HomeMy WebLinkAboutR-03-0211J-03-093
02/26/03
RESOLUTION NO. 03— 211
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR-FIFTHS (4/5 THS) AFFIRMATIVE VOTE, AFTER
A DULY ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S
DETERMINATION THAT COMPETITIVE SEALED BIDDING
PROCEDURES ARE NOT PRACTICABLE OR
ADVANTAGEOUS; WAIVING THE REQUIREMENTS FOR
SUCH PROCEDURES, AND APPROVING THE
ACQUISITION OF 280A NEIHOFF ALTERNATOR
UPGRADE, MOTOROLA RADIO AND INSTALLATION,
TELMA RETARDER, MODULAR BODY DIFFERENCE,
MERCEDES MB3900 230 HP ENGINE UPGRADE, AND
COMBINATION 12VDC/120VAC AIR CONDITIONING
SYSTEM UPGRADE, FOR THREE EMERGENCY MEDICAL
CARE VEHICLES FROM AERO PRODUCTS CORPORATION,
FOR THE DEPARTMENT OF FIRE -RESCUE, UNDER
EXISTING MIAMI-DADE COUNTY CONTRACT
NO. 5472-4/01-4, EFFECTIVE THROUGH
FEBRUARY 28, 2003, SUBJECT TO ANY EXTENSIONS,
FOR A TOTAL AMOUNT NOT TO EXCEED $37,941;
ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT
PROJECT NO. 313233, ACCOUNT CODE
NO. 289401.6.840, AS FUNDED BY THE FIRE
ASSESSMENT FEE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. By a four-fifths (4/5ths) affirmative vote,
after a duly advertised public hearing, the City Manager's
finding that competitive sealed bidding procedures are not
CITY COMMISSV ON
MEETINGS Off?
FED 2 7 ?003
Resolution No.
03- 211
advantageous or practicable, is ratified, approved and confirmed,
and the requirements for such procedures are waived and the
acquisition of 280A Neihoff alternator upgrade, Motorola radio
and installation, Telma retarder, modular body difference,
Mercedes MBE3900 230HP engine upgrade, and combination
12VDC/120VAC air conditioning system upgrade for three emergency
medical care vehicles, from Aero Products Corporation for the
Department of Fire -Rescue is approved, under an existing
Miami -Dade County Contract No. 5472-4/01-4, effective through
February 28, 2003, subject to any extensions, in an amount not to
exceed $37,941, with funds allocated from Capital Improvement
Program Project No. 313233, Account Code No. 289401.6.840, as
funded by the Fire Assessment Fee.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor Y
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 3 03— 211
PASSED AND ADOPTED this 27th day of Fehruary , 2003.
ATTEST:
qPASII�LLIAA. THOMPSON
CITY CLERK
APPROVED ZErt -/FORM AND CORRECTNESS :t'/
ALJ RO VILARELLO
CIT ATTORNEY
6859:tr:AS:BSS
MANUEL A. DIAZ, ar--
Page 3 of 3
3- 211
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
RECOMMENDATION
It is respectfully requested that the City Commission adopt the attached Resolution, by a
four/fifths (4/5th) affirmative vote of the members of the City Commission, after a duly
advertised public hearing, ratifying, approving, and confirming the City Manager/Chief
Executive Officer request for waiving the requirements for competitive sealed bids and
authorizing the acquisition of 280A Neihoff Alternator upgrade, Motorola radio and
installation, Telma retarder, modular body difference, Mercedes MBE900 230HP engine
upgrade, and combination 12VDC/120VAC air conditioning system upgrade, for three
(3) emergency medical care vehicles from Aero Products Corporation, for a total amount
of $37,941 for all three (3) vehicles, allocating funds from Capital Improvement Project
Number 313233, Account Code 289401.6.840, funded by the Fire Assessment.
BACKGROUND
Through Miami -Dade County Contract No. 5472-4/01-4, the City of Miami is able to
obtain contract pricing on emergency medical care vehicles. After assessing the existing
fleet and identifying appropriate funding, the Department of Fire -Rescue would like to
purchase three (3) additional emergency medical care vehicles. These upgrades are not
listed on the Miami -Dade Contract bid. However, to maintain the quality of service and
uniformity of certain department standards, it is important that the above upgrades be
added to the vehicles. While there may be other vendors who could provide these
upgrades, Aero Products Corporation is the most advantageous and practical as the
vehicles will be purchased from them through the above named Miami -Dade County
Contract. Hence, our request for the bid waiver.
. Fiscal Impact: None - Funded by the Fire Assessment
CAG/WWB/MLK/TF/mgr
FM. 15 Ldoc
03- 211
Budgetary Impact Analysis
1. Department Fire -Rescue Division: Public Safety/Fire-Rescue New Apparatus
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance/resolution:
Resolution requesting a Waiver of Competitive Bids for the acquisition of 280A Neihoff Alternator
upgrade, Motorola radio and installation, Telma retarder, modular body difference, Mercedes
MBE900 230HP engine upgrade, and combination 12 VDC/120 VAC air condition system upgrade,
for three (3) emergency medical care vehicles from Aero Products Corporation, for a total amount of
$37,941 for all three (3) vehicles.
Is this item related to revenue? NO: X YES ! (If yes, skip to item #7.)
5. Are there sufficient funds in Line Item?
YES: X Index Code 289401 Minor Obj. Code 840 Amount: $37,941
NO: _ Complete the following questions:
51
7.
E1
Source of funds: Amount budgeted in the Line Item $
Balance in Line Item $
Amount needed in the Line Item $
Sufficient funds will he transferred from the fnllnwinu line item.•
ACTION ACCOUNT NUMBER
ACCOUNT NAME TOTAL
Index/Minor Object(Project No.
From
$
From
$
From
$
To
Any additional comments?
This ac uisition is funded bv lhe&ire As
Approved by:
parhnent Director/Designee
:) -a
vr►L.
��
i
.at to
Date
03- 21.1-
Verified by:
Verified b
JarWt P a l a c i n o
CI P Director
Chief of Strategic Planning, Budgeting, and
Performance Director/Designee
Date
Date
Date
03- 21.1-
�-^ DEir- 11-02 0e=3e FROM=FIRE RESCUE ID:30SS7SS290 PAGE 2/
M:I:S:Tlq
�
a.w�i��wwn�s
i
i
"wican LaFranee LtedleMaster
3706 St. Johne Parkway
an(ora. Rod& 32ni
r WG (800) 292-2376
December 8, 2002 m311: `x001 `(cmi �
�modicrostftellsoutn.net
Torn Flores, Chief
City of Miami Fire Rescue
444 SW 2nd Avenue
Miami, Florida 33130
RE: Emergency Medical Vehicle "Piggy Back"
Aero Products Corporation offers the City of Miami the opportunity to
"Piggy Back" the Miami-Dode Bid 5472-4/01-4 for Emergency Medical
Vehicles. An emergency medical vehicle that meets the base i
requirements of the Miami Fire Rescue Department cost $127,519100 per
vehicle.
The City of Miami required options are:
1. 280A Neihoff Alternator upgrade - $1,722.00
2. Motorola Radio & installation - $3,650.00
3. Telma Retarder - $4,725.00
4. Modular body difference - $400.00
5. Mercedes MBE900 230HP engine upgrade - $800.00
6. Combination 12VDC/120VAC Air Conditioning system upgrade
Above standard system in Miami -Dade specification - $ 1,3$0.00
Total Cost $140,166.00 per unit L
If I can provide further information or assistance please call me at
1-800-292-2376.
Xv
ruly,
ey
Florida EMS Sales Manager
CC: John Crawford, Captain
103- 211
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Michael A. Rath, Acting Director DATE:
Department of Purchasing
SUBJECT:
% 1
FROM: REFERENCES:
Chi' 'am W. Bryson, Director
Department of Fire -Rescue ENCLOSURES:
January 3, 2003 FILE: FM.152.doc
Request for Waiver of
Competitive Bids- Upgrades
To Three (3) Emergency
Medical Care Vehicles
The department is requesting a Waiver of Competitive Bids to purchase from Aero Products
Corporation the items listed below. This vendor was awarded the Miami -Dade Contract to build
emergency medical care vehicles, effective through February 28, 2003, and the City of Miami
would like to purchase these vehicles based on said contract with certain minor changes to
comply with City of Miami standards.
• 280A Neihoff Alternator upgrade
• Motorola Radio & installation
• Telma retarder
• Modular body difference
• Mercedes MBE900 230HP engine upgrade
• Combination 12VDC/120VAC Air Conditioning system upgrade
After assessing the existing fleet and identifying appropriate funding, the Department of Fire -
Rescue would like to purchase three (3) additional emergency medical care vehicles. To maintain
the quality of service and uniformity of certain standards, it is important that the above upgrades
be added to the vehicles. While there may be other vendors who could provide these upgrades,
Aero Products Corporation is the most advantageous and practical as they have been awarded the
contract by Miami -Dade to build the actual vehicles.
The total amount of additional upgrades is $37,941, $12,647 per vehicle, and will be funded from
Capital Improvement Project Number 313233, Account Code 289401.840, funded by Fire
Assessment.
APPROVED:
APPROVED:
APPROVED:
APPROVED:
Pila ei z, C mstrator/Designee Date
, City-Manager/CEO
1-10-03
Date
Date
Date
FM.152.doc
03- 211
AWARD OF
BID WAIVER
ITEM: Upgrades for three (3) Emergency Medical Care Vehicles
DEPARTMENT: Fire -Rescue
TYPE OF PURCHASE: Term
REASON: The Department of Fire -Rescue has a need to upgrade three
(3) emergency medical care vehicles.
RECOMMENDATION: It is respectfully recommended that the City Commission,
ratify, approve and confirm by a four/fifths (4/5 )
affirmative vote, the City Manager's determination that
competitive sealed bidding procedures are not practical or
advantageous, waiving the requirements of said procedures
and approving the acquisition of 280A Neihoff alternator
upgrade, Motorola radio and installation, Telma retarder,
Modular body difference, Mercedes MB3900 230 HP
engine upgrade, and combination 120VAC air conditioning
system upgrade, for three (3) emergency medical care
vehicles from Aero Products Corporation, for the
Department of Fire -Rescue, at a total amount not to exceed
$37,941; allocating funds therefor from Capital
Improvement Program, Project No. 313233, Account Code
No. 289401.6.840, as funded by the Fire Assessment Fee.
w"k-Z faQ -
Director of Purchasing
11b 3
ate
AwardCompetNegotiat
03- 211
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Priscilla A.Thompson
City Clerk
FROM: Chief illiam W. Bryson, Director
Department of Fire -Rescue
DATE: January 3, 2003 FILE : FM- 153Am
SUBJECT: Public Hearing Notice
Waive Competitive Bidding
REFERENCES:
ENCLOSURES:
Attached please find the public hearing notice for a waiver of the requirement for competitive
sealed bidding procedures for the acquisition of the items listed below, for three (3) emergency
medical care vehicle purchased from Aero Products Corporation, awarded under Miami -Dade
County Contract No. 5472-4/01-4, fo the Department of Fire -Rescue. This item is scheduled for
the Commission meeting of 5-, f zacl 3
• 280A Neihoff Alternator upgrade
• Motorola Radio & Installation
• Telma Retarder
• Modular body difference
• Mercedes MBE900 230BP engine upgrade
• Combination 12VDC/120VAC Air Conditioning system upgrade
Contact Assistant Chief Tom Flores at ext. 1692 or Julia Martin at ext. 1672 if you have any
questions.
Approved:
Elvi Alonso, Agenda Coordinator
"�I
W WB/MLK/TF/mgr
FM.153.doc
Date
03- 211
CITY OF NIIAMI
NOTICE OF TO THE PUBLIC
A public hearing will be held by the City Commission of the City of Miami,
Florida, on February 27, 2003, at 9:00 a.m., at the Manuel Artime Theater, 900
S.W. 1s` Street, Miami, Florida, for the purpose of waiving the requirements for
competitive sealed bidding of 280A Neihoff Alternator upgrade, Motorola radio
and installation, Telma retarder, modular body difference, Mercedes MBE900
230HP engine upgrade, and combination 12VDC/120VAC air conditioning
system upgrade from Aero Products Corporation to upgrade three (3)
emergency medical care vehicles to maintain the quality of service and uniformity
of certain standards, for the City of Miami Fire Department in an amount not to
exceed $37,941.00.
Aero Products Corporation was awarded the contract to supply three (3) new
vehicles under Miami -Dade County Contract 5472-4/01-4 therefore, it is most
advantageous to purchase these upgrades from the same vendor.
(City Seal)
(#10989)
Priscilla A. Thompson
City Clerk
03-- 211