Loading...
HomeMy WebLinkAboutR-87-0414as 3-87-437 4/27/87 RESOLUTION NO. ti 7--414 A RESOLUTION ACCEPTING THE BID OF E.V.F. INC. FOR FURNISHING COMPLETE REFURBISHMENT OF SEVEN EXISTING FIRE RESCUE AMBULANCE VEHICLES AND RELATED SPARE AUTOMOTIVE PARTS TO THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES AT A TOTAL PROPOSED COST OF $392,377.00; ALLOCATING FUNDS THEREFOR FROM THE 1981 FIRE BOND ACCOUNT CODE #313219- 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 13, 1987 for the furnishing of complete refurbishment of seven existing Fire Rescue Ambulance Vehicles and related spare automotive parts to the Department of Fire, Rescue and Inspection Services; and WHEREAS, invitations were mailed to eighteen (18) potential suppliers and one ( I. ) 1)i,3 received; and WHEREAS, funds for this purchase will be available from the 1981 Fire Bond Account Code 31-3219-289401-670; and WHEREAS, this service will be used by the Department of Fire, Rescue and Inspection Services as part of an ongoing apparatus replacement program which will permit unlimited reuse of patient modules based upon serviceability and structural integrity; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the bid received from E.V.F., Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section I. The April 13, 1987 bid of E.V.F., Inc. for furnishing complete refurbishment of seven existing Fire Rescue Ambulance Vehicles at a total proposed cost of $392,377.00 is hereby accepted with funds therefor hereby allocated from the 1981 Fire Bond Account Code 313219-289401-670. ,....i•• crff co ISSIION ETW0 C MAY 14 1987 r Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this service. PASSED AND ADOPTED this 14th day of May_ , 1987. ,VIER L. SUARAS, ATTEST: D� MATTY HIRAI, CIT CLER PREPARED AND APPROVED BY: ROBERT F . CLARK CHIEF DEPUTY CITY ATTORNEY APPROIJ TO FORM AND CORRECTNESS: w y F BID SECURITY OU RefurbishingDATE $101 01CtwtO�,A�T,r�� > > �R7 •�nm 86-87-047 TYPE OF SECUR 7Y TOTAL ,.V.F., Inc Broken down by items NO BjDv Southern Ambulance Builders Aero Products, Inc. Inc 7 RECEIVED half PURCHASING DIV,/PUBLIC WORKSenvelopes. Yet —, SIGNED: DATE: *It &ccofiwygoiG biVA1 W i t r LEGAL ADVERTISEMENT _ f BID NO. 86-87-047 Sealed bids will be received by the City Manager and City Clerk o e City of Miami, Florida not later than :00 m. Apr_ 1 1 ._], ahPfor the Refurbishment of Seven (7) Existing Rescue Ambulance Vehicles to the Department of Fire, Rescue and Inspection Services. Ordinance No. 10062 established a goal cf. Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-6380. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 399G) Cesar H. Odio City Manager 87--414 E DEPT/DIV. ` ACCOUNT CODE rI ATC . PREPARED BY no VU � REQUISITION FOR ADVERTISEMENT this number must appear in the advertisement. r C. r) - ,j .; s +I t PHONE APPROVED BY: DIRECTOR OF ISSUING DEPARTMENT times. Publish the attached advertisement (number of times) Type of advertisement: legal classified display (Check One) Starting date - Size: First four words of advertisement: — Remarks: ) a DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. F _ DATE(S) OF ADVERTISEMENT INVOICEAMOUNT LINE PUBLICATION - 0 A-1 B-2 C-3 D-4 E-5 F8 F9 F10 F11 F12 F3 F4 F5 F7 DUE DATE Adv. Doc, Reference VENDOR INDEX CODE BJE PROJECT LINE TRANS VOUCHER YY MM DD 11 13 17 18 25 34 39 42 45 50 51 56 57 62 63 65 66 71 2 0 2 2 8 7 0 1 2 4 1 V P 36 64 DISCOUNT 6 72 AMOUNT 80 1 2 3 4 7 8 V P 12 13 14 15 DESCRIPTION 5 2 0 0 2 0 1 Approved for Payment White -Purchasing Yellow - Finance Pink - Department Jr—� Ilk CITY OF MIAM1. FLORIDA INTER -OFFICE MEMORANDUM 1 i 0 fi 19�? DATE: MAY PiLE. } TO The Honorable Mayor and Members Recommendation for of the City Comm' sion SUBJECT: Resolution and Award of Bid No. 86-87-047 Refurbishment of Seven REFERENCEs:Rescue Ambulances FROM Cesar H. Odio City Manager ENCLOSURES: RECOMMENDATION: It is recommended that an Award of Bid be made and a ResolutiIncbe of passed accepting the Bid from Emergency Vehicle Fabricators, Riviera Beach, Florida, as the sole, responsible Bidder for the complete refurbishment of seven existing Fire -Rescue Ambulance Vehicles and related Spare Automotive Parts at a one time cost of $392,377.00. BACKGROUND: These seven refurbishments are part of an ongoing apparatus replacement program within the Department of Fire, Rescue and Inspection Services which maximizes the usable life of a vehicle by allowing the patient compartment module to be remounted on a new chassis thus creating a savings of approximately $20,000 per vehicle over purchasing all new vehicles ($140,000 total savings for this Bid Award). gjjis program permits unlimited re -use of patient modules based upon serviceability and structural integrity. Amount of Bid: $392,377.00 % of Cost Estimate: 98% Cost Estimate: $399,000.00 Source of Funds: 1981 Fire Bond Account Code 313219-289401- 670 entitled Apparatus Acquisition, Replace- ment and Modification Minority Representation: There are no known minority vendors in the Ambulance Constructing/Refurbishing business per phone conversation between Division Chief Frank Rollason and Adrienne MacBeth on April 22, 1987. The recommended Vendor, however, has pledged $68,000 to minority Sub -Contractors. Public hearing/notices: N/A Assessable project: N/A $-1 8'7-414 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: A. L. Mullins DATE: April Z1, lya FILM: Chief Procurement Officer SUBJECT: Bid #86-87-047 Refurbishment of Seven (7) Rescue Ambulance �I. Duk , Approvals C . Chief REFERENCES: FROM: Director of Fire, Rescue and Inspection Services Department ENCLOSURES: This department has verified available funding with the Departments of Finance and Management and Budget that funds are available to cover the cost Of the subject bid -in the amount of $392,377.00 Account Code Number FINANCE REVIEW & APPROVED BY: Carlos rcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: %-r Manohar Surana iDirector Department of j anagement & Budget l ADDITIONAL APPROVALS (IF REQUIRED) er io Rodriquez, Directo Planning Department n t app l l,• A I a l Frank Castaneda, Director Community Development 2 87-41-� AWARD OF BID Bid No. 86-87-047 ITEM: Refurbishment of Seven (7) Rescue Ambulances i DEPARTMENT: Fire, Rescue & Inspection Services TYPE OF PURCHASE: Short term contract ' REASON: These refurbishments are part of an ongoing apparatus replacement program which maximizes the usable life of the vehicle. This programs permits unlimited reuse of patient modules based upon serviceability and structural integrity POTENTIAL BIDDERS: 18 BIDS RECEIVED: 1 TABULATION: Attached FUNDS: 1981 Fire Bond Account Code 313219- 289401-670 No Minority vendors found in the ambulance construction/refur- bishing business. Invitation to Bid were sent to Fifteen Minority Organizations. BID EVALUATION: The bid meets the specifications. Following is an analysis of the — Invitation to Bid: Number of Bid Number of —I Category Invitations Mailed Respo� nses i Prior Bidders 0 Black American 0 0 Hispanic American 0 j Woman 0 0 1 € Non -Minority 2 New Bidders 0 Black American 0 0 Hispanic American 0 ' Woman 0 0 0 Non -Minority 16 ' Courtesy Notifications 15 0 "No Bids" - 3 Late Bids _-- 0 ! Totals 33 4 - 4 Reasons for "No Bid" were as follows: 1. First Response, Inc. "Our production schedule would not permit us to perform." 2. Southern Ambulances Builders, Inc. "Heavy Production schedule." 3. Aero-Products, Inc. - "Unable to respond at this time." Page 1 of 2 8`-414 3 Ilk R1&COMNffiNDATIONs IT IS RECOMMENDED THAT THE AWARD BE MADE TO E.V.F. INC. FOR A TOTAL PROPOSED AMOUNT OF $392,377.00. Chief Procurement Officer Date The Minority & Women Business Administrator concurs with the above recommendation. minority & Women Business Administrator Date t Page 2 of 2 &i -414 y '11"'••J'''1 '_ '�t'�."" IN I ■ Refurbishment of Se_ v_e►? (7) Re c�-- ?mbul ances Bid No. 86-87-047 • City Monoporr, City Cle•lr `�°`��a• Rece,.ed by City of yliami, Floreda ,"2= 0 0 P. PA. April 13, 1987 EVF /wc. L,cew,e®S Iwsuree ss Per C1ty Code S. Metro Ord. B d F9ond AwroMnt � Irrf �9ore,eF Unit #net Unit Unit Unit Total Total 7 Tetol or e Price i t ew (iE5[R{PTiOK 40Tr Price of Price Price ge El`u�s� cfckE 4 g /s2! 6! S G It> S 2 € Z ft�fZc4+SK /trScuc 6 * �7Y� ill 91f* y3 974 3 �6rrlt fttFScerC` 7 # Y022 Ev► Y3 ` ,2E7iA #3tzZ /F9- Y3PSP g347Y S �t �u-t6+S1t fzFSCGE 2 G * 3?91f EA y7 277,E y 7 277 ; 6 f�r�srelr;� %LESeoE 24 # 393't � jK Q�4rf/a' 1�E."S[eE 2q �$1: E19 y7 777 e}7 277 alp 4L.ni�- Foo ESeL cfMSrls 7 3 13' -ZY 073 � RtTE��'rrTF - Choy Blew ROUwk 3123 2 3 7 6 / (� 18r AtTE R7E - o�p ,� � cry 3 992 23 71't �^• !"Cf pEI�Y /Ntf�7t�s 3 Ek 25 0 7So / Z Coll fil"004 2 sFrs 9Y 174 13 57'AR�� — Cl4Evi 2 E� $3 /66 t t3rR P�*►s - cME«y z sE7s !c 192 p (� Fi r 6,ekz" /toz�ac .�Hwa- c,4t-y 2 sE�s 6 9Y ! 34Y 14 OZCAOC 6 PKIA + /fub - CHIF"7r 2 SC7i 6 9'f 1 3 9v a / 7 %ZEArr. 6,tAre- 5#oE75 - CHc-tl 2 rpm ll 176 6 9 /T '%AX LM-W7 5E 6� Z EA /6 32 I 17 Ric rrl•��� rT 2 ER 3 S3 7 0 6 20 &7FAM97.00- — CN6r y 2Eg to �12 7A0dF daF►E-T e09 SSY 339 I 63 25-2 ! Z3 �'TKoBr P l^tE�rE PACK ?6 2 �I L l E11T� I Page 1 of 2 2S S�7 LfFli7 2EA �l 122 — — - - ZG tesop P�FFt7 2 EA 57 l / 6 ---- - - — — - — 27 t #OL^l 917' � 6 8 3 6 — C1 29' p�A77cR Cy4�tfeR 2 E1�} 6S' 336 --.�__ -- ---- --- 21 ROW -Fe - TYhr Swl7GHc ..�....5 . _... 12 Unit Total T:ral Price • ,i J C =t-%LM ~— .,, { �ml) I►an�cti Bid NO. 21f.)-H7-047 Rc•ful�j)i�llm�Itt_ ut �• .• Coy Mar1000r, Coy Ci•r4 ., i • (? ) C) l s.�r,d� >' c)11 P. M. A1) r i 1 1 3^ I (� 87 � R•c•r.•d bt e•s'Ir EFvF /rt-. L.CIn{ta S In..rrlQ Of Pr? Ca* CJ:jR S M••r2 Ore - 4 ..__ J B•d bond Amva -r —.- 3 LrICvI er.�.e. un'I y un r un'. � ur,.+ un'. Tatol ToI�! z,,,,l Tool Pr.cu I.Iw+ �ES�RIPT.0N Qyewtr Pr.ce Totaleo71 ine e o„c• Pr.c• Pla. o RS EAC /c SwrXff31 fz�- p�sraFe Co lea` Sr�t7rw F9�YS2. [sac�•Me Rc�f 3 13r 7NAT,14: CHEVY ? ER 3`q 7 i 3'f eevZ%t�l�►xi�.e. RSfE,Mbe 2 ER 2 96 5,72. NO 6ID No 6/D I 3p7 EeKT��e Trf�� f/=itMbt -Ckc, /ram 1 Z3 123 a 3i 'tAR'RF LINE j�tjL4�iNCGTS ER SSA 35 7" �fr F� �et�r 20 6a l 30o i q,Q Irv:s S/S---° 20 f* - 0 200 'f j Ct+tvfLe4k'7 5EI�t/rs[= /-7,trvu4t< 2 tR 0 /20 y 2 C /fi r v2 a e cT ouE�tlAue Mn*�u�t 2 60 1 2 0 2-70 Y /z*vr +s — F:41LP 2 Sew 9g boo yQo 19b 12 00 790 7 S — •-1>*vs — �/�D 2 5075 6 %2 ufr. us— oRD 2 7 r y ° 2 / S6 q'O — f7rlPTQ — + 2 e� 11 S' 714 - y 4 EtT� l c %N►RwFi t E' tRK�l�lic - p A Eft2 ©f S-1 /[R^'�/+Isjswr' - ataD / Es► 6 a 61 Z S t Fa��►EF Mlakc 2 ep 60 0 12 o 12.0 3 377 �3 • ,�• �vE � . ,Pwa,► a+ 2 ca► �aD 7/4eruce�t� i! Gtia- Fk RauAt.,+ ' /NCec�oES C�EJI%3 F'•.` 'fizhet -/Nr 16 HAP FAacy -Ci4ets5ic 10