HomeMy WebLinkAboutR-02-0271J-02-176
3/5/02
RESOLUTION NO. 02— 271
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE ACQUISITION OF REFURBISHMENT
SERVICES FOR TWO FIRE RESCUE SCOOTERS FOR THE
DEPARTMENT OF FIRE -RESCUE FROM PRIDE
ENTERPRISES, IN AN AMOUNT NOT TO EXCEED
$49,739.30; ALLOCATING FUNDS FROM CAPITAL
IMPROVEMENT PROJECT NO. 313233, AS FUNDED BY
THE FIRE ASSESSMENT FEE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The acquisition of refurbishment services for
two Fire -Rescue scooters for the Department of Fire -Rescue from
Pride Enterprises, in an amount not to exceed $49,739.30, is
approved, with funds allocated from Capital Improvement Project
No. 313233, as funded by the Fire Assessment Fee.
CITY COMOSS10M
mr-E IRC;
02- i�ws�:�utio�2r•�
i 1
C
•
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor. 1/
PASSED AND ADOPTED this 14th day of March
ATTEST:
PRISCILLA A. THOMPSON
CITY CLERK
APPROVED P W T? F AUPeCORRECTNESS :6
2002.
MANUEL A. DIA AYOR
ii If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 2 of 2 02— 271
0 0
CITY OF MIAMI, FLORIDA A=7
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and DATE:
Members of the City Commission
SUBJECT:
A
'FRONT : 'C"s A. Gimenez ! ' REFERENCES
II City Manager ENCLOSURES:
RECOMMENDATION
FES `' o Lj.1'
FILE: FIM -016 -doe
Resolution Authorizing
Purchase of Refurbishing Two (2)
Fire -Rescue Scooters - PRIDE
Enterprises
Resolution
It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the
purchase of refurbishing two (2) existing Fire Rescue scooters from PRIDE Enterprises, whereby under
Florida Statutes 946.515 (1) and 287.042 (2) (a) (see attached), is exempt from the competitive sealed
bid requirements, in amount not to exceed $49,739.30. Funding is available from the Capital
Improvement Program (CIP) Project Number 313233, Account Code No. 289401.6.840, as funded by the
Fire Assessment.
BACKGROUND
The Purchasing Department issued a bid for the Refurbishment of Rescue Scooters (Bid No. 00-01-24)
and was cancelled due to the lack of vendors attending the voluntary pre-bid conference meeting on July
10, 2001. Since the cancellation Fire -Rescue has dealt with PRIDE Enterprises to receive a reasonable
and acceptable proposal per our specifications (see attached).
PRIDE Enterprises, is Florida's innovative prison industries program authorized by Florida lawmakers in
1981. PRIDE teaches inmates meaningful job skills, the work ethic, productivity and quality customer
service, gives them a paid job behind bars, rehabilitates, and helps them find work once released.
The State of Florida Statutes 946.515 (1) and 287.042 (2) (a), states that "Any service or item
manufactured, processed, grown, or produced by the corporation in a correctional work program may be
furnished or sold to any legislative, executive, or judicial agency of the state, any political subdivision,
any other state ... if not prohibited by federal law" and "Purchases by any county, municipality ... or other
local public agency under the provisions in the state purchasing contracts, and purchases, from the
corporation operating the correctional work programs, of products or services that are subject to
paragraph (1) (f), are exempt from the competitive sealed bids requirements otherwise applying to their
purchases."
Accordingly, it is hereby requested to utilize PRIDE Enterprise to refurbish the Fire -Rescue scooters.
IVV1 B
CAG IMLK/TF/jam
FM.016.doc 02— 271
0 0
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Judy S. Carter, Director
Department of Purchasing
G l�
�t
FROM: Chief William W. Bryson, Director
Department of Fire -Rescue
DATE: February 13, 2002 FILE: FM,017.doe
SUBJECT: Purchase of Refurbishing Two (2)
Fire Rescue Scooters - PRIDE
Enterprises
REFERENCES: Commission Meeting
ENCLOSURES:
Resolution
The Department of Fire -Rescue has verified that funding is available for purchase of refurbishing
two (2) existing Fire Rescue scooters from PRIDE Enterprises, whereby under Florida Statutes
946.515 (1) and 287.042 (2) (a) (see attached), is exempt from the competitive scaled bid
requirements, in amount not to exceed $49,739.30. Funding for this purchase is available from
Capital Improvement Program (C1P) Project Number 313233, Account Code No. 289401.6.840,
as funded by the Fire Assessment.
Budget Approval: A4. Q1131,9"x
n a 2' .Haskins, Director esignee bate
C1P Approval:y
Pita' ' dministrator Date
C�
33�
WWB/MLK/TF/jam
FK017.doc
02- 2'71
statutes ->View Statutes: Onli*nshine 9 Page 1 of 2
Sunshine
View Statutes
Select Year•2001
Welcome Session iommitleos f.egislalols
Search StatLTtLS Constitution
The 2001 Florida Statutes
InfCen exon Labbyisl
�enler Informnlinn
I._aws-cif Florida Order
Go
Title XLVII Chapter 946
Criminal Procedure And Corrections Inmate Labor And Correctional Work Programs
946.515 Use of goods and services produced in correctional work programs.--
-lot(1) Any service or item manufactured, processed, grown, or produced by the corporation in a
correctional work program may be furnished or sold to any legislative, executive, or judicial
agency of the state, any political subdivision, any other state, any foreign entity or agent thereof,
any agency of the Federal Government, to any contract vendor for such agencies or any
subcontractor of the contract vendor, or to any person, firm, or business entity if not prohibited by
federal law.
(2) No similar product or service of comparable price and quality found necessary for use by any
state agency may be purchased from any source other than the corporation if the corporation
certifies that the product is manufactured by, or the service is provided by, inmates and the
product or service meets the comparable performance specifications and comparable price and
quality requirements as specified under s. 287.042(1)(f) or as determined by an individual agency
as provided in this section. The purchasing authority of any such state agency may make
reasonable determinations of need, price, and quality with reference to products or services
available from the corporation. In the event of a dispute between the corporation and any
purchasing authority based upon price or quality under this section or s. 287.042(1)(f), either
party may request a hearing with the Department of Management Services and if not resolved,
either party may request a proceeding pursuant to ss. 120.569 and 120.57, which shall be
referred to the Division of Administrative Hearings within 60 days after such request, to resolve
any dispute under this section. No party is entitled to any appeal pursuant to s. 120.68.
(3) Agricultural commodities, including, but not limited to, sugar cane, vegetables, beef, and
dairy products, may be sold to private entities or may be sold or disposed of as provided in
subsections (1) and (2).
(4) The provisions of part I of chapter 287 do not apply to any purchases of commodities or
contractual services made by any legislative, executive, or judicial agency of the state from the
corporation.
(5) In addition, the corporation may contract to provide inmate services or inmate goods to
private enterprise, where such services or goods are under the direct supervision of the
corporation and, further, where it is determined by the Governor that the corporation by the
provision of such services or goods does not unreasonably seek to compete with other businesses
in this state.
(6) If, pursuant to a contract between any legislative, executive, or judicial agency of the state
and any private contract vendor, a product or service is required by the Department of
Management Services or on behalf of any state agency, Is certified by or is available from the
corporation identified in this chapter, and has been approved in accordance with subsection (2),
the contract must contain the following language:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH
ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT
SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER
CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME 02— 271
PROCEDURES SET FORTH IN SECTION 946.515(2), AND (4), F.S.; AND FOR
http://www.]eg.state.fl.us/Statutes/index.cfm?mode=View%20Statutes&SubMenu=1 &App_... 2/12/2002
statutes -View Statutes: Onlir*nshine 0 Page 1 of 5
Online
Wecome Session �ornmitlees LegislalaisInlormntionLohbyislSunshina
Ceriler JR�ii leformolion
View Statutes Search StatLACS Constitution Lasys-of Florida Order
Select Year:2001 Go
The 2001 Florida Statutes
Title XIX Chapter 287
Public Business Procurement Of Personal Property And Services
287.042 Powers, duties, and functions. --The department shall have the following powers,
duties, and functions:
(1)(a) To canvass all sources of supply, establish and maintain a vendor list, and contract for the
purchase, lease, or acquisition in any manner, including purchase by installment sales or lease -
purchase contracts which may provide for the payment of interest on unpaid portions of the
purchase price, of all commodities and contractual services required by any agency under
competitive bidding or by contractual negotiation. Any contract providing for deferred payments
and the payment of interest shall be subject to specific rules adopted by the department.
(b) The department may remove from its vendor list any source of supply which fails to fulfill any
of its duties specified in a contract with the state. It may reinstate any such source of supply when
it is satisfied that further instances of default will not occur.
(c) In order to promote cost-effective procurement of commodities and contractual services, the
department or an agency may enter into contracts that limit the liability of a vendor consistent
with s. 672.719.
(d) The department shall issue commodity numbers for all products of the corporation operating
the correctional industry program which meet or exceed department specifications.
(e) The department shall, beginning October 1, 1991, include the products offered by the
corporation on any listing prepared by the department which lists term contracts executed by the
department. The products or services shall be placed on such list in a category based upon
specification criteria developed through a joint effort of the department and the corporation and
approved by the department.
(f) The corporation may submit products and services to the department for testing, analysis, and
review relating to the quality and cost comparability. If, after review and testing, the department
approves of the products and services, the department shall give written notice thereof to the
corporation. The corporation shall pay a reasonable fee charged for testing its products by the
Department of Agriculture and Consumer Services.
(g) The department may collect fees for the use of its electronic information services. The fees
may be imposed on an individual transaction basis or as a fixed subscription for a designated
period of time. At a minimum, the fees shall be determined in an amount sufficient to cover the
department's projected costs of such services, including overhead in accordance with the policies
of the Department of Management Services for computing its administrative assessment. All fees
collected pursuant to this paragraph shall be deposited in the Grants and Donations Trust Fund for
disbursement as provided by law.
(2)(a) To plan and coordinate purchases in volume and to negotiate and execute purchasing
agreements and contracts for commodities and contractual services under which state agencies
shall make purchases pursuant to s. 287.056, and under which a federal, county, municipality,
institutions qualified pursuant to s. 240.505, private nonprofit community transportation
coordinator designated pursuant to chapter 427, while conducting business related solely to the
Commission for the Transportation Disadvantaged, or other local public agency may make.,,, 271
purchases. The department may restrict purchases from some term contracts to state ag s
only for those term contracts where the inclusion of other governmental entities will have an
http://www.leg.state.fl.us/Statutes/index.cfm?App_mode=Display_Statute&Search_String=... 2/12/2002
statutes -View Statutes: Onlipunshine Page 2 of 5
adverse effect on competition or to those federal facilities located in this state. In such planning or
purchasing the Office of Supplier Diversity may monitor to ensure that opportunities are afforded
for contracting with minority business enterprises. The department, for state term contracts, and
all agencies, for. multiyear contractual services or term contracts, shall explore reasonable and
economical means to utilize certified minority business enterprises. Pur y,
munici alit riva community transportation coon -di urs to
chapter 427, while cQnductina business related solely to thPSammicrinn fnr thA Trm.,.-... r+ -*inn
rOMinnc in tha statA ochasinq con
requirements otherwise appyto th�eir,purcl P5as S.
(b) As an alternative to any provision in s. 120.57(3)(c), the department may proceed with the
bid solicitation or contract award process of a term contract bid when the secretary of the
department or his or her designee sets forth in writing particular facts and circumstances which
demonstrate that the delay incident to staying the bid process or contract award process would be
detrimental to the interests of the state. After the award of a contract resulting from a bid in which
a timely protest was received and in which the state did not prevail, the contract may be canceled
and reawarded to the prevailing party.
(c) Any person who files an action protesting a decision or intended decision pertaining to
contracts administered by the department, a water management district, or a state agency
pursuant to s. 120.57(3)(b) shall post with the department, the water management district, or the
state agency at the time of filing the formal written protest a bond payable to the department, the
water management district, or state agency in an amount equal to 1 percent of the department's,
the water management district's, or the state agency's estimate of the total volume of the
contract or $5,000, whichever is less, which bond shall be conditioned upon the payment of all
costs which may be adjudged against him or her in the administrative hearing in which the action
is brought and in any subsequent appellate court proceeding. For protests of decisions or intended
decisions of the department pertaining to agencies' requests for approval of exceptional
purchases, the bond shall be in an amount equal to 1 percent of the requesting agency's estimate
of the contract amount for the exceptional purchase requested or $5,000, whichever is less. In
lieu of a bond, the department, the water management district, or state agency may, in either
case, accept a cashier's check or money order in the amount of the bond. If, after completion of
the administrative hearing process and any appellate court proceedings, the water management
district or agency prevails, it shall recover all costs and charges which shall be included in the final
order or judgment, excluding attorney's fees. This section shall not apply to protests filed by the
Office of Supplier Diversity. Upon payment of such costs and charges by the person protesting the
award, the bond, cashier's check, or money order shall be returned to him or her. If the person
protesting the award prevails, he or she shall recover from the agency or water management
district, all costs and charges which shall be included in the final order of judgment, excluding
attorney's fees.
(d) The terms, conditions, and specifications of a request for proposal, request for quote,
invitation to bid, or invitation to negotiate, including any provisions governing the methods for
ranking proposals, awarding contracts, reserving rights of further negotiation, or the modification
of amendment of any contract, are subject to challenge only by filing a protest within 72 hours
after the notice of the terms, conditions, or specifications as provided in s. 120.57(3)(b).
(3) To have general supervision, through the state agencies, of all storerooms and stores
operated by the agencies and to have supervision of inventories of all commodities belonging to
the state agencies. The duties imposed by this section do not relieve any state agency from
accountability for commodities under its control.
(4) To establish a system of coordinated, uniform procurement policies, procedures, and practices
to be used by agencies in acquiring commodities and contractual services, which shall include, but
not be limited to:
(a) Development of a list of interested vendors to be maintained by classes of commodities and
contractual services. This list shall not be used to prequalify vendors or to exclude any interested
vendor from bidding. 02-
2_ 2 71
(b) Development of procedures for the releasing of requests for proposals, requests for quotes,
http://www.leg. state.fl.us/Statutes/index.cfm?App_mode=Display_Statute&Search_String=... 2/12/2002
.JAN -08-02 17.00 FRQM.FIRE RESCUE
YM OHIO 4.Y.• -- ...
PRIE)-..-.
F N T E R P R I S E S
DATE:
.r
O;
ORGANIZATION:
SU87EGT:
FAX #:
SEN DER;
ID:30SS7SS290 PAGE 2/4
11 M7
HEAVY VEHICLE FIENOVATION
P.O.60x4050
DAYt'ONA BEACH, FL 32120
PH#: 386-254-3916
FAX#: 386-25+3917
FAX TRANSMISSION COVER SHEET
January 8, =2 (2:SOPM)
CAFT JOHN CRAWFORD
T a Z m; ul 04374:1. *
MINI RESCUE VFhICLES
30!;-S75-5290
GEORGE A. LEWIS, INMATE TECHNICIAN
YOU SHOULD RECEIVE 3 PAGE(S), iNcwDrNG THIS COYER SHEET. IF YOU DO NOT
RECEIVE 3 PAGE(S) PLEASE CALL 386-254-3916
MESSAGE
HELLO CAPT CRAWFORD
ATTACHED IS THE LATS UPDATE ON THE Sa)OTFR PROPOSAL- PLEASE LOOK IT
OVER AND GIVE US A CALL IF THERE ARE ANY CHANGES. YOU WILL NOTICE THAT
THE LIGHTBAR IS ADDED AND THE NEIN iP KiT, UNDER THE UPFIITING OPERATIONS
SECTION. HOPE THIS HELPS....
HAVE A GOOD SHIFT, Gi-=ORGE LEWIS
The Wmnafim =no*md in M rdmWt r+ moge is poprwny, ilfndM only far the use of VM jdvAW or
a ty rdrrret! abm If ltre reader of this mmW is not the "udrrrded rw parst: or the err bpe ar apmt m taft
for deRvc *,a k m the WouW nl4m!nt ym we Mw" rcWMd V= any d5swMaift?, dWttLt m, or aVft at
this wnmx*Um is 0%by prottirm. Ifyou receive 1% cwMMcWW In error, pie= medal* notil'r us by
tei*'N a aid ream the Qe to us at the dv a adores, via US. Pr is W Swo= Ttt W YOU.
02- 271
0
JAN -0B-02 17.00 FROM.FIRE RESCUE
WE •r" &"Wh 1.1.00 town 0
IP
PRIDE
r-urear+stscs
aPwp ft: On
ID.306G766�250
I \YY
' Heavy Vehicle Renovation
. TOin0ka DiVlslon _
Proposal
Dobe; 8 JanLmq 2=
PAGE
• YAM YY� i Y/Y
Job No:
CXY of Miami Fire Rescue. Suit Servioas CIS ►.
1151 N -W. 7* Street Phu" #: 305.676.216
Miami Florida 33136 Fox is �
Cpt John Cnr*ford .
Alkiw: Cushirman Veh No:
Mndal: Haulster . VIN:
Year. 2002 Tai; -
THIS PROPOM 15 VALID FOR THEITY 90 DAYS n= TH8 DATE SHO"A11 W P=g VWLL 1NSp= VOUCLU
UPON ARWAL AND NOTIFY THE CilS LWR OFANY AWIT044 WORK THAT J♦AAY RE Rte. ALL
COYMUMCATIONS EW MEWAND P9=KAL FROPWY W.Xr 8E Rip FROM *449 YENCLE>�RTO
DVJVgW7p PRII�LINE COMMUiaN TW IS OFF£NWt� PARTS AVAILA=yANR FA=Cft BEY= OUR
CONTROL OUR MIM IS AASEA ON Ri:USAKZCR REatxL7 CARPS. WARRAWy; &Wd*jAdICAL .6 MONTHS, FAQ .12
MONTHS
0
02- 2 71
3/4
REFURBISH ft REM CUSTOM BODIES
ON TWO (Z) MIN!- U=UE VEHICLES
t'g 1 of 2
Flevision.g
A OfFrIWAIGOPM4nOM8
♦
REMOVE b iisfurWsh cu=m bodes*am *Old rtiessis"
♦
•
inspect aU sutl~sU uetures, welds, hinges, and doors for needed repair
Inspect all door hardware and replaoa all non-opera*mal
romponenta.
Polish all diamond plata as needed
•
IrisPOd all wiring and replace any damaged carrlponents
♦
RE+1T Refud)ishsd bodies onto NEW" hman Haulster chassis..
Chassis to have Air Aide REM suspension installed for lowering of
body for Paden loading purpase& Engine shall he upfr tad forPropane
Fuel gmrailon. Mew Kit]
♦
1M WI Whalen Mini -Lightner VMLFL22P
S PAMTVPIERA77aW
•
ftnt cab body • front lernders and wheels to inaFire Dept Flea
r lOrs (DWPOnt Imran& RED #2072WM) with clear oats overlay
0
02- 2 71
3/4
ff
JAM --00--02 17-00 FRCN @FIRE RESCUE I0 • 3055755290 PACE 4/4
•Heavy Vehicle Renovation
Tomaka pivision _
PRIDE
EX: r.RPRtALr.%
Pry
Pg2of2
lei Revision -E
In w RMA16 RMU9Nq#&rs .
♦ LP fuel conveMian sholl conform to NFA WS b Ni=FA Si Standards
♦ LP dual cylinder, re9uldm and engine connections shall be a flexible
type hme. RIG O lines are UN-A{:CITPTABIE
7
70TAL AMOUNT PER EACH VEHICLE: S MINAS
TOTAL AMOUNT FOR TWO (7) VEHICLES:j_¢q 0
AUTHORIZED BY: , DA1E-
This proposal reflects the most current changes as of 1-08-02
REVISION E
P -O. BOX 10M 3950 TOM MAY MUD. PAYMNA BEACH. ft WIM BUSINESS =-Z4-3916
FAX: 8815-M4-917
®2— 27
4.0. SPECIFICATIONS
REFURBISHMENT OF FIRE RESCUE SCOOTERS
It is the intent of these specifications to describe the requirements to refurbish four (4) existing Fire Rescue
scooters with liquid propane tanks to full serviceability. They aim to clarify the re -construction techniques to
be used and required standards that must guide the restoration process. The end result must be a
replacement of the Cab and chassis assembly (Controls/Drive line) and replacement of all worn or damaged
body components and painted surfaces.
Successful bidder shall be responsible for the pick-up and delivery of the scooters from the Department of
Fire Rescue, Support Services, 1151 NW 7 Street, Miami, Florida.
1. Scooter Reconstruction
1.1 All replaced body parts, components, and equipment shall be new and no used parts,
components, or equipment shall be permitted. The chassis shall be the same or equal to
Cushman brand Model #455 112 ton on -road Haulster. An equivalent chassis will be
acceptable if it can successfully complete the performance test at the Miami Orange Bowl
Stadium as detailed in Section 2.
1.2 The chassis shall be of current production and new. Vendors shall remove the existing body,
disassemble, repair and refurbish the body per specifications herein and reinstall the body on
the new chassis.
2. Performance
2.1 Refurbished vehicle shall be capable of attaining a road speed of at least twenty-nine (29)
miles per hour on a flat grade while fully loaded to a maximum payload of 1500 pounds.
2.2 Refurbished vehicle shall be capable of ascending and descending ramps at the City of Miami
Orange Bowl Stadium with a maximum payload of 1500 pounds without placing undue strain
on vehicle components to include brakes, transmission, steering, frame and engine.
2.3 Refurbished vehicle shall be capable of ascending ramps at the City of Miami Orange Bowl
Stadium with maximum payload of 1500 pounds and reach the uppermost level from the
ground within ninety (90) seconds.
2.4 Refurbished vehicle shall be able to tum around on the ramp and main aisles of the Miami
Orange Bowl Stadium via a three-point tum.
3. Cab/Chassis
3.1. Dashboard shall contain the following:
a. Ignition/starter type key switch, all units to be keyed alike and three (3) sets of keys
provided with each vehicle.
b. One (1) volt meter.
c. One (1) ammeter,
02- 2 71
0 0
d. One (1) hand throttle (may be located in close vicinity of engine but must be accessible
outside engine compartment and within reach of seated driver).
e. One (1) speedometer/odometer.
f. One (1) hi -low headlight beam indicator lamp.
g. One (1) head light switch. If this switch does not activate the parking lights, a second
switch must be provided.
h. One (1) oil pressure gauge.
i. One (1) hour meter.
j. All gauges and instrumentation to be individually illuminated and weatherproof.
k. Manually activated, continuous and or demand audible warning system.
3.2 Chassis design shall incorporate dual hi -low beam headlight system.
3.3 Shall be prime coated and finish painted in white or light color paint to facilitate the final paint
color.
3.4 Chassis design shall incorporate tum signals on front and wiring provided for rear. Tum signal
actuator to be located on the left side of steering wheel column. Turn signal system shall
incorporate 4 -way flashing system and stop light system. Parking lights shall be incorporated
with turn signal lamps.
3.5 Chassis design shall incorporate a fiberglass or other approved cab cap over driver and
passenger seat.
3.6 Two (2) rear view mirrors shall be mounted forward of the driver's seat - one (1) on each side,
designed to be collapsible on impact. The mirrors will be of sufficient size to allow a complete
view of the side of the vehicle.
3.7 One (1) vinyl covered cushioned single bench driver's seat capable of seating driver and one (1)
adult passenger. Two (2) sets of 3 point seat belts shall be installed and connected to the frame.
The rear passenger seat will also be equipped with a 3 point retractable seat belt.
4. Engine
4.1 Shall be of intemal combustion design and converted to LPG fuel. The conversion shall meet or
exceed all NFPA 505 & 58 minimum requirements.
4.2 If engine block is aluminum, preference shall be given to one with steel sleeves.
4.3 The air intake for the carburetors) must be protected with an air filter.
Page 2 of 11
o2- 2'71
0 0
4.4 Oil drain plug location must allow draining of oil pan below the chassis in such a manner that oil
will not strike structural parts of undercarriage. Drain plug assembly shall not hang low below
chassis.
4.5 Oil dipstick and fill tube shalt be readily accessible and painted yellow for easy identification.
4.6 Accelerator shall be pedal activated and floor mounted.
4.7 Exhaust system shall discharge to the rear of vehicle and incorporate a suitable muffler.
5. Transmission
5.1 Shall be an automatic three (3) gears forward and one (1) gear reverse design. Additional gears
will be allowed if needed to meet performance requirements.
6. Differential
6.1 Worm gear with 6,5:1 ratio.
6.2 Auxiliary Transmission: lever engaged, 2:1 reducing auxiliary, if necessary, as per Section 2.3
7. Wheels
7.1 Shall be road wheels and tires with highway tread capable of meeting total weight load
requirements (minimum of vehicle weight plus 1500 pound payload). Tires and rims shall be
tubeless type.
8. Steering
8.1 Shall be road type utilizing a steering box with steering wheel and horn button.
9. Brake System
9.1 Primary Brakes shall be heavy duty hydraulic on all wheels.
9.2. The brakes shall be actuated by foot pedal - pedal to be suspended or floor mounted. Pedal
actuation shall activate a stop light switch.
9.3. The brake mechanism at the wheels shall be protected from the elements.
9.4. May be either drum/shoe type or disc/pad type.
9.5. The Parking/Emergency brake may be either hand or foot actuated.
9.6. The Parking/Emergency brake may either actuate a system on the drive shaft or mechanically
actuate the brake system on the rear wheels.
9.7. The Parking/emergency brake shall be adjustable and include an indicator light and audible
buzzer when engaged.
Page 3of11 02_ 271
0 0
10. Suspension
10.1 The front wheels shall have an independent hydraulic shock absorber system.
10.2 Each rear wheel shall be provided with one (1) Multi -leaf type spring and one hydraulic shock
absorber.
11. Frame
11.1 Shall be heavy-duty carbon steel.
11.2 Shall be so constructed that a fabricated body of purchaser's design can be installed behind the
driver's seat and above the rear wheels.
11.3 Shall be prime coated and finish painted.
11.4 frame shall incorporate, or have a certified after factory installed roll bar assembly to protect
driver and two riders in jump seats. This item is to be discussed in detail at the Pre -
Construction Conference. Overall height of the roll bar shall be 82 inches from the ground. The
height of the roll bar above the rear passenger seat base shall be 43 inches, It shall be rated for
the total weight of the loaded vehicle.
11.5 A rubber coated, steel front bumper will be installed.
12. Existing Body Description
12.1 The frame of the body modules shall be fabricated of aluminum box tubing or steel box tubing in
a box frame design. All connecting pieces of box frame shall be welded on all sides. Tack or
spot welding not acceptable.
12.2 The module body and frame shall be sufficient in strength to support a minimum load of four (4)
adults all medical equipment (approximately 304 pounds), one (1)12 volt -24F battery, and one
(1) LP gas bottle.
12.3 The frame for the module shall be designed to fit over the top, extend out and down from the
side and rear of the scooter chassis. It shall be fastened to and through the chassis by bolting in
such manner to give long and safe operation. Any alterations to the existing frame will be
subject to the approval of the City of Miami Fire Garage
12.4 If the frame of module is steel it must be completely prepared, primed and finish painted before
installing on scooter chassis. It shall be properly insulated between all dissimilar materials to
prevent electrolysis or corrosion. If aluminum is used for frame it must be insulated from steel
chassis for the same reasons.
13. Electrical
13.1 System shall be 12 -volt negative ground.
13.2 Minimum 40 amp. Alternator. Larger if required by lighting package.
Page 4 of 11
i 0
13.3 The alternator shall be belt driven with adjustable bracket.
13.4 The replacement wiring/Circuit Breakers will comply with the following:
a. Circuit breaker panel shall be installed with at least four (4) spare breakers.
b. Circuit breaker panel shall be supplied with a minimum of (8) gauge stranded copper wire.
c. Each electrical circuit shall be individually protected with a circuit breaker.
d. All wiring shall be the appropriate gauge of stranded copper wire to cant' the designated
load.
e. All wiring shall be covered with vinyl/plastic. Cloth or fabric covering is not acceptable.
f. All wiring shall be loomed and anchored as required to prevent damage.
g. Color and function shall appropriately code all wiring.
h. Starter motor shall be electrically gear driven.
13.5 Back up alarm shall be installed (either bell or -buzzer) to be activated by placing the
transmission gear selector in reverse. Connection to vehicle hom is not acceptable.
13.6 Road horn with button located at the center of the steering wheel shall be installed.
14. Dimensions
14.1 Overall length shall not be less than ninety (90) inches nor greater than one hundred five (105)
inches.
14.2 Overall width shall not be less than forty-eight (48) inches nor greater than fifty-five (55)
inches.
14.3 The vehicle shall not scrape the ground while traversing ramps at the City of Miami Orange
Bowl Stadium when fully loaded.
14.4 Turning radius of the vehicle shall be capable of negotiating turns on the ramps at the Miami
Orange Bowl Stadium without backing up to complete the tum.
15. Body module restoration
15.1 The metal body module shall be completely disassembled and inspected for cracks, corrosion
and any other deterioration that could render it unserviceable.. Repair or replace all doors on
the body module. Replace all weather-stripping. Replace all hinges, lock and handle
assemblies, moldings, rivets, stretcher mounts, seat cushions, seat belt assemblies, roll bars,
mirror assemblies, skid guards, and all missing or damaged or wom screws, nuts and bolts.
Tighten all remaining loose screws, nuts and bolts. Replace all light fixtures and wiring
hamesses. Install new battery charger fixtures with G,F.Us.
Page 5of11 02- 271
0
15.2 All bolts, screws and attaching devices shall be of proper size, grade and strength of
stainless to prevent over stress, corrosion, electrolysis or the like. All fasteners will be
machine type threads, and through bolted wherever possible. Sheet metal screws are
unacceptable. All fasteners will be locked in place with an appropriate lock washer, fiber insert
nut or internal locking fiber insert and a chemical locking substance.
15.3 All exterior body side sheets, tailgates and side compartment doors shall be fire engine tread
bright aluminum diamond plate, no less than .125 inches thick. Each body side shall be of
split piece design. The upper portion will start level with the upper compartment floor and
extend upwards. The lower portion will begin at the edge of the upper panel and extend
downwards. The lower side panels shall be designed to have wheel well openings similar to
the existing chassis so the wheels can be changed easily.
15.4 All body panels, door covers, tailgates and lid covers to be installed with flat head stainless
steel bolts (not welded) inserted through countersunk holes in sufficient amounts to insure
long, safe and trouble free operation. They shall be installed with some type of locking
device or devices to insure they don't loosen prematurely. The method used, shall be
approved by the City of Miami Fire Garage.
15.5 Rub rails shall be installed on each side. They shall act as a cover for the seams of upper and
lower body side panels. They shall be replaceable by means of flat head bolts. They shall be
about two (2) inches in height by one (1) inch thick hard rubber adequate for intended use.
The leading and trailing edges shall be tapered.
15.6 The side body panels and compartment door covers when installed shall be or appear to be
made from the same sheet of aluminum. They shall be attached to a complete box type
framework in all areas.
15.7 All compartment doors and tail gates shall be fitted even with body panels and not of overlap
design. All compartments shall be of sweep out design and have stainless steel floor covering
over .125 inch aluminum sheet. All compartments will be made of .125 inch aluminum sheet
with all seams heliarc welded. Compartments shall be designed so that they will not hold
water and may be easily cleaned. They should also leak proof to protect contents from water
damage.
15.8 The battery and LP gas bottle compartments will be exceptions to stainless steel floor.
15.9 There shall -be insulation between the stainless and aluminum to prevent vibrations and noise.
15.10 All side compartment doors and tailgates shall have stainless steel lockable or approved
equivalent paddle handle latches with all locks keyed alike. These -latches shall mate up to
heavy-duty adjustable strikers.
15.11 All compartment doors, lid covers, seat bases and tailgates shall have heavy-duty continuous
stainless steel piano type hinges.( ref. 15.5 ) Hinge pins to be secured in such a manner to
keep pins from working out. All panels, doors, lids, gates, tracks and etc, shall be free of
sharp edges and comers to prevent damage to equipment or injury to persons. Door holding
devices shall be mounted in such a manner as to maximize the compartment opening to
facilitate ease of loading and unloading the compartment.
Page 6 of 11 02- 271
15.12 All compartment doors, lid covers and jump seat --bases shall have heavy duty cam over type
spring loaded door checks (Cleveland or approved equal) which shall hold these units in an
open or closed position.
15.13 All doors, lid covers and tailgates shall be reinforced on the interior to give strength and
prevent warping or flexing.
15.14 The legroom step well compartments shall have aluminum diamond plate floors and side
panels. These shall be fire engine tread bright. The floors in these compartments shall be
capable of supporting a minimum of three hundred (300) pounds each.
15.15 The battery compartment shall be the left front lower compartment. It shall be large enough to
accommodate a standard group 24F-12 volt battery installed on a heavy-duty slide out tray
with hold down device for the battery.
The slide out tray and total battery compartment including the door interior shall be treated to
prevent rust or corrosion. The top of this compartment shall not be the bottom of the
compartment above. This compartment must be well ventilated and have good drainage.
Ventilators shall be properly protected and designed to prevent debris from collecting in the
compartment. The battery cables shall be affixed in such a manner to allow battery to be
moved in and out frequently to be checked and shall move out far enough to be changed. The
battery tray shall have a stop to prevent if from being pulled out completely.
It shall be equipped with a latching device which shall hold in an "In" or "Out" -position. The
cables shall not kink, bind or be vulnerable to shorts from chaffing. The door latch shall be
installed in such a manner as to not interfere with checking or changing of the battery. The
batteries supplied with the chassis shall be utilized.
15.16 All side compartments doors shall be hinged on the forward side.
15.17 The cab shall be separated from the module by a flex connection to ensure against fracturing
and fatiguing of either unit. This connection shall be made of neoprene material and be
attached in such a manner to allow flexing and give durable service without breaking, tearing
or coming loose.
15.18 There shall be two (2) tapered body protectors - one (1) on each side framed -of and covered
with steel. These shall not be attached to the module body except by flex connectors. These
protectors shall be attached to the cab body frame by bolting. They shall be designed strong
enough to act as skid plates if they accidentally come in contact with an object. They shall be
easily removed to gain access to the engine side panels. They shall be the full height of the
module at rear side, The front upper and forward edges of these body protectors will be
tapered and have smooth radius comers. They shall not extend more than -8112" forward or
extend outward more than the body module sides. They will be so designed and fabricated to
be strong enough to protect the module body from a direct impact. These protectors shall be
prepared, primed and finish painted on all sides before being installed, or of design submitted
by Bidder and approved by the City of Miami.
15.19 The complete forward top section of the module that accommodates the two -(2) jump seats
and front center patient carrier section shall be completely removable. This section shall be the
top of the left and right forward compartments. When it is removed it will give complete access
Page 7of11 02— 271
0 9
from the top to service, repair or replace LP gas tank. It shall be secured in such a manner
that it can be easily removed and replaced when necessary.
15.20 The jump seats shall be hinged to the front. This will allow the LP gas tank to be checked on
the right side and allow access to the air bottles in the left side compartment without having to
remove oneself to gain entrance through the side compartment doors. The jump seats shall
be filled with an extra firm rubber flex foam -that will not completely compress when sat upon
by a 225 pound person. They shall be covered with black vinyl material with no beading or
welting in the seams. The base for seat bottoms and backrest shall be 518" or 314" exterior
plywood. The backrests of jump seats shall be filled with a minimum of 2-112" of foam the
same type used in base and covered with the same type of material. The Backrests shall
begin 4" above seat cushions. The height of the rear passenger seat base shall be 14" above
the footrest
15.21 The jump seats shall have adjustable 3 -point seat belts (one (1) pair on each side with
automatic retractors. These shall be approved by the Miami Fire Department Garage. Seat
belts shall be mounted through the module frame and/or roll bar by bolting.
15.22 The right front upper compartment will be used as the LP bottle gas compartment. It shall be
designed to house a 12" diameter DOT T.W. 42. 0-W.C. 800-33 112 pound Universal forklift
tank. The LP tank shall be installed -on a hold-down bracket designed to support and secure it
in a horizontal position with sight gauge and fill valve facing out. The strap on the hold-down
bracket shall be easily removed and replaced when changing LP bottle. Sight gauge shall be
capable of reading tank fuel level in the horizontal or vertical position. LP tank shall be new
and supplied by the bidder.
15.23 All top lift -up compartment lid covers shall be fabricated of standard mill finish aluminum
diamond plate and hinged from the rear. These lid covers shallbe supported on the edges
when closed by the framework of the structure of the body module frame. This frame shall be
designed to act as a rain gutter for the top compartments. These lids shall be supported on
and attached to the interior surface of the lids to withstand a 250 -pound person walking or
standing on them and causing no deformation from use. The front edge of these lids shall be
so designed and installed to be used as a point for opening and closing without causing
injuries to the fingers. These lids shall be equipped with heavy-duty cam over type spring
loaded door checks (Cleveland or approved equal). These door checks shall be installed in a
manner to hold lids tightly closed while in transit and make watertight seal.
15.24 The "T" section of the second tier shall be framed in such a manner that it will not have any
vertical frame structure to interfere with moving equipment from one area to another or sliding
equipment in and out of the rear tall gate. All minimum dimensions shall be adhered to on the
drawings. The tailgate for the second tier compartment shall be covered on the exterior with
fire engine tread bright aluminum diamond plate. This tailgate shall have a frame on the
interior to keep the aluminum plate from warping. This tailgate shall swing down on a heavy-
duty stainless steel continuous piano hinge. It shall have rubber bumpers used as stops when
in an open position. The diamonds shall be removed in an area to accommodate a flat
aluminum panel upon which lettering shall be installed.
15.25 The first tier compartment shall be extended in a sleeve design out to the rear of the module.
The complete floor of the first tier compartment shall be lined with stainless steel inside of an
aluminum tube. This tube shall be strong enough to support the intended use. There shall be
one (1) divider and two (2) stops built into the sleeve to prevent equipment from entering too
Page 8 of 11 02- 271
9
far. This compartment shall house a Femo Washington #60 folding backboard and splints
(folding backboard and splints to be supplied by the City of Miami).
15.26 The first tier compartment and rear utility compartments shall be covered at the rear with a fire
engine tread bright aluminum diamond plate tailgate. This tailgate shall make a watertight seal
when closed. This tailgate shall be framed on the interior and have two (2) holding devices
(one each side) capable of supporting a 250 pound load if used for a step. This tailgate shall
not be the full width of the module. It shall cover the lower back area not used for taillights.
15.27 All compartments are to be free of bolt heads or other protrusions that may damage
equipment when in transport or installing or removing equipment.
15.28 There shall be a suitable handrail around the forward body cap beginning at the leg opening.
This handrail shall be high enough to act as a body stop on the sides to keep personnel from
sliding off the side of the seat. It shall have smooth radius comers. It shall be made of a
quality grade of stainless steel or approved equal. It shall be attached to the module frame by
bolt and nut. This handrail system may be integrated with roll bar assembly required in
chassis section.
15.29 There shall be two (2) quality handrails in the leg opening (one each side). These units shall
have a universal on one end attached to a mounting flange and body of module. There shall
be two (2) receiver cups in each opening. The handrail shall be spring loaded so it can be
moved from one cup to the other. The mounting will be discussed at the Pre -construction
Conference.
15.30 There shall be a minimum of two (2) rear view mirrors installed. Type and location to be
agreed upon at the appropriate time by the successful Bidder and the City of Miami Fre
[Department.
15.31 There shall be a lockable glove compartment fabricated and installed in the space available
below the dash panel and to the right of steering column -construction design to be approved
by the City of Miami Fire Garage. If possible, glove box lock and module body door locks on
both units shall be keyed alike. Six(6) sets of keys shall be provided for all locks (NOTE: If
the glove box is keyed differently, six (6) keys shall be provided for the glove box lock).
16. Patient Stretcher Bracket
16.1 The top center section (front of rear) of the module body shall have two (2) tracks so designed
to be guides. These tracks will be permanently attached to the lid covers. Each track shall be
designed and installed to allow each lid cover to be raised and lowered individually when
stretcher is removed and allow stretcher to roll in and out smoothly. These tracks shall be
sufficient in strength to give long safe durable service. The forward sections of tracks shall
have recessed cups designed to hold forward stretcher wheels in a fixed position for
transporting.
16.2 There shall be a mechanical locking device that can be quickly and easily operated. This
locking device shall be operated with one hand and from either side of the stretcher. This
locking device shall be strong enough to secure the stretcher with a patient when transporting
up and down steep grades. The successful Bidder shall present plans of their locking device
for final approval.
Page 9of11 02— 271
0 0
17. Conversion requirements
17.1 The conversion shall be proven and custom designed for this particular application. A generic
vehicle of a "fits all" design will be unacceptable
17.2 The conversion shall conform to all requirements of Underwriters Laboratories and NFPA 505
& 58.
17.3 Connections between the LPG cylinder, regulator and engine shall be a flexible fuel line. Rigid
lines will be unacceptable.
18. Lighting
18.1 There shall be as a minimum, stop, tail and directional lights required by the Federal Motor
Vehicle Safety Standard (FMVSS) No. 108. A backup alarm shalt be provided that meets the
Type D (87dba) requirements of SAE J994.
18.2 All wiring shall be soldered if spliced or soldered to a terminal end where connected. All
wiring shall be properly sized and protected by a proper size circuit breaker. All wiring shall be
secured and shielded for protection. Wiring shall be color -coded and function coded every four
inches.
19. Emergency warning systems
19.1 There shall be at least four (4) strobe lights with red lenses clearly visible from any direction
while in the response mode. Exact type and location to be determined at the Pre -Construction
Conference. A headlight flashing system will also be installed and will operate only when all
other warning devices are actuated.
19.2 There shall be a manually activated continuous audible warning system for the purpose of
warning pedestrians.
20. Paint/Lettering
20.1 Alf exterior surfaces of these units, including the wheels, shall be painted with matching "DuPont
N0166 Series 5000 Imron Vermillion Red" or equivalent and a final clear coat. The clear coat
must contain a U.V. protectant. All aluminum plate surfaces are to remain unpainted.
20.2 Successful Bidder shall provide and install all lettering to coincide with existing units. Lettering on
the module sides and tailgate shall be affixed to a piece of flat aluminum properly primed and
painted the same red color as the rest of the vehicle. Lettering plates shall be affixed to each
side of module and tailgate with countersunk flush head stainless bolts with stainless acom nuts
on the back. Two(2) finished sets of lettering plates shall be provided with each vehicle - one (1)
set installed and one (1) set as a spare. Raised diamonds shall be ground smooth in areas
where lettering plates are to be installed to allow for a flush fit on the module body. The letters
shall be made of Scotchlite #580-54 gold reflective sheeting with pressure sensitive adhesive. All
gold letters shall be outlined in black by a method approved by the City of Miami Fire Garage. A
sample lettering plate is available for inspection by the successful Bidder.
Page 10 of 11 02— 271
0
20.3 A 1" reflective white stripe will be recessed into the body rub rails and will be attached to the
inside outer vertical edge of each compartment door.
21. Pre -construction Meetin
21.1 The successful bidder will meet with Fire Department personnel to clarify requirements, and
discuss any restoration issues.
22. Mandatory Parts and Accessories
The following quantities of spare parts and accessories shall be furnished. Quantities listed are not per
vehicle, but are total quantities for the complete vehicle order.
Quantity
Item
One`
Complete front wheel and tireltube assembly (same as on
vehicle).
One*
Complete rear wheel and tire/tube assembly (same as on
vehicle).
One
Alternator (same as on vehicle).
One
Starter (same as on vehicle).
Two
Sets of brake shoes or brake pads depending on braking
system (same as on vehicle).
Two Air filter cartridges (same as on vehicle).
Two Oil filters (same as on vehicle).
Two Headlight lamps (same as on vehicle)
One Tow bar to attach to the front frame. To be provided with 1718`
tow bar coupler.
Two Repair manuals, parts manuals and wiring diagrams
Two -- Headlight switches (same as on vehicle)
*NOTE: If front and rear wheels are identical a total of two shall be provided.
Page 11 of 11r
0
CITY OF MIAMI
AWARD SHEET
ITEM: Refurbishing Fire -Rescue Scooters
DEPARTMENT: Fire -Rescue
TYPE OF PURCHASE: Short Term
REASON: The Department of Fire -Rescue has a need to
refurbish two (2) scooters.
RECOMMENDATION: It is recommended that PRIDE Enterprises,
pursuant to Florida Statutes 946.515(1) and 257.042
(2) (a), is exempt from the competitive sealed bid
requirements, for the refurbishing two (2) scooters,
in an amount not to exceed $49,739.30; allocating
funds therefor from Capital Improvement Program
(CIP) Project Number 313233, as funded by the
Fire Assessment, be approved.
AwardSheet
02- 271