Loading...
HomeMy WebLinkAboutR-89-0425r;, s 7-- RESOLUTION NO ..89-425 A RESOLUTION ACCEPTING THE BID OF EMERGENCY VEHICLE FABRICATORS, INC. (EVF) FOR THE FURNISHING OF LABOR AND MATERIALS FOR THE REFURBISHING OF EIGHT (8) RESCUE AMBULANCES FOR THE DEPARTMENT OF FIRE, RESCUE & INSPECTION SERVICES AT A TOTAL PROPOSED COST OF $426,158,17; ALLOCATING FUNDS THEREFOR FROM THE 1981 FIRE BOND ACCOUNT CODE NO 313224-289401-670; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE. WHEREAS, pursuant to public notice,. sealed bids were received April 5, 1989 for the furnishing of labor and materials for the refurbishing of eight (8) Rescue Ambulances for the Department of Fire, Rescue & Inspection Services; and WHEREAS, invitations were mailed to 23 potential suppliers and one (1) bid was received; and WHEREAS, funds for this purchase will be available from the x� 1981 Fire Bond Account Code No. 313224-289401-670; and WHEREAS, this service will be used by the Department of s_ Fire, Rescue & Inspection Services for the purpose of „ fr refurbishing eight (8) Rescue Ambulances; and - WHEREAS, the City Manager and the Director of the.Department of Fire, Rescue & Inspection Services recommend that the bid received from Emergency Vehicle Fabricators, Inc. (EVF) be accepted as the only responsible and responsive bid;` NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY ' r: OF.MIAMI, FLORIDA: Section 1. The April 5, 1989 bid of Emergency Vehicle ;xis, `b c Fabricators, Inc. (EVF) for the furnishing of labor and-materialsk'- for the refurbishing of eight (8) Rescue Ambulances for the'r Department of Fire, Rescue & Inspection Services At total-4 i rr� proposed cost of $426,1.58.17 is hereby, accepted with u de SF r therefor hereby allocated from the 1981 Fire Bond AcountQd � No. `313224r28g401-670. A CITc,o ' 6 ■`_, JlY�T�T�� :•1 '� Nam, r F ? - b MAY ' �►` i' WAOT -BID SECURITY LIST SID ISM; Refurbishing Rescue Ambulances NO*88-89-083 r } DATE BIDS RECEIVED: Apr 1 5 19 8 9 2: 0 0 p. m. k— TOTAL BID BOND (M) BITER CASHIER'S CHECK. BID AMOUNT , 1 Broken down Emergency Vehicles, Inc. by items i i Palm Truck Centers, Inc. - u i F, Nor.. N R A �ECEIVEq ( ) envelcpes'on behalf of. �t - SIGNED:.,_.., ( ity epartment i; 1- DATE: �� eceiKed the hereinabove described checks this day in of connection with the hereinabove ited bids wFIEW"w""e-re-T&—nded to the undersigned 44"tontJn D�visi,'on far) on x, ity Department` ra1111D, RATE•' -J.8' .}qk .J wm.r feeri.. _ 'f �„ ,k F��• .00.h.+ sk ..2 ..�. t���_-.__lr{��* _— ,_ , _ �, . iM.. � _ ._. .� oaf March 8. 7989 pHONI 579-638p APP EDeY ^ ' r iv PREPEasy, mania-.,Abijalil ✓'fIldool o' DIRECT©A ti ISSUING Os0" w F'uti M the attached.adverflAmdht One (1) tines. (number of gmes) }' Type of adve ment: {legal XX dassMed display y�; rr rya, ,* Size Legal= _ Starting date March 14 , 1989 : Flrstiourwordsotadvertise�neM ;, Bid No, 88— `08.1.- Saa1d' d r 5 89Ref iehement° oi8=-Ainbi lances 4 �U1(oi(boon," ` o tih 00 NOT TYPE BELOW THIS dw FOR USE OF FINANCE f)EPARTMENT ONLY. s' — - DAIS) LINE t'tJBUCATICN ADVERTISEMENTS INVQ�CE r rt 4 j < 5 2�. 1' pp yy Pl. c-s ? :F4 "FS`; F7 S F8 DA W oo►►. Referer>ceIt vauc ER txc: i it r ai :7 i .:V P . �' ►� 14 5 pF, 81 ' tC 1.. f g ! - _ Pia X n 8 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM r DATE : o . FILE To: The Honorable Mayor and Members MAY ' I �989 of the City Commission SUBJECT: Recommendation for Resolution and Award of Bid. No. 88-89-0839 Cesar H, Odi REFERENCES :Refurbishment of Eight FROM: (8) Rescue Ambulances City Manager ENCLOSURES: RECOMMENDATION: It is recommended that an Award of Bid be made and a Resolution be`passed accepting the Bid from Emergency;Vehiele;Fabricators, Inc., of Riviera Beach,.Florida, as the sole, responsible -bidder for the'complete.refurbishment of eight (8) existing Fire -:Rescue Ambulance. Vehicles and related. spare automotive parts at a`one-` time cost of $ 4269158.17; BACKGROUND These eight refurbishments are part of an ongoing apparatus, " replacement program within the Department of -Fire, Rescue and F Inspection Services, which maximizes the usable life of a vehicle. This program allows the patient compartment module to be remounted on a new chassis thus creating a;savings of approximately $209000 per vehicle over purchasing allnew: vehicles ($160,000 total savings for this Bid Award)' This program permits unlimited re -use of patient modules based upon s`irviceability and structural integrity. Amount of Bid: $4260158.17 of Cost Estimate: 90� Cost Estimate:� $474,040.00 Source' of. Funds; 1981 Fire Bond: ,Account ,Code 313224- �s 289401-670 entitled Fire Apparatus Refurbishment and Modifieation.FY $9• }3 .�1 yt 3Ta �., Minority: Representation: EVF,.Inc., is..a Hispanic Minority ? Company. In a phone eonvesatio># between Ms. Ann Whittakern Divisors ' z�� Chief F. K. Rollason, . it we s agreed toy `' =4" x a recommend; this vendor:. �,i;� {{ Public Hearin /Notices: N/A. able Fro ect t` N/A } Assea� yy r yy CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : William>- J. Schaut FILE "tE' April 19, 1,989 1 Procurement Supervisor Procurement`Management,GSA Dept. SUwECT:- Bid . 88-89-083;. (Refurbishment of Eight (8) Rescue Ambulances) uke, Chief C . H . D . REFERENCES :Approvals' FROM: Director'of Fire, Rescue and Inspection Services _ ENCLOSURES: This department has verified available funding with the ,. Departments of Finance .and Budget 'that. funds .are available to the of the subject bid in the amount of 426-, t58.17 �Y cover .cost Account Code` Number-313224-289401-670 FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS-,-..,.-,.ti. .. _ . t. Z+.. I� CIF`°REQUIRED} Y p N/A Carlos,Garcf.a, Director-: Ser odr guez, Director Department of -Finance P ing Department BUDGETARY REVIEW & APPROVED BY: \J/+tiCvJ" N/A Manohar S,- : Surana, Director Frank Castaneda : Di rector R Budget Department Community. Development,3 t 2 G l z $ra aav? _„ .... _ .. .. _ ., ,. a. x .. s u . _ fc _ . . v ._... ,_... ., - +•f..* �/i- Su. n ¢ra`)f��. c .. � • . .�afir'�'� -f .;A. ..r � �.T��i *_"�t� 3`�S°K.S".i°' Ssda 'S Jr _ 4 .- • TF ?S (407) 84Z-4b� Yt• c ` TO WHOM IT MAY CONCERN: PLEASE BE AovlsEo THaT EMERGENCY VEHICLE FABRICATORS INC., A "FLORIOA.'CORPORATION IS A FULLY CERTIFIED MINORITY ENTERPRISE _ .WITH: - THE MAJORITY OF ALL ISSUED AND OUTSTANDING STOCK OF THE CORPORATION OWNED AND HELD BY MINORITY STOCKHOLDERS. THE MAJORITY OF. THE DIRECTORS OF THE CORPORATION'S BOARD ARE MEMBERS:;_OF-RECOGNIZED MINORITY' GROUPS. - OF ALL'. CORPORATE OFFICERS ARE ALSO CERTIFIED �= THE.MAJORITY L MINORITIES... �. 50% OF THE:COMPANIES S TOTAL 'WORK FORCE IS.MADE UP ;OF x OVER BLACKS, WOMEN. HISPANICS AND OTHER MINORITIES.. r EMERGENCY VEHICLE FABRICATORS INC.' `Sa;�4 A Y FELIPE SOTOL GO YICE--PRES NT ' `, SWORN TO AND SUBSCRIGE6 BEFORE�ME THIS 15TH DAY OF MARCH, is$9, A� Q%.CJ(L(jA- NOTARY PUBLIC $TATE..,OF FLORIDA NOTARY PUKIC STATE OF FLQWA r titer s s A i MY COMMISSION. EXPIRES:'' a� rrY' 'x C a y"r sue. a i ■y S — 1F y td _ J Y F — f*r _ ���F.-•>>'�'{Y�_.V�.�i''-#P.£<i... �C _x,j �..G r... ,.. .c,.. 4f. .. ... t .. � N.. ..rNi _...,'Ia_� ._� ... -rt S..S .. .r �, ._..a ..;:i��'. — -� AWARD OF BID ;.' Bid No. 88-89-083 Refurbishment of eight (8) Rescue _ ITEM: Ambulances DEPAiL2MENm: Fire, Rescue Inspection Services TYPE OF PURCHASE: Short term contract REASON: The refurbishment of the existing eight Rescue Ambulances are part of an ongoing apparatus replacement program which maximizes the usable life of the vehicles. This program creates a saving of approximately $20,000.00 per vehicle in comparison with the purchasing of a new vehicle. _ POTENTIAL aIDDERSs 23 BIDS RECEIVED: 1 TABULATION: Attached FU__: 1981 Fire Bond Account Code #313224- _ 289401-670. MINORITY WOMAN PARTICIPATION': Invitations to Bid were sent to one 1 black, an five (5) hispanics firms engaged in the — Vehicle Refurbishment business as located in the following sources 1. New Vendors Application 2. Dade County Minority Vendor Register 3. Previous bids on file in the Procurement Mgmt. Office 4. Yellow Pages Telephone Directory S. City of Miami Minority Register` z Minority response consisted of one bid received from a hispanic] firm, the recommended vendor. it BID EVALUATION: The bid meets the specifications., Following is an analysis of the Invitations to Bid: s t Number of Bid Number of Invitations Mailed Responses a Prior Bidders 0 0 BlackAmerican 1 Hispanic American o 0 Woman Owned 0 Non -Minority 2 w New Bidders Black American 1 0 Hispanic American 4 0 rF� Woman Owned < 15 0 F =F Non -Minority 3 'r t r 15 t Courtesy Notifications g = i ■ �A "No Bids" - 3 Late Bids .,... , Q -, fir Totals .�.w 11 Q 4 . i Pan,� � T � Q. r. Il�ll��f�IIIIIII�IIIIIII_I �£} = ,� Qt �� er�cicu of BIOS "FOR_ T _ ` .R6 ,•, +„ ••••,•, pF FT[`HT (RI RES AMBtII,BrICBS s ry City, City Clerk ak Reeerved by City of Miami. Fletide OR 7 tAQ_r'. µ• APRTT. II III IIIII•���IC�,�i - BID NO. 88-89-0831 ��„�9A9 PAC:F. t dF - -- � 4 Emerclency srct►tr'Zo�e`3MO•roDei. `vehicle Fab. �,e�„seiii`ies�rna ;.Ylow arwnt Uspanic en o �rrrie►�.e. 4 Umt Unit Uwit unit Total o it Tetei Total DE3=RIPTiON Pnee Total Total Total Price Price ree Pnee prier &mar5339g 51 200 y/ 200 i i2s-sefte:: ?' 3wrr SI Oae sl 0eo R& --VE 21 C# IM53) Iff 900 K, 500 26 ! al4 S200 st. 200 a 61 pf 57 ao 57 Sao cam- z�# z ` 1 Qoo S► ov 2 2Qico /69- ! 1 SeO 25'0 WO = o En 72 2.31 3. 27. r Rjv t'11- 19'07.°° 07.00 S taF '7 2 6* 2.00 I Y• pO z t: `3.00 IL*w/0-53 (`.// /may` 2 6* 62.yf ` f E41 12z-5v 12 69- .t 1 SS.3z SO, 57-60 :G ;Nn7+r 2FAI 61 . Z .. 2 115-Z6 Z7*. o >.. c 20. SY7.6d Auk M"04 Now ^k M1 1 "I ` ""'I I I IIIII IIIII I h I III I II l ll l l IIIII III II II'I II'i l'I111 llfl' dlll l CI'I 1111 11111�li I II Illli l l l llllll' l i11111111f dilli�"il��lliilii illlifi it 1� 1'"il III III (" IIIII 11111 1111 Ill 11 l l I U II III II I IIIIIIIII i I ILILI wilij�.� I mail L,.� --w r . r ��, ..... .? TABULATION- OF BIDS FOR REFURBISHMENT OF EIGHT (8) RESCUE AMBULANCES B No. 88-89-083 BID City manager. City Clock zI, AP TT. 51 qRq PAGE 2 of 2 Ritcooved by City of mism Florida w-2.iQap-*r Emergency -&,laswea as Per Csty,Codo 3 "*"a Ord. Vehicle Fab. isRanic Vendox 'InI . , toot uffit ul", Unit Unit unit Total Unit Total Unit Total ltlim. DESCRIPTION Proce P"Co Total Price Total Price Total evice Pnc* Price 25;Z.00 qTe 6-zet7 joowejAw cwwwerr 1 2 t3ov at fr-00 270. 00 2pt lf37-99 InS. 72- 'F E�m: 7— IE* CK 6 01 `1*vq4L iqq F-04P p/00 5*00 Lo 9'. 00 017. S7 70 A" OWEP /0 0cp -ChWpf t:;OA- j, Ilk" ?5 A54 U- C-7 zzt::