Loading...
HomeMy WebLinkAboutR-81-0179RESOLUTION A RESOLUTION ACCEPTTNG THE BID OF E.V.F., INC. FOR FURNISHING 4 RESCUE AMBULANCE VEHICLES FOR THE DEPARTMENT OF FIRE; AT A TOTAL COST OF $226,700.00; ALLOCATING FUNDS FROM THE FIRE FIGHTING, FIRE PREVENTION AND RESCUE FACILITIES BOND FUND IN THE AMOUNT OF $214,700.00 AND FROM THE FLORIDA POWER AND LIGHT FRANCHISE FEES IN THE AMOUNT OF $1.2,000.00; AUTHORIZING THE CITY "[ I t1 —`°'�.^ ram— U NAGER AND THE PURCHASING; AGENT TO ISSF. I'THE Sv l► j j LIRCHASE ORDER FOR THIS EQ TPMENT. DGCu WHEREAS, pursuant to public notice, sealed bids were received January 7, 1981 for the furnishing of 4 Rescue Ambulance Vehicles for the Department of Fire; and h'HERF.AS, invitations were mailed to 10 potential suppliers and 2 bids were received; and WHEREAS, funds for this purchase are avni1able in the Fire Fighting, fire Prevention, and Rescue Facilities Bond Fund in the amount of $214,700.00 and in the 171oridaPower and Light Franchise Pees in the amount of $12,000.00; and WHEREAS, this equipment will he iised by the Department of Fire for the purpose of neW and replacement equipment required for emergency medical services; and WHEREAS, the City Manager and the Department of Fire recom— mend that tile bid received from E.V. F, Inc. be accepted as the most advanta},eous hid to the City; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI , FLORIDA: Section 1. The January 7, 1981 bid of E.V.F., Inc, for furnishing 4 Rescue Ambulance Vehicles for the Department of Fire; at a total cost of $226,700.00 is hereby accepted with funds hereby allocated from the Fire Fighting, Fire Prevention, and Rescue Facilities Bond Fund in the amountof S214,700.00 and from the Florida Power and light Franchise Fees in the amount of $12,000.00. Section 2. 'That the City Manager is hereby authorized to instruct the Purchasing Agent to issue the Purchase Order for this ec{uiAment. PASSED AND ADOPTED this 17 day of MARCH 1981. MAURI CE A.RRE _ FE T E;'��i iv u.---------- I AA- Y R -- -- ___._ At cast : APPROVE-D ,jAS /TO FORM AND CORRECTNESS City Clark ROBERT F. CLARK, ACTING CITY ATTORNEY . 1 '', t NOW Z7, Mr. Richard L. Fosmoen City Manager . L. Mullins Purchasing Agent INTER -OFFICE MEMORANDUM March 3, 1981 Recommendation for Resolution and Award of Bid No: 80-81-29, 4 Rescue Ambulances ., ,. t . -c5 Award of Bid, Resolution, Tabulation of Bids It is recommended that the award be made and a resolution be passed accepting the most advantageous bid as received from E.V.F.. Inc. for furnishing 4 Rescue Ambulance Vehicles to the Department of Fire at a total cost of $226,700. Pursuant to public notice, sealed bids were received January 7, 1981 for furnishing 4 Rescue Ambulance Vehicles for the Department of Fire. Invitations were mailed to 10 potential suppliers and 2 bids were received as per the attached tabulation. Funds for this purchase are available in the Fire Fighting, Fire Prevention and Rescue Facilities Bond Fund in the amount of $214,700 and the Florida Power & Light Franchise Fees in the amount of $12,000. This is a rebid for the purchase of new and replacement vehicles required for emergency medical services. The previous bid, which was awarded to Aero Products, Inc. was recinded bv_ Resolution No. 80-867 because the City Attorney determined that Aero Products, Inc. was not licensed by the State of Florida to sell motor vehicles on July 8, 1980, the date the bids were opened by the City, as required by General Conditions No. 19. Aero Products did obtain the license on July 14th. Aero-Products, Inc. was given the opportunity to rebid. However, thev chose not to bid, and when contacted by telephone, they advised that their costs had increased signifi- cantly and they did not believe they could be competivive. On the rebid, Modular Ambulances, Inc, was the lowest bid. How- ever, they also were not licensed by the State of Florida. The Department of Fire concurs with this recommendation. i ALM . an , 8 - 74 9 1 .. 1 I" ` t AWARD OF BID Bid No: 80-81-29 ITEM: 4 Rescue Ambulance Vehicles DEPARTMENT: Fire TYPE OF PURCHASE: Single Purchase REASON: New and Replacement Rescue Vehicles POTENTIAL BIDDERS: 10 BIDS RECEIVED: 2 TABULATION: Attached FUNDS: Fire Fighting, Fire Prevention, and Rescue Facilities Bond Fund. $214,700.00. Florida Power & Light Franchise Fees $12,000.00 CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE ^ U-. 11Cz1.6 Depa tment of Finance BID EVALUATION: All bids meet the specifications. Following is an analysis of the invitation to bid: Cateeory Prior Bidders New Bidders Minority Bidders Courtesy Notifications "No Bids" RECOMMENDATIONS: Totals Number of Bid Invitations ?failed 10 Number of Responses 2 -0- -0- -0- -0- 2 IT IS RECOMMENDED THAT THE AWARD BE ?LADE TO E.V.F., INC. The Department of Fire concurs. i Purchasing Agent Date NEW TAE=tU1..gT1Q[1,C.F RIQ F�� ;}D PcscuE AHejjL&MGe\jgtICccS City Manager, City Clark A. M. Q.c..ved by the City Commission, City Clark, City of Miami, Florida ot1Q. 3GP-tt. tjnt�un2�7.12RL M nWV Licensed 3 lns�rao as tear C.ty Cod* i idea* Ord. ! — - { 8.d Bond Amount 'L- C./ 5 Inawlant.as r11p;�t�.C_iCC1vSt-. Itan Unif No. OESC IPTiON I Pr.ca Total &-,— -- Unit ( Prize 1 Total Unit �mt Price Total i once Toral Unit Prrca l Total Unit f Pnu Tetal Qc `yac- f>1 ,l c, ,4�iC t [�1>i ) 'Cl - co, Ic- zoF'cIL:, "k-o.co �,'(LD,�d �f).Cr' c) LTCO; -4Yi 2 cep ro' it try* I I tcM I 1 I '14 �' �'�, `mottl�t, k1 C�i�}�� ! 304-.L0 Il.r,m—'ttcrVl n r I_ �,o^Ili T fr7_r;f I il).C�C� ourI' To uf Hl" I Ili Uil c)-TI Dr/='t!AS;E 19Z471 2 6,76),00l -n ' �— (' _', /�' 1 L''t,'ti�,- r �r,t- `�' ? ZJ I Ii.�_�J�iY-y�1 r�1, z��� �S'�;)b`L'I /yam,, �': 5 PC -S. 1 { t 64-Q- LLc, BID SECURITY ITEM BID 80-81-29 DATE SIDS RECEIVED JANUARY 7, 1980 RESCUE AMBULANCES/FIRE DEPARTMENT TYPE OF SECURITY SIDDER TOTAL AMOtJN T E.V.F. INC. 7555 GARDEN RD. RIVIERA BEACH, FLORIDA 23404 Item 1-$49,990.00 2- 49,990.00 3-49,990.00 Bond 5% of th amount of the bid 4-49,990.00 5-49,990.00 MODULAR AMBULANCE CORPOPATION 1801 S. GREAT SOUTH14EST PARKWAY GRAND PRAIRIE,TEUIS 75051. --- - - -- - Item 1-$43,996.00 2-$43,996.00 3-$44,018.00 4 - S [ 4 2-L6-(l $9,000.00 bond 5-$44,216.00 i a 1 no f, rY 419coired 06 above do(wlbtd chocks thl -.,day of 19 __- PON ACCOUNTING DIVISION _- 1 4EilLCYo. �� 101 CITY OF MIAMI, FLORIDA REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT ADVERTISEMENT FOR BIDS REQUIREMENTS FOR -MONTHS F L DEPT/ DIV ACCOUNT CODE BID NO. z PREPARED BY CO I: E ITEM DESCRIPTION o 7 DATE PHONE_- -_;iLATE DATE CAT = im1LAMOUNT AMOUNT QUANTITY UNIT AMT. BIDS TO BE SECURED FOR PRICE FOR THE DEPARTMENT OF: ADVERTISE ON I 1 11 BIDS TO BE RECEIVED ON TOTAL J E_'-TIVAIED COST: APPROVED BY: CONTRACTUAL: INCIDENTAL s DIRECTOR OF ISSUING DEPARTMENT TOTAL s `_OuRCE OF FUNDS: Io i'd Itlif d in bN EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INvOLVED___ EXPENDITURE CONTROLLER F-kr,)jECT CODE AD CODE (oplis lo:llufrijasfng(org.) — City.kianager — City (.It-rk, —!:.%jwvdilury Contnil Issuing Departmoil —Other Affected Department I,kooNl, 1143 WEV 74 WHITE GRIFEN PINP, < ANAkv HL �IL GOLDENROD r IA Legal Advertisement m d r:o . 80-81-29 Sealed Kids :ill he received by the laity Manager and City Clerk of the City of Miami, Florida no later than 10:30 A.M. , January 7, 1981 for furnishing 3 Rescue Ambulances for the Department of Fire in accordnnce with detailed specifications available upon request at Lhe office of the Purchasing Agent, Purchasing Division, 3500 Fan , mLl'ican Drive, ^;i r,i, telephone 579-6380. 1'he City Manager hal, the ; owt r to reject all bids and readvertisc. Richard L. Fosmoen City Manager r