HomeMy WebLinkAboutR-76-0223SRS/ts
2/11/76
RESOLUTION NO. 76-225
A RESOLUTION ACCEPTING THE BID OF CUSTOM
AMBULANCES OF FLORIDA, RECEIVED ON JANUARY 5,
1976, FOR FURNISHING TWO (2) MODULAR RESCUE
AMBULANCES, AT A TOTAL COST OF $54,614,56, AND
THE OPTION TO PURCHASE ONE (1) ADDITIONAL
MODULAR RESCUE AMBULANCE WITHIN NINETY DAYS
FROM DATE OF THE AWARD AT NO INCREASE IN PRICE,
PROVIDED THAT FUNDS ARE AVAILABLE, FOR THE
DEPARTMENT OF FIRE, AND AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE PURCHASING DIVISION TO
ISSUE A PURCHASE ORDER THEREFOR.
O��'� 1
1 1 � h
FOLLOW" .WHEREAS, bids were
ing two (2) Modular
Fire; and
WHEREAS, the
received on January 5, 1976 for furn-
Rescue Ambulances for the Department of
"D'OCU.MENT INDEX
ITEM
City Manager recommends that the bid of
Custom Ambulances of Florida for furnishing said two (2)
Modular Rescue Ambulances, at a total cost of $54,614.56 and
the option to purchase one (1) additional Modular Rescue
Ambulance within ninety days from date of the award at no
increase in price, provided that funds are available, be
accepted as the bid most advantageous to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The bid of Custom Ambulances of Florida,
received on January 5, 1976, for furnishing two Modular Rescue
Ambulances, at a total costof $54,614.56 and the option to
purchase one (1) additional Modular Rescue Ambulance within
ninety days from date of the award at no increase in price,
provided funds are available, for the Department of Fire,
is hereby accepted and the City Manager is authorized and
directed to instruct the Purchasing Division to issue•a
til I h1J11111111 1111 11 I I11 N11111 II111
7! L
purchase order therefor.
PASSED AND ADOPTED this 26 day o
1976,
Attes
•
H , D. SOTHERN
City Clerk
PREPARED AND APPROVED Y:
S.'R. Sterbenz
Assistant City Attorney
FEBRUARY
MAURICE A. FERRE
MAYOR
APPROVED AS TO FIRM AND CORRECTNESS:
ohn S. Lloyd
City Attorney
"SUPPORTIVE
r
CITY or !•;IA1411, FLORIDA
INTER -OFFICE MEMORANDUM
to: Rt. P. tAl. Andrews
City Manager
Rohl,,, y". A. passer
l:-Acting birector
be at'onent of Finance
bAl t Pebruaty 2 r 1976
FILE
suBitc pequest for Psoltttion and Awatd of
13id: 1•3odular pescue Ambulances
REFErBENCES
ENcLr)StiRF,7
Pursuant to Public Notice, sealed bids were received
January 5, 1976 for furnishing two (2) Nodular fescue
Ambulances for the Department of Fire.
Invitations were mailed to twenty --seven potenf i 11 sup-
pliers and one (1) bid was received as follows;
Custom Ambulances of Florida $27,307.28 each.
Funds for this purchase are by:
1. Federal Revenue Sharing
2. State of Florida EMS Grant in
Aid
$44,000.00
22,000.00
$66,000.00
Item 2 - State of Florida EMS Grant in Aid approved
but not received.
E ergency medical rescue vehicles are used by the Fire
Department Fescue Division. This is a regular purchase
of replacement vehicles due to high mileage and no longer
meting State requirements.
It is requested that the award be made arta a resolution
be prepared accepting the bid as received from Cutom
Ambulances of Florida for furnishing two (2) Nodular
Fescue Ambulances at a total cost of $54,614.56 and the
option to purchase one CO acrlditionalncetudar
Ambulance within ninety days from data of the award at
no increase in price, provided that funds are available.
The rt::artr:+3✓nt of Fite concurs with this rc o rn nd.ation.
J :AT.24;ec
"SUPPORTIVE
DOCUMF .S
FOLLOW"
CITY OF , FtORlDA
Bid No. 75-76-25
Bidder's List
1. Custom Ambulance of Fla., P.O. Box 14491, No. Palen Beach, Fla, 33408
2. Gatbr Fire Equipment, Suite #809, 1980 N. Atlantic Avenue, Coma Beach, Fla. 32931
3. Nodular Ambulance, Biscayne Fire Equipment, 2950 N. W. 7 Avenue, Miami, Fla. 33127
4. Pierce Ambulance, Pierce Manufacturing, Inc., Appleton, Wisconsin 54911
5. GERSZ.'ENStAGER - Wooster, Ohio 44691
6. Fargo International, 3011 Rainbow Drive, Decatur, Georgia 30034
7. Springfield Eq,ipment Co. P.O. Box 246, Springfield, Ohio 45501
8. Boca Raton Surgical Supply, 50 N. E. 1st Avenue, Boca Raton, Fla. 33432
9. 47o1f Coach Inc, 200 Bartlett Street, Northboro, Mass. 01532
10. Fliteline Equipment Co., P.O. Box 1352, International Airport Br., Miami, Fla. 33148
11. Designers & Builders, P.O. Box 5868, Tallahassee, Fla. 32301
12. International Harvester Co. 550 N. W. 6th Avenue, Miami, Fla. 33123
13. Biscayne Fire Equipment, 2950 N. W. 7th Avenue, Miami, Florida 341 n RTi C
14. Firefighters Equipment Co., P.O. Box 6092, Jacksonville, Fla. 322 u `"l\I �. '•• C
�c� [ L_► s
15. B.M.F. Corp., P.O. Box 2782, Naples, Fla. 33940 F C L LO aril„
16. Southern Vehicle Prmducts Inc., 6851 - 90th Avenue N., Pinellas Park, Fla. 33565
17. Halprin Supply Co., 3804 Broadway Place, Los Angeles, Cal. 90037
18. Metro Fire Equipment Co. Inc., 953 - CN. Hwy 427, Longwood, Fla. 32750
19. Jm9rgency One Inc., 1604 S. W. 17 Street, Ocala, Fla. 32670
20. W.Q. Dowling Fire Equipment, P.O. Box 673, Keystone Heights, Fla. 32656
21. All Florida Safety Supply Corp., 990 Old Dixie Hwy., Lake Park, Fla. 33403
22. Medical Coaches Inc., Country Club Road, Oneonta, N. Y. 13820
23. The Barton Company, 500 Industrail Mile Road, Columbus, Ohio 43228
24. Wayne Corporation, 125 Clark Avenue, Piqua, Ohio
25. Superior Ambulances, Superior Coach Division Sheller - Glove Corp., Lima, Ohio 45802
26. , Miami Fist . Eguiument.15.0 . ¶g
BID SECURITY
ITEM 2 Resc.ue Vehicles
Pihafice/Purchasing Department
bkf BIOS
BibbER
TYPE OF SECURITY
AMOUNT
Peitt
ACCOUNTING
USE
, ..
. Custom Ati3Ulances of Florida,Inc.k..a—e-i_ritst
American Bke
$30000.00
•
Post Office Box 14491
of N. Palm Beach, Plai
#6382
North Palm Beach,Fla. 33408
t v )
(7) No Bids! so !
Pilit-f6.1
..,
i'•
"SUPPORTIVE
DOC k......„,,
Ft.',1
ut....Luiv
! r,„,,„
--,
.'N
i,
,i•
•
1 1 r
Received the above., d'scr•4 checks this
bi )
• ,r
- ,. r',1 t• ' (
) / day of qr-Yrti
FOR ACCOUNTING DIVI$JOINI
CUStoM AMI3ULANcs oP PLoRIIDA,
POST OFFICE BOX 14491
NORTH PALM BEACH, FLORIDA 33408
PAY
TIME
WK
!A
PC
DATE
•01. noh
TO THE OHOFf4 OF flaos; r(-,0,11_ SOC
AMOtiti I TAX $.,1,0
MVO' C
AMOUNT
FIRST AMERICAN BANK
OF NORTH PALM BEACH, FLORIDA
63-659
670
638 2
DOLLARS
t-stil AMOUNT
yeee,
Inc
CUSTOM AMBULANCES OF FLORIDA, INC.
106 70iii0E,S91: 00 7 0 Lt. tio
"SUPPORTIVE
DOCUMENTS
FOLLOW"
Woo
CITY OF MIAMI, FLORIDA r'
REQUISITION FOR
ADVERTISEMENT FOR BIDS
L
DEFTJDIV )Finance/Purchasing
ACCOUNT CODE 5"Y t D(
BID No, 75-76-25
PREPARED BY - E. Bern
.SS/o
TOTAL
ESTIMATED COST:
CONTRACTUAL:
ITEM DESCRIPTION
s 44,000.00
DATE 11/12/75
PHONE 6380
QUANTITY
INCIDENTAL : S 100. 00
TOTAL $ 44,100.00
SOURCE OF FUNDS:
UNIT
PRICE
APPROVED BY
To be filled in by
EXPENDITURE CONTROL:
QUANtITit NePREORNt;$ bLPARTMZMT
Rr 4fUiRRNitNTt POR MONTHS
AMOUNT AMOUNT
DATE
AMOUNT
AMOUNT
BIDS TO BE SECURED FOR
2 Rescue vehicles as per
the attached memorandum
FOR THE DEPARTMENT OF:
Fire
ADVERTISE ON
-11/20
BIDS TO BE RECEIVED ON
"_" ! /J
DIRECTOR OF/ISSUING DEPARTMENT
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE
AD CODE 6 ` ?13 O P. 3/T
COPIES TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Other Affected Department
N No. IO43-REV. 74 WHITE GREEN PINK CANARY BLUE GOLDENROD
Legal Advertiserent
75-76-25
Sealed bids will be received by the City t:anarer
and City Clerk of the City of `4iahi,' Florida -no
later than
10:00 o'clock: A.M. January 5, 1975
for furnishing Two Rescue Vehicles for the Fire
Department
in accordance with detailed specifications.
pecifications. avai 1 -
able upon request at the office of the ?urciasing
Agent, City Hall, Pr1nrn..r .e;v, , 3500 Pan American
Sri ve , i i a,^i tel e;.hone 579-6380
City of Florida
D. U. inc+re:':s,-City taca'1Eger