HomeMy WebLinkAboutR-98-0235J-98-258
2/26/98
RESOLUTION NO. 9 8- 235
A RESOLUTION ACCEPTING THE BID FROM PIFER, INC.,
FOR THE FURNISHING OF ONE (1) NEW 1998 CUSHMAN
OFF -ROAD HAULSTER, 898469 MODEL, FOR THE
DEPARTMENT OF FIRE -RESCUE, AT A TOTAL COST OF
$26,370.00; ALLOCATING FUNDS THEREFOR FROM THE
MIAMI-DADE COUNTY EMS GRANT, ACCOUNT CODE NO.
104011.280550.6.840; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR SAID VEHICLE.
WHEREAS, pursuant to public notice, sealed bids were received on February 11, 1998,
for the furnishing of one (1) new 1998 Cushman Off -Road Haulster, 898469 Model, for the
Department of Fire -Rescue; and
WHEREAS, invitations for Bid No. 97-98-025 were mailed to fifteen (15) potential
bidders and two (2) bids were received; and
WHEREAS, this vehicle will be replacing one that was donated to the Fire -Rescue
Department in 1972 by the Miami Dolphins; and
WHEREAS, said vehicle will be used for Special Events to transport injured persons
from places where the Rescue units cannot reach; and
CITY COMMSSION
MEETING OF
MAR 10IM
Resolution no.
98- 235
WHEREAS, funds are available from the Miami -Dade County EMS Grant, Account Code
No. 104011.280550.6.840; and
WHEREAS, the City Manager and the Director of Fire -Rescue recommend that the bid
received from Pifer, Inc., for the furnishing of one (1) new 1998 Cushman Off -Road Haulster,
898469 Model, be accepted as the lowest most responsible and responsive bid;
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
hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section.
Section 2. The February 11, 1998, bid of Pifer, Inc., for one (1) new 1998 Cushman
Off -Road Haulster, 898469 Model, for the Department of Fire -Rescue, at a total cost of
$26,370.00 is hereby accepted, with funds therefor hereby allocated from the Miami -Dade County
EMS Grant, Account Code No. 104011.280550.6.840.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement
Officer to issue a purchase order for said vehicle.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 10th day of March , 1998.
XAVIER L. SUAREZ, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
G:�curtlr s effective with the elapse of ten (10) day from the date of Comm! n action
ATTEST: regarding same, without the Mayor xerc' ' eto.
Waker eman, City Clerk
WALTER FOEMAN
CITY CLERK
-2-
98- 235
PREPARED AND APPROVED BY
RAOkEL WDIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND
CORRECTNESS:
EDWARD MAkWELL
UM CITY ATITORNEY
ROD/pb/W2322
-3-
gg- 235
CITY OF MIAMI, FLORIDA A=4
INTER -OFFICE MEMORANDUM
Honorable Chairman and
Members of the City Commission
lose Garcia -Pedrosa
FROM: City Manager
RECOMMENDATION:
DATE : FILE:
-�R
Resolution authorizing the purchasing of
suaiECT : Cushman Off -Road Haulster
REFERENCES:
ENCLOSURES:
Bid No. 97-98-025
It Is respectfully recommended that the City Commission adopt the attached Resolution
accepting the bid of Pifer, Inc., (Don Pifer, Rick Pifer and Scott Jones, owners) a non-
minority/non-local vendor, located at 1350 Indlanatown Rd., Jupiter, Florida 33458, for the
furnishing of one (1) new 1998 Cushman Off -Road Haulster, 898469 Model for the Department
of Fire -Rescue, at a total cost of 26,370.00. Funds will be allocated from Miami -Dade County
EMS Grant, Account Code No. 104011.280550.6.840.
BACKGROUND:
The Department of Fire -Rescue has analyzed the bids received pursuant to Bid No. 97-98--
025. Fifteen (15) invitations for bids were malled and two (2) responses were received. Pifer,
Inc., submitted the lowest most responsible and responsive bid and is therefore, recommended ' for
award. This vehicle will be use for Special Events to transport injured persons from places where
the Rescue units cannot reach. Said vehicle will be replacing one that was donated to the
Department of Fire -Rescue In 1972 by the Miami Dolphins.
,7.
c: Honorable Mayor
Xavier L. Suarez
C. A. Gimenez, Director
Department of Fire -Rescue
MemoCushmanHaulaxI 97-98-02 5
98- 235
!NTER•OFFICE NIENIORANDUNI
Edward Marquez
City Manager
Chief C.A. Gimenez, irector
Department of Fire -Rescue
October 30, 1997
Request for Purchase of
Cushman 898469
Haulster
-ZE _aE.,:c_E3
ENCL. �SuRE;
It is requested that a bid be put out for a Cushman 898469 Haulster for the
Department of Fire -Rescue at an estimated cost of $22,242.00. This vehicle
will be used for Special Events to transport injured -persons from places
where the Rescue units cannot reach. This scooter will be replacing one that
was donated to us in 1972 by the Miami Dolphins.
The funds will be allocated from Dade County EMS Grant, Account Code
104011.2805 50.6. 840.
If you- have any questions, please contact me at ext. 1603.
CAG/acp
LBudget Approval: 3/ 11
Budge ector Date
Ali,:` -
q
Approval Disapproval: 19 �) /7
City Manager's Office D6te
i
��� 235
BID AWARD RKOMU NDATION FORM
BID NULOW 97-98-025 COMMODITY/SERVICE: Cushman off -Road Haulster
DEPARTMENT / DIVISION: Fire -Rescue
TERM OF CONTRACT: Single Purchase
NUMBER OF BIDS DISTRIBUTED: FIfteen (15) NUMBER OF BIDS RECEIVED: Two (2)
METHOD OF AWARD:, , ,
RECOMMENDED VENDOR(S):
Pifer, Inc.
Lowest most responsible and responsive bid.
STATUS:
Non-Minority/Non-Local
CONTRACT VALUE:
$26,370.00
26, 370.00
=c. aaMa^,�,3z ��;.4::>T..: s�t #�a=r ` ... z•; .. : _ .x3x; ;:� ;' ... -. �_:: .-s•.: ,.f
HE POLLOWNG TO BN CAYPLBTID BY USER DEPARTMENT:.
JUSTIRCATION: This new Cushman vehicle will replace the current one that was
donate o re .Rescue in 1. 72 e,. Mgu; Dalphins
:used -for: to� rah8v6rtri#7ured
persons from places where the Rescue units cannot reach.
': ::l:iS^•lD�Fl:i�1f? a:S".1.'�.•. ! �'� ;f3::i"i'r''Jti; .-' :.:1 'yi..:y> i-h:�'.�. i�:+t.^i.`.. i�.��:._ - -
ACCOUNT CODE(S): 104011.280550.6.840 11
DEPARTMENT APPROVAL:
Ile —
Department irector/
Designee
BUDGET EW APPROVAL:
Dipak M. Parekh
Director
PURCHASING APPROVAL:
1:
JUd
Director
611
OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE:
PAGE 1 OF 2
98- 235
TABULATION OF BIDS
CUSHMAN OFF-RAOD HAULSTER
BID NO. 97-98425
PIFER, INC.
1350 Indiantown Road
Jupibr, Florida 33458
Non-Local/Non4lnority
ITEM: DESCRIPTION: TOTAL COST
1 One (1) new 1998 Cushman Off -Road
Haulster, Futl-Ton Flatbed
898469 Model
ManufacturedModel of Item(s) Bid:
Deavery/AvailaWdy
After receipt of Purchase Order
Standard Warranty
Additional Warranty
Service Center/Distribution Location
--N'S. 6ker
fnedor
Prepared by Christine Y. Baker
2/13/98
26,370.00
Cushman 898469 Customized
90 days
1 year Parts & Labor.
None
Jupiter, Florida
CORNWALL TRADING CO.
20120 NW 58th Avenue
Miami, Florida 33015
Dade/Black
TOTAL COST
1 $ 28,752.50
Cushman 898469
90-120 days
1 year Parts & Labor for
Defective Parts
None
Jupiter, Florida
pprovw7-2-�Z�
Department DirectoNDesignee
Date: Z—/ 7-AF
98— 235
a wa sus -
DlN INV. 7 - r4w0
CIDOR BACKGROUND INFC"`M�ON
F"Fis questionnaire is to be included with your bid Do not lave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: PIFER, INC.
COMPANY OFFICERS:
President RICK E. PIFEB
secretary RUM PIFER
COMPANY OVAN MMIM
Vice President SCOTT C . JONES
Treasurer RUTH PIFER
DON R. PIP= REV&ABLE TRIIST—IiTJL 39 Sf of owners* ,
RICK E . PIFBB _ _ ; ;, ;A-, r .
SCOTT C. JONES:r=�♦ �K
LICENSES:
34.5 •,G of ownership _..
'iYo of owns shhip _ .
1. C orty or Municipal Oecopodow i Licrose No. Pala' Beach- County — 1982-17678
(attach copy with bid) . _ ' Copy- . 3l►ttached'
2. Occupational License Classification OR-014 Retail
3. Occupational Lionise Fxpi m-m Date. September 30, 1998
4. Metro -Dade County Certificaoe of Competency No. N/&
(attached copy if requested in Bid or RFP) -
5. Social Security or Federal I.D. No. 59-149 4061
EXPERIENCE:
6. Number of Years your organization has been in business: 28 Years
7. Number of Years experience. BIDDER/PROPOSER (person, prmcgxd of firm, owner) has had in operation
of the type required by the spec fictions of the Bid or RFP: 28 Years
S. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications ofthe Bid or RFP: 7a vEarQ
98 - 235
I
CITY OF WHAM
SUMMARY OF CONTRACTS AWARDED
FOR: CUSHMAN OFF -ROAD HAULSTER
From: 1992 to Present
PRIOR CONTRACT AWARD: NONE
NONE
SUMMARY OF CONTRACTS. DW
98- 234
Edward Marquez
City Manager
INTER -OFFICE MEMORANDUM
October 30, 1997 -
Request for Purchase of
Cushman 898469
Q� � Haulster
a / gEFEaENCE3
Chief C.A. Gimenez, irector ENCLOSURES
Department of Fire -Rescue
It is requested that a bid be put out for a Cushman 898469 Haulster for the
Department of Fire -Rescue at an estimated cost of $22,242.00. This vehicle
will be used for Special Events to transport injured persons ' from places
where the Rescue units cannot reach. This scooter will be replacing one that
was donated to us in 1972 by the Miami Dolphins.
The ds will be allocated from Dade County EMS Grant, Account Code
10
40 .280550.6840. .
If yc eve any questions, please contact me at ext. t 603.
CAG/ecp
LBudget Approval:ldsllfl
BudgeBudgetqR actor date
,ApDprovalisapproval: 1 �% !%
City Manager's Office Nate
93- 235
y0Y8
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID FRO/ADEOR
N ,(NON-MiNORITY/NON-LOCAL VENDOR: PIFER AND SCOTT )ONES, OWNERS) FOR T1NGOF ONE (1) NEW 1998 CUSHMAN OFF-RTER,898469 MODEL FOR THE DEPARTMENT CUE,AT A TOTAL COST OF $26,370.00; ALLONDSTHEREFOR FROM THE MIAMI-DADE COONANT,UNT CODE NO. 10401 .840;
A ORIZING THE CITY MANAGER T INSTRUCT THE
CHI PROCUREMENT OFFICER TO I E A PURCHASE
ORD FOR SAID ACQUISITION.
E
f
t
WHEREAS, pursuant to
the furnishing of one (1) new 1990,,Cu
Department of Fire -Rescue; and f `I
WHEREAS, Invitations f0i /Bid No
bidders and two (2) bids were/,Aceived; and
bids were received on February 11, 1998, for
Off -Road Hamster, 898469 Model for the
were malled to fifteen (15) potential
l
WHEREAS, this. #hIcIe will be repladone that was donated to the Fire -Rescue
Department In 1972 bye Miami Dolphins; and
WHEREAS,,41d vehicle will be used for Spedali*ents to transport injured persons from
places where the escue units cannot reach; and
WH ,funds are available from the Miami -Dade Coity EMS Grant, Account Code
No. 10 1.280550.6.840; and
WHEREAS, the CityManager and the Director of Fire -Rescue ommend that the bid
d from Pifer, Inc., for the furnishing of one (1) new 1998 Cushma . Off -Road Haulster,
98469 Model, be accepted as the lowest most responsible and responsive bid.
RaocwhmWWA097-9"25
CITY OF MIAMI OFFICE OF THE CPI LERK
BID SECURITY LIST
BID ITEM:
BID NO.:
nmR 1992 CUSHMAN OFF T OAD HAULSTER
DATE BID(S) OPENED: FEY UARY 11, 1993 1 TIME
10:00 a.m.
BIDDER
•
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
Pifer', Inc.
See attached
id
Cornwall Traiding Co.
rNo bid
John Deere Co
Corp.
e Ford, Inc.
t"^"Oli1 f��.�' C??1!�CFJ �RGt^' �2£?r*'"1
f`'�? t1y#a 0:.��
t
reteEquipment
�i�Sc�. Ri"1_CASP (,:. C 1 `v �`.1�':ii'nIII
ofler;; 4�. b 2tt!nd in rL 5??tr 'i^sue to tl!:
i,1�Z.,. �. �.�..r
oKC: alion, Lf
ere y reiecte as late."
.-01 / /
0, received
Peno receiving id(s)
(City Department)
GE) envelopes on behalf of
on -.2-
(Date)
SIG
City Clerk
CITY OF MIAMI
ADVERTISEMENT FOR BIDS
1((4 4-le,
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FI. 33133 for the following:
BID NO. 97-98-025 Purchase one (1) 1998 Cushman Off -Road Haulster, 898469 Model or
equal for the Department of Fire Rescue.
OPENING DATE: 10:00 A.M. FEBRUARY 11, 1998
BID NO. 97-98-032 Furnishing all labor, materials, and equipment necessary for the
purchase, assembly and installation of apparatus bay doors for the
Department of Fire Rescue.
OPENING DATE: 1 1:00 A.M. FEBRUARY 11, 1998
Detailed specifications for these bids are available upon request at the City of Miami,
Purchasing Department, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No.
416-1904.
Jose Garcia -Pedrosa CITY OF MIAMI
City Manager LOGO
AD NO. 4298 & 4299
'
S
_n�..
N
ryl
3�O
7t?
N
<.
s
Z
T,
City of Miami
REQUISITION FOR ADVERTISEMENT
�
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type
and attach a copy of the v rti m nt with this reauisition.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Tye of advertisement:
Legal ❑ Classified ❑
Display
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
-< r
r
mr�
I%j
r
Z
--j
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
1
Date
C GS/PC 503 Rev. 12/89
Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
015TR16UTION: White - U.S.A.; Canary - Department