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