Loading...
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