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