Loading...
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 -