (1) at the training center, and have two (2) saws as
backups.
CAG /MLKIFIjam
FM.002.doc
02~ 214
0
BID AWARD RECOMMENDATION FORM
BID NUMBER: 01-02-039
COMMODITY/SERVICE: Speciahty Chainsaws for Fire -Rescue
DEPARTMENT/DIVISION: Fire -Rescue
TERM OF CONTRACT: CONTRACT FOR ONE YEAR with OTR for two additional one-year periods
NUMBER OF BIDS DISTRIBUTED: _Eleven (11) NUMBER OF BIDS RECEIVED: Two (2)
METHOD OF AWARD Lowest responsible and responsive bidder meeting Specifications.
RECOMMENDED VENDOR(S): MINORITYMOCATION STATUS: y CONTRACT VALUE:
Ten -8 Fire Equipment Co. _ Non-Local/Non-Minority _ _ $15,149.00
TOTAL: $15,149.00
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: Additional chainsaws are needed for the Department of Fire -Rescue. These
special chainsaws are used by Fire -Rescue to open holes in_roofs _a_t
fire scenes and other emergencies. It is planned to place one saw at
eight (8) fire stations, one (1) at: the _trainin center, and have two
_(2) as backups. It is imperative that response teams are .equipped with
the most effective tools possible when engaged in emergency operations.
ACCOUNT CODE(S): 313304.2819.401.6.840 (Fire Assessment)
DEPAR A OVAL: BUDGET?N
Departure irector/Designee inda M.
OTHER FUNDING APPROVALS, IF APPLICABLE:
zPURCHASING APPROVAL:
l-
hector eyPA
rector
TITLE:
02- 214
TABULATION OF Bias
Chainsaws for Fire-Rescua
BID NO. 01-02-039
t
Non-Low[(Non-Minority
Item Cutters Edge Chainsaws
N21 Description quantity Unit Cost Total Cost
I Cutters EdgeChairrmm 11 $ 1,377.20 $ 15,143.00
Model # CE2171 RSIDO,
W' Fire1Reswe Saw with
guard depth guage
TOTAL $ 15,145.00
320 NE 78 ST, Miami, FL33138
Local
NO BID 2
�a
Prepared by Tent' 8ymes
1f302062 Page 1 of 1
. EJepertmera grtee
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Judy S. Carter DATE:
Chief Procurement Officer
SUBJECT:
FROM: Terry Byrnes REFERENCES:
Sr. Procurement Specialist
ENCLOSURES:
January 14, 2002 FILE:
Specialty Chainsaws for Fire -Rescue Department
Bid No. 01-02-039
The subject bid opened January 7, 2002 and only two (2) bids were received from Ten -8 Fire Equipment Co., Inc. and Joe Blair
Garden Supply, Inc. for the specialty chainsaws bid although we allowed for Approved Equals.
Total bid amount is for $15,149.00 for eleven (11) specialty Fire Department style chainsaws.
Eleven (11) bid packages were mailed by this office to potential bidders. One (1) vendor responded with a "no bid" for the
following reason:
Joe Blair Garden Supply - Unable to meet specs
The reason others did not bid was because Ten -8 Fire Equipment Company has EXCLUSIVE marketing
rights for the state of Florida. I called Edge Industries in California to confirm their claim and found it to
be true. I have enclosed the confirmation letter from Edge Industries identifying Ten -8 as their
EXCLUSIVE SOLE SOURCE VENDOR.
Based on the above Information, it is my recommendation to accept the sole bid from Ten -8 Fire Equipment Co, and proceed
with the recommendation for award.
App Date:
b ��4*
SOLEBID.DOC 02— 214
61114/2062 09:17 7607650594 EDGE IND/CUTTER EDGE PAGE 61
• •
P.O- MOX 1179 r JULUNt CA 02026 USA
764-7654541 • FACSIMILE MO-765ON
A DMSIONOFNOW INOUSTRS. WCOPW""YED
January 14, 2002
Mr, Terry Burr
Purchasing
aty of Miami
To Whom 1t May Concern,
Ten -8 Fire Equipment, located at 7-904 591' Avenue Drive East, in Brandenton, Florida is
the sole authorized CUTTERS EDGE Dealer for the state of Florida.
Sincereiv,
Thomas J. Ruzich
President
Edge Industries, Inc.
02- 214
BID NUMBER: 01-02-039
COMMODITY/SERVICE: Chainsaws
DEPARTMENT/CONTACT PERSON: Julia Martin
•
DIRECTORS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department
of Purchasing. The user department(s) is required to complete all remaining sections of this form, including the
funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to Purchasing.
Within 10 days, submit this completed form along with approved and signed Bid Tabulation Form and the resolution
memo to Purchasing, Attn: Bid/Contract Section. These forms will be utilized by the Department of Purchasing to
prepare the Resolution for submission to the Agenda Office for Commission approval. )
Should the department not concur with the recommendation for award, submit separate justification memo to
Purchasing.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED CONTRACT
REVIEW AND ANALYSIS FORM FOR THE PRESENTATION AND APPROVAL OF THE
BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact Terry Byrnes Of the Bid/Contract Section at 4.16- 1917 Should
APPROVAL TO FORWARD TO 1
DEPARTMENT/OFFICE:
y .Carter, ' ector
DATE
eionw,raoREcaAAForaM
02 -
any
214
•
CITY OF Miami gz-mr Oz-mCITY CLEM
BID SECURITY LIST
BIDITEM: CHAINSAWS FOR FIRE RESCUE DEPARTMENT
BID NO: 01-02-039
DATE BID(S) OPENED: JANUARY 7, 2002 TIME a m.
B-tbDER
TOTAL BID BID BOND (ER)
TEN 8 FIRE EQUIPMENT, INC. See attach id am ,
NO BID
JOE BLAIR GARDEN SUPPLY UON
„Offers from theem, rf
firs
os r offers sL,,1m #r to f?if any,
_.
are nPreby rejec e- asale.
receiving
(City Deparanent)
SIG
Deputy City Cl k
�,���_IVCJOPS on behalf of
on % d �.
(Date
0'2- 214
0
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: CHAINSAWS FOR FIRE RESCUE DEPARTMENT
BID NO: 0102-039
DATE BID(S) OPENED: JANUARY 7, 2002 TIME 1 : a m.
BIDDER
TEN 8 FIRE EQUIPMENT, INC.
NO BID
JOE BLAIR GARDEN SUPPLY
„Offers (worst the r-ro,� ��-� )• .-.�.,
TOTAL BID
See at
BID BOND (ER)
d bid
`#era
Oih-r offers ti :�;i?1 �F .� :tt r' : ��-iM1 to ih_'' SC� ::;' ti a]7y,
are ire y rejec e- as a:,e,
Ferldn receiving bids) received(�
PURCHASING DEI' RTM NT
(City Department) on
SIGNEp;
I Deputy City C1, k
on behalf of
�-
(Date
CITY OF MIAMI
ADVERTISEMENT FOR BIDS
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FL 33133 for the following:
BID NO. 01-02-039 CHAINSAWS FOR FIRE -RESCUE DEPARTMENT
OPENING DATE: 11:00 A.M. MONDAY, JANUARY 7, 2002
(Deadline for Request for additional information/clarification:
December 21, 2001)
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130 or download from City's
website at www.ci.miami.fl.us. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN
ACCORDANCE WITH MIAMI-DADE COUNTY CODE SECTION 2-11.1., AS AMENDED
(PLEASE PRINT THIS SECTION IN BOLD PRINT).
Carlos A. Gimenez CITY OF MIAMI
City Manager LOGO
AD NO. 9987
t
r
``-
City of Miailii
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
{
advertisement.
INS R .. , 0 �:.Ple setyRetta h f the' ad vertisernent with this reQuisftion.
1 Qepaitmerl t: 2. Division:
Fire --Rescue Support Services
3. Account ode number:
4." Is this a confirmation:
5. Prepared by:
313304..2 9k01.6.287
❑Yes,. ❑ No
Julia Martin
6. Size of: advertisement:
7: Startin date:
8. Telephone number:
12%�10/O1
(305) 416+1672
9. !Number of times this. advertisement is to be..
1.0. Type of advertisement:
ublis ed: UNCI
LSI Legal ❑ Classified.- ❑
'Display
11. -Remarks
Cutterg Edge,P6vered Ventilation Chainsaws or as equal.
"D No'w ()'1-02-39
12,
Publication Date(s) of
Advertisement:. Invoice No.
Amount.
_..
MIAMI TIMS.
$1AM1 .REV E4J
i
DIARI . , LAS AMERICAS
CD
7
7 -
-
13.
L
,
Approrted11 Dlsapor6�4d--
i
Departm$nt Director/ designee . Date
Approved for Payment
Rate
1. G.GS/PG 503 Rev. 12/861 Routln Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
UNION. Whlte G.S.A.; Canary - Department
pISTR -