Loading...
HomeMy WebLinkAboutR-92-0463J-92-501 6/ 19/92 a ►2- '163 RESOLUTION NO. A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) RESCUE VEHICLE UNDER AN EXISTING CITY OF HIALEAH BID #91-057 FROM SOUTHERN AMBULANCE BUILDERS AT A PROPOSED AMOUNT OF $86,358.00, FOR THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES; ALLOCATING FUNDS THEREFOR FROM FY 91-92 CAPITAL IMPROVEMENT PROJECT NO. 313234, ACCOUNT CODE NO. 289401- 840 ($53,221.00) AND PROJECT NO. 104007, ACCOUNT CODE NO. 280511-840 ($33,137.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS PURCHASE. WHEREAS, the Fire, Rescue and Inspection Services Department needs to purchase one (1) rescue vehicle to include the necessary inspection trips and miscellaneous equipment, in the amount of $86,358.00 available under existing City of Hialeah Bid No. 91- 057 from Southern Ambulance Builders; and WHEREAS, at the City Commission Meeting on November 14, 1992, directive was given to the Department of Fire, Rescue and Inspection Services to purchase a new "State of the Art" Rescue Truck in support and recognition of the Employee -Management -Union efforts to join together as a partnership to purchase a new rescue truck and give it as a gift to the residents of Miami; and WHEREAS, purchasing this vehicle under the Hialeah contract will provide the City with a quick and cost effective means of obtaining this advanced life support rescue vehicle; and CITY COMNIISSION r4EETHIC QF J 1) L 0 9 1992 110001ullon No. 92- 463 WHEREAS, funds for this purchase are available from FY 91-92 Capital Improvement Project No. 313234, Account Code No. 289401- 840 ($53,221.00) and Project No. 104007, Account Code No. 280511- 840 ($33,137.00); and WHEREAS, the City Manager and the Chief of the Department of Fire, Rescue and Inspection Services recommend that the purchase of said equipment from Southern Ambulance Builders under existing City of Hialeah Bid No. 91-057, for a total proposed amount of $86,358.00, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The purchase of one (1) rescue vehicle to include the necessary inspection trips and miscellaneous equipment, at a total proposed amount of $86,358.00, this equipment being available under existing City of Hialeah Bid No. 91-047 from Southern Ambulance Builders, is hereby approved with funds therefor hereby allocated from FY 91-92 Capital Improvement Project No. 313234, Account Code No. 289401-840 and Project No. 104007, Account Code No. 280511-840. - 2 - :92- 463 s �r Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase a order for this purchase. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 9th day of _ July1992, VI ATTE i MATT Y HIRAI, CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIA DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A Q N JOVE , II CITY ATT Y - 3 - Z .,OMAYOR 92- 463 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission Cesar H. Odio City Manager RECOMMENDATION DATE SUBJECT REFERENCES ENCLOSURES # 17 FILE Recommendation for Resolution to Purchase Rescue Vehicle Hialeah Bid #91-057 It is recommended that a Resolution be passed permitting the City of Miami to purchase One (1) new Rescue Vehicle to include the necessary inspection trips and miscellaneous equipment under City of Hialeah Bid No. 91-057 from Southern Ambulance Builders, 833 New Franklin Road, LaGrange Georgia, a non-minority/non-local vendor, at a one time cost of $86,358.00. BACKGROUND At the City Commission Meeting on November 14, 1991, direction was given -to, the Department of Fire, Rescue and Inspection Services to purchase a new "State of the Art" Rescue Truck in support and recognition of the Employee -Management -Union efforts to join together as a partnership to purchase a new rescue truck and give it as a gift to the residents of Miami. Purchasing this vehicle under the Hialeah contract will provide the .department with a quick and cost effective means of obtaining this advanced life support rescue vehicle. In addition, the Hialeah contract calls for a medium duty truck chassis in lieu of the light duty chassis originally specified. This chassis upgrade will ensure many years of continuous first line service. Amount of Bid: $86,358.00 % of Cost Estimate: N/A Cost Estimate: N/A Source of Funds: FY 91-92 Capital Improvement Project allocation Project No. 313234 Index No. 289401-840 $53,221.00 Project No. 104007 Index No. 280511-840 $33,137.00 Minority Representation: Bidder selected is a non -minority vendor. 92- 463 1 7 -1 - - 08/04i92 14:39 1040 884 9906 June 49 OP2 Trot Alan $Okvar*" dity of Miami Fax: 306-676-5290 SOU AME UL Bl DR 1t+eat Ran Smith 9n„tJ►ur Aa,bnlana buJld��, Im. Seuthee'n Arsbu] anect ih� i lders, Inc, ATY fir w Arno), rw., P.O. z6vm W. UC" GA imi CWHO U.A.A. or L*W; nau ea ,we:u•Ix J fJ� 1l~ Pwabase 764eRUN 5aMOMak CA4H OLLLGAt f-m-Nla-tt4GxM4W-rte hU1j4Q0WA-1Pq- .eJdGO-Im 1;outhnm Ambulance Buildarti, Inc. is plemsed to submit thA following proposal per tour invitation to bid, Speaificatiens and aecagsory items psert►ining to this bid arc ' attached, All work performed an this contract. will be done in conforawm to and in cospJAr4nce with Pedesral SWAP ication Ili{-A-1922C, Ford Not= Ckx upmy qualified Vehicle Modifier Standards, and Federal Motor Vehicle Safety SuwxLards in ,affect an tkA date of stanufacture, Prices quoted are fire for sixty (60) days =10ea otMrwise noted. . All sdremtents are oontingoAnt upon strikes, aocidemts, dsiays, or availability of chassis or other cause(s) beyond the control. of S uthern Ambulanoe Builders, Inc. Cheige mndere invely" price ohange x or deviations f r= tho approved spcoif ications anti/or written and approved cork =-der(*) will not; be executed without the written approval of, the undersigned parties. Remittance of invoice(s)lfor the cxntractad Item(s) Wable upon &Uveery and sooeptam34 by purohasar. Deli%vAT will be aeoowlishtd ninety (90) days Af. t-= xvmip of purchase oWeir, signed ,and approved work order!s), deposit, wA 614asis, whichever is later. Model laid: 1992/93 Intarn+etimal 4400 LF Chassis with Boatharn "800 ;aeries" Nodule built to the City of Miami `n Bpeolf cations and Drawings Prioe per a<ttacbw specifications: - $98,423.00 lox& $12t086.00 for Radios (piggy- ' bac,SM on City of Hialeah, Florida's bid) _ � � Retnlpee�si:fully 8ubeaitted, Southern Aadaelenoe PA41ders, Ino. �_.. Date - Rocnptst Title: 92463 P.0.0 t Date =.......... A r 05-129/02 10:09 V40A. 864 $906 �alie �. ytar�err �qcr IPinnaen talN+�asda Caunail havident a"eha a Man C'ouned Vice Preecdout I ,gi.ilct ni t� City of Hialeah Southern Ambulance Builders 033 Now Franklin Shad bo Orange, CA 20240 Wear Blddare October 17, 1991 Z 002 Co-aacd Membeft Alwtore WAngwo Zv*Uo Kedis a Aiem I[vanelee PAUU a JL nob" Congratulaticm4 cm being a-srarded aid 91-057, for EnOrgancy Hediaal Care Vehicles , by t:ha Hialeah Ci,:y Council at Ulai.r meeting of August 19, 1991 You will be contacted by the Fire Department regarding this contract. Bhould you have any questio,ie, plesee feel free to call our office ot, ee3-0620. DID trh (ao3t, ill0® ) 8lncacely, CITY IHI$ AN, FLOWN e. D a i Aat.oach � City cl rk 92— 463 f 002 ftla Avenue, Maloah, lloride 33020.4790 i %W hiatK a+t a Sri t 1 f TAR RHENT S 1 1 - AID N0, 91.-037 TITLE EMERGENCY NBDICAt. CARS VEHICLE _ FIRS DRPARTMSNT S OPENING JULY 30, 1991, 11100 A.H. ;i BIDDERS BIDS I SOUTHERN AMBULANCE BUILDERS, INC. j 833 N9W FRANKLIN ROAD ` I LAGRANGS9 UA 30240 6 48, 41t3. 00 C01lY OF boNn 'BUIIHint" AFRO PRODUCTS CORPORATION - 708 INDUSTRY ROAD -_ LONGWOOD, FL 32730 99, 948.00 BOND SIIBMITTRI) DOWLING FIRS RQUIPHENT, iN11, 9391 HARICAMP ROAD OCALA, FL 32671 $11306,12.00 BOND 311SHITTE0 PECOMIC AMBULANCE SALES & ABRVICE 6966 IIERITAAR DRIV$ PORT FT. LUCIN, FL 34952 NO BID STRA1116 &PECtALTY VEHVILES, INC PO BOX 10649 KANSAS CITY, MO 641IS NO BID FIRST RESPONSt INC. 4786 HIGHWAY 42 ELLSNWOOD, CA 30049 NO BID 3 ORDINANCE NO. ORDINANCE OF THE MAYOR AND CITY COUNCIL OF THE CITY OF HIALEAH, FLORIDA, AWARCISO BID NUMBER 91-057 TD SOUTHERN AMBULANCE BUILDERS, INC., FOR THREE (3) RESCUE TRUCKS (TWO C2) REPLACEMENT UNITS AND ONE [1l NEW UNIT), AND AUTHORIZING THE MAYOR AND CITY CLERK OF THE CITY OF HIALEAH TO ENTER INTO THREE (3) YEAR LEASE -PURCHASE FINANCING WITH THE LOW BIDDER FOR THE FINANCING OF THE (3) RESCUE TRUCKS: REPEALING ALL ORDINANCES OR PARTS OF ORDINANCES IN CONFLICT HEREWITH; PROVIDING PENALTY FOR THE VIOLATION HEREOF. WHEREAS, the City of Hialeah Fire Department is in need of two (2) replacement rescue trucks and one (1) new rescue truck; and WHEREAS, Southern Ambulance Eui.ldera, Inc., was the lowest bidder on Bid Number 91-057; and WHEREAS; the City of Hialeah Fire Department finds it preferable to enter into a three (3) year Lease -Purchase Agreement for the three (3) rescue trucks (two C23 replacement units and one C13 new unit), NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF HIALEAH, FLORIDA, that: Sectlon I. The Mayor and City Council of the City of Hialeah, Florida, hereby award Bid Number 91-057 to Southern Ambulance Builders, Inc. for two (2) replacement rescue trucks and -one (1) new rescue truck. 1g;tJon„ 2. The Mayor and City Clerk of the City of Hialeah, Florida, are hereby authorized to enter into three (3) year Lease - Purchase finanoing ` with the love bidder for the financing or the two (2) replacement rescue trucks and one (1) new rescue truck. C (This portion intentionally left blank) 92— 463 9,: • ORDINANCE N0. 91-.91 ' PAGE ? OF 2 Se, gtion Repeal o: Ordinances In Conflict. All ordinances or parts of ordinances in conflict herewith are hereby repealed to the extent of such conflict. U tj on 4. Penalties. Any person, firm or corporation convicted of violating the provi- sions of this ordinance shall be punished by a fine, not exceeding $500.00, or by a Jail' sentence, not exceeding sixty (60) days, or both, In the discretion of the Court. PASSED and ADOPTED this 27th day of .�Aue!st , 1991. xermn cnev#rria Preside t of Council ATTEST: Wwrd C�yeClerk a ono APPROVED. •%3 ayo r641io J. Martdnez APPROVED AS'TA SUFFICIENCY TO FORM (ORDWSPEC/ ,-3 escueUnits) QR01 WCE was adopted by a unaimouz vote with f' Councilmombers D'Angelo, Eahevarria, Medina, Milian, Morales, Nunes, and Ruiz voting "Teo". manaro vie ityr Attorney 92- 463 -� ♦ 1 �V tl � J L Aft - PROPOSAL CITY CLERK'S OFf1C6 DAIL SUMMED Itialeah, Florida Gentlemem The undersigned submiti this bid for furnishing the city of iiieleah, rlorids, technical •peeLf Leati.one for •lwrgency medical rare valii ci.e, as noted in the instructions and specifications For the sum as follows: Nero&rr tg- T'%Noas�p i5u�/u vuo ar 7'i��2e� twordsl I . and /Vo Cents 492 _ �! Z �. CCU•• 'runt CA wr rr - • ��•�• wor s The ncceptance of this proposal shell cmistitutq a co+ltractunl offer by thn bidder. issuance of a purchase order shall cotistituto ic.cniannce of said contractual offer. �``:q �-"`-�'�`r�n�i'`'� be . *gnlaure e i e soR to coii�ac �i reiei encelCu Ii�J Tol�e� �ai��t i 92- 463 HIALEAH CITY COUNCIL AGENDA AUGUST 13, 1991 D. Ratification of appointment of Omar rernandez, Division Chief, Hialeah Fire Department, to the City's Insurance Comittee, re- placing Frances Polhamus upon her retirement, (Law Dept.) APP OVE 2. Report of expenditures from the Recreation Trust Fund and request for allocation of 49,938.56 to replenish the fund. (Recreation) AEPROVER F. Ratification of contracts between the South Florida Employment and gaining Consortium and the City of Hialeah pursuant to Reso- lution 90-19. (Grants Coordinator) APPROVED G. Proposed resolution expressing strong support for the South Flori- da employees of Pan American Airlines. (Mayor Julio Martinee) RESO 91 87 6-0- H. Recommendation to award Sid 91-053, Breathing Air Fill Station, to United Compressor, lowest responsive bidder at $27,669, (Fire) APPROVED I. Recommendation to award Bid 91-054, Hose Washer, to East Coast Fire Equipment, Inc., lowest rasponsive bidder at $7,295, (Fire) APPR..2YED. d. Recommendation to award Bid 91-035, GeV Range, to Fesco Food Equipment, lowest responsive bidder at $2,395, (Fire) APPROVED K. Racotmmandation to award Bid 91-036, Nose Dryer, to East Coast Fire Equipment, lue., lowest responsive bidder at $7,489. (Fire) RQV Recomrmendation to award Bid 91-057, Emergency Medical Cara Vehi- cle, for three (3) vehicles, to Southern Ambulance builders. Inc., lowest responsive bidder at $98,423 eaehi that these vehi- cles be purchased under a lease purchase plan at approximately $104,000 per year for four years based on a cost of $345,269 for the 3 units, (Fire) PROV D Ate; DINA CITE ON FIRST ,BIMIN�� AMENDS TO 3 M. Request for permission to purchase recliners for Fire Station 7 under Dade County Bid 1072, 02/92, awarded to Dacora Office Furni- ture/Supplies, at a total cost of $6,083. (Fire) PRO N. Proposed resolution authorising the Mayor and City Clerk to enter into a one year lease agreement with Hialeah Dade Development, Inc. for 1400 square feet of office space on the ground floor of City Hall for a rental amount of $1,500 per month. (H.D.D.I./councilman Ruiz) hgao_ 91-8Q 3-1-1 (SDI 2 92- 463 AWARD SHEET C?TY OF HIALEAH BID NO. 91-057 ITEMS One (1) Rescue Vehicle DEPARTMENT: Fire, Rescue and Inspection Services TYPE OF PURCHASE: Single REASON: At the City Commission Meeting on November 14, 1992, directive was given to the Department of Fire, Rescue and Inspection Services to purchase a new "State of the Art" Rescue Truck in support and recognition of the Employee - Management -Union efforts to join together as a partnership to purchase a new rescue truck and give it as a gift to the residents of Miami. IT IS RECOMMENDED THAT THE AWARD BE MADE TO SOUTHERN AMBULANCE BUILDERS AT A TOTAL PROPOSED AMOUNT OF $86,358.00. 92- 463