HomeMy WebLinkAboutR-84-1373r]
#,Vol
RESOLUTION NO. 84,-13 23
A RESOLUTION ACCEPTING THE BID OF E.V.F.,
INC. FOR FURNISHING TWO (2) BASIC LIFE
SUPPORT VEHICLES TO THE DEPARTMENT OF FIRE,
RESCUE AND INSPECTION SERVICES AT A TOTAL
PROPOSED COST OF $50,072.00; ALLOCATING FUNDS
THEREFOR FROM THE PRIOR YEAR RESERVE FUND;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
PURCHASING OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS EQUIPMENT.
E�
WHEREAS, pursuant to public notice, sealed bids were
received October 25, '1984 for the furnishing of two (2) Basic
s
Life Support Vehicles, complete with all equipment, on a short-
term contract basis until final acceptance, to the Department of
Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to 52 potential
suppliers and 3 bids were received; and
WHEREAS, funds for this purchase are available in the
Prior Year Reserve Fund; and
WHEREAS, this equipment will be used by the Department
of Fire, Rescue and Inspection Services for the purpose of
providing new and additional Vehicles for response to Life -Saving
Emergency calls in two (2) Fire Districts; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bid received from E.V.F., Inc. be accepted as the lowest
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section I. The October 25, 1984 bid E.V.F., Inc. for
furnishing Two (2) Basic Life Support Vehicles to the Department
of Fire, Rescue and Inspection Services at a total proposed cost
of $50,072.00 is hereby accepted with funds therefor hereby
allocated from the Prior Year Reserve Fund.
CITY COMMISSION
MEETING OF
DEC 18 W 1�1
ON No. 8% `
.i
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Officer to issue a Purchase Order for
this equipment.
PASSED AND ADOPTED this _,LUhday of DECEMBER 19$4.
MAURICE A. FERRE
MAURICE A. FERRE
MAYOR
PH G. ONGIE, CITY CLERK
PREPARED AND APPROVED BY:
,e. � -;z, &a:,rar
ROBERT F. CLERK,
DEPUTY CITY ATTORNEY
APPROVED ! 2 AND CORRECTNESS:
T lrT 7\ A 7+77f%-LXL OrP
C
BID SECURITY
BtD NO. 83-84-119 BASIC LIFE SUPPORT VANS OCTOBER *25/84-- 3 P14
WE OP SECtwTY
�IOOEIt
TOM
aIAOtMT
AERO PRODUCTS INC.
708 INDUSTRY RD.
LONGWOOD, FL. 32750
SPECIFICATION
SOUTHERN COACH
1705 N.W. PINE AVENUE
OCALA, FLORIDA 32670
SPECIFICATION
_
GUS MACHADO GMC
1590 W 49TH ST.
HIALEAH,FL. 33012
SPECIFICATION
HAROLD SALES & SERVICE
P.O.BOX 1246
LONGWOOD,FLORIDA 32750
No BID
ADVANCED FABRICATORS
5141 SUMMIT BLVD.
WEST PALM BEACH,FL. 33415
NO BID
H.F. MASON EQUIPMENT CORP.
P.O.BOX 2247
HIALEAH,FLORIDA 33012
no bid
LANKFORD EQUIPT.CO.
7010 S.W. 4 ST
MIAMI,FL. 33144
NO BID
METRO P.S.D.
8200 N.W. 103 ST
HIALEAH GARDENS,FLA. 33016
NO BID
MUNICIPAL EQUIP.CO.
P.O.BOX 5057
ORLANDO, FL. 32755
NO BID
FIRST RESPONSE INC.
4788 HIGHWAY 42
ELLENWOOD, GA. 30049
NO BID
E.V.F. INC.
7555 GARDEN ROAD
RIVIERA BEACH FL. 33404
SPECIFICATION
sips this �•r !
A.
4"
LEGAL ADVERTISEMENT
BID NO. 83-84-119
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami, Florida not later than
3:00 p.m. October 25, 1984 for furnishing
i
Two (2) Basic Life Support Vans, including all specified
Rescue Equignent to the to the Dent of Fire. Rescue�dof Fire, Rescued
Inspection Services
i�
Ordinance No. 9775 established a goal of Awarding 50% of the City's
total dollar volume of all expenditures for All Goods and Services
to Black and Hispanic Minority Business Enterprises on an equal basis.
i Minority Vendors who are interested in submitting bids and who are not
registered with the City as minority vendors are advised to contact
the City Purchasing Office, 1145 N.W. 11th Street, Room 126, Telephone
579-6380.
Detailed specifications for the bid are available upon request at the
City Purchasing Office.
The City Manager may reject all bids and readvertise.
(Ad No. 2532 )
I
'INN �
in
1 � V U U U l:�SIS►! U V �
�f
REQUISITION FOR ADVERTISEMENT This number must appsAr
in the advertisement.
DEPTIDIV. Purchasing (far Fire. Rescue & Insp. Services) 2532
ACCOUNT CODE 926 02-640 Pro„ 4 1050011
DATE September 28, 1984 PHONE 579-6380 APPROVED BY:
Maria Abijalil
PREPARED BY
-
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of times)
Type of advertisement: legal XXX classified display
(Check One)
Size: Legal Starting date Cctolv--r 4. 1984
First four words of advertisement: :aid No. 83-84-119 Sealed bids will he-.,-
Remarks: 7�u (2) Lasic Life Sunrort Fans (or)en 10-25-84 - 3:00
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT
0
A-1
B-2 r
C-3
D-4
E-5
F3 F4
LINE TRANS
11 13
z T
2
3
0
�c
F5
VOUCHER
18
718 V P 12h3114115
F7 F8
DUE DATE
Y MM DD Adv. Doc. Reference
39 42 45
1210121
DESCRIPTION
-61-_j- CAD Pf' - 1'k3I'? PL rd-lF1sir"o
ci lVip.
White — Purchasing Green — Finance
F9 F10 F11 F12
VENDOR INDEX CODE BJECT PROJECT
50151 56 57 62 63 65 66
Pink — Department
36164 DISCOUNT 69172 AMOUNT
Approved for Payment
84-1.373
CITY OF MIAMI, FLORIDA
0 INTER -OFFICE MEMORANDUM
r
TO; Howard V. Gary DATE: October 30, 1984 FII.t=
City ger
SUBJECT: Recommendation for Resolution
and Award of Bid No. 83-84-119
Life Support Vans
FROM: R. E. McCullough, hie REFERENCES: For City Commission Meeting
Director of Fire, Rescue December 13, 1984
and Inspection Services ENCLOSURES:
It is recommended that an Award of Bid
be made and a Resolution be passed accept-
ing the lowest Bid as received from E.V.F,
Inc. of Riviera Beach, Florida, for the
Purchase and Complete Fabrication of Two
New Basic Life Support Vans at a One-time
Purchase Price of $ 0,072.00.
These two new apparatus will be added to the existing Firefighting Division
first line response fleet. One unit will be placed in Fire District 2 and
one in Fire District 3. (One unit is presently assigned to Fire Station 2
in Fire District 1). This purchase will place one such unit in each of the
Cityls three Fire Districts.
The purpose of these units is to respond to Basic Life Support emergencies
presently responded to by pumper companies. These units are housed in Fire
Stations and manned by existing personnel thus cutting down on the wear and
tear on the pumper apparatus.
Funds for this project are provided as follows:
Project Code 105000-280502-840 - Telephone Franchise Fee -
Machinery and Equipment - New (Note: This money was carried over from
FY 83-84 Budget).
KEM: FKR: ik
I
373
. _ .>
i
AWARD OF B I D
Bid No. 83-84-119
Ins Two (2) Basic Life Support Vehicles
.9
DEPARTMENTs Fire, Rescue and Inspection Services
TYPE OF PURCHASE: Short-term Contract (until final
i acceptance
REASON: Provide new, additional equipment for
Life Saving Emergency calls in Fire
Districts 2 & 3 presently handled by
Pumper Apparatus
j POTENTIAL BIDDERS: 52
BIDS RECEIVED: 3
TABULATION: Attached
i FUNDS: The Prior Year Reserve Fund
MINORITY PARTICIPATION: Bid Invitations were sent to eight (8)
j Black American firms and seventeen (17) Hispanic firms
engaged in Sales of Automotive Equipment, Auto and Van
i
Bodies, as located in these sources:
1. Metropolitan Dade County Minority Vendor Directory.
2. Bidder applications on file in Purchasing
3. Previous informal bids for similar work.
Minority Responses consisted of two (2) "No Bids" from
Hispanic firms.
BID EVALUATION: Due to Chevrolet model year changes, all
adders took exception to the suggested model engine and
vehicle weight, offering a comparable make for the engine
size and weight requested. Award is recommended to the
lowest bidder. Following is an analysis of the invitation
to bid:
Number of Bid Number of
Cat�e ory� Invitations Mailed Responses
Prior�id�ders
B 1 a k American 0 0
Hispanic American 0 0
Non -Minority 3 2
New Bidders
B ac c American
8
0
Hispanic American
17
0
Non -Minority
24
1
Courtesy Notifications
9
@
"No Bids"
-
8
Late Bids
-
$
Totals
cif
84-w1373
page I of 2
Reedtis for "No Bid" were as follows:
1 • "too not manufacture. "
2• "We elect to no bid at this time-"
3. "unit should be a one -ton van with. a higher GVWR."
(Hispanic firm)
4. "Do not sell this type equipment."
S. "Do not sell life support vans at this time, only fire
fighting vehicles."
6. "We do not represent a manufacturer of this type
equipment."
7. "We cannot meet specifications."
8. "We cannot supply at this time."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE TO
E.V.F. INC. IN THE TOTAL PROPOSED
AMOUNT OF $50,072.00.
Rf=�
urc asing Officer
ii17.el �z
Date
The above award meets the requirements of the Department of Fire,
Rescue and Inspection Services, and approval,/is recommended.
The Minority Procurement Officer
recommendation.
ii - ;1 / 8
concurs with the above
84 - 3- 73
P490 2 of 2
v, r• e x r }
yyT E
, - h Tt
ypgy:ln nw,
���.
t
{1
M
DESCRIPTION
,ter•
..,
mum-
-
I•rrr�
���
�r err
Mon
�,.
� .
-
.
WWI r•r�
a�� s��►
_
WIMRio
r,,�r�rr
rr►r�r► rrs