Loading...
HomeMy WebLinkAboutR-78-0246RESoLUTIoN 7 8 a 2 4 6 A RESOLUTION ACCEPTING THE BID OF CUSTOM AMBULANCE 0P FLORIDA FOR FURNISHING THREE MODULAR RESCUE AMBULANCES WITH ACCESSORIES AND SPARES FOR THE DEPARTMENT OF FIRE AT A TOTAL COST OF $93,206.00 ALLOCATTNG FUNDS FROM THE FIRE FIGHTING, FIRE PREVENTION AND RESCUE FACILITIES BOND PROGRAM; AUTHORIZING THE CITY MANAGER AND THE PUR- CHASING AGENT TO ISSUE THE PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received February 21, 1978 for the furnishing of three modular rescue ambulances with accessories and spares for the Department of Fire; and WHEREAS, invitations were mailed to thirty-six potential suppliers and four bids were received; and WHEREAS, funds for this purchase are available in the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program; and WHEREAS, this equipment will be used by the Department of Fire for the purpose of replacement of worn and obsolete equipment; and WHEREAS, the City Manager and the Department of Fire recommend that the bid received from Custom Ambulance of Florida be accepted as the most advantageous bid to the City; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIr1MI, FLORIDA: "DOCUMENT NDEX Section 1. The February 21, 1978 bid of us-troIu culuulanee--ef-Florida for furnishing three modular rescue ambulances with accessories and spares at a total cost of $93,206.00 is hereby accepted with funds hereby allocated from the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program of the Fire Department. Section 2. That the City Manager is hereby authorized to instruct the Purchasing Agent to issue the Purchase Order for this equipment. PASSED AND ADOPTED this 7th day of April 1978. "SUPPORTIVE SUPPPORTIVE ce....0 102-' LPH G. ONGIE, CITY CLERK PREPARED AND APPROVED BY; 16/64/(f, , 4/t,"( ROBERT F, CLARK, ASSISTANT CITY ATTORNEY Maurice A. Ferre MAYOR D AS TO FORM A Cs'•'ECTNESS; E 7. k€RoM 18 Mt. Joseph It, Gtassie City Managet A,L, Mullins Purchasing Agent 11144 1 ,� cit? o MIAML. FLotitbA INt :t r,eE MEMOrtA14bUM78 f IJJ 2 ' 1111 bAtE. SURJEG7 Match 20, 19/8 kilt: Recommendation fot Resolution and Award of Bid: Rescue Ambulances REFERENCES: ENcLosuRc9: Tabulation Pursuant to public notice, sealed bids were received February 21, 1978 for furnishing three modular rescue ambulances with accessories and spares for the Depart- ment of Fire. Invitations were mailed to thirty-six potential sup- pliers and four bids were received as per the attached tabulation. Funds for this purchase are to be allocated from the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program. These rescue ambulances are to replace worn and obso- lete equipment. It is recommended that the award be made and a reso- lution be passed accepting the most advantageous bid as received from Custom Ambulance of Florida for fur- nishing three modular rescue ambulances for the De- partment of Fire at a total cost of $93,206.00. The Department of Fire concurs with this recommenda- tion. ALM:ek "St. F-17nRT NE FOLLOVV" 7 8 - 246 , F Oulu Nolan corporobion Modular AMbulande Corporation Rid to the City of Mimi, Florida Bid #7748-31 COMPARISON Or VEHICLES BID WITH SPECIFICATIONS MAC'S PRIMARY CITY OP MIAMI BID SPECIFICATIONS CHASSIS 1978 Ford E350 Cutaway C. ♦ . I• . R i Wheelbase Cab -to -Axle Rear Axle Rating Front Axle Rating Alternator Rear Springs Rating Front Springs Rating Rear Brakes MODULE Interior Length Interior Width Interior Height Body Construction Exterior Compartments #1 # 2 #3 #4 #5 #6 # 7 #8 #9 # 10 • 9,750 lbs. 138" 79.5" 7,400 lbs. 4,000 lbs. 130 Amps 6,510 lbs. 2,950 lbs. 12" x 3" 10,000 lbs. 146" 95" 7,500 lbs. 3,900 lbs. 105 Amps 7,200 lbs. 3,900 lbs. 13" x 3 1/2" 140" 90" 60 1/2" Aluminum over steel Framing 20" Wide X60.5"H X 18"d 12" W x 20"H x 12" d 30" W x 5 7 "H x 18" d 43.5" W x 33.5"h x 18"d 30" W x 57"h x 18"d 6" W x 22"h x 78" d 20" W x 60.5"h x 18" d 30" W x 24"h x 18" d 20" W x 12"h x 12" d 12" W x 51"h x 35" d INTERIOR Kydex Over Tubular Steel Framing /np 153" 90" 60" Aluminum MAC' S ALTERNATE OFFERING 1978 Ford E350 Cutaway 10,250 lbs. 138" 79.5" 7,400 lbs. 4,000 lbs. 130 Amps 6,510 lbs. 2,950 lbs. 12" x 3" 140" 90" 60 1/2" Aluminum over steel Framing 23" W x 65"h x 20 "d 21" W x 43"h x 20"d 21" W x 43"h x 20" d 20" W x 40"h x 20" d 36" W x 43"h x 20" d 6" W x 22"h x 78" d Oxygen & Air storage 36" W x 20"h x 20"d 12" W x 20"h x 15"d 23" W x 65"h x 20"d Formica over Plywood Same Same Satre Same Same Same Same Same Same Same Kydex over Tubule: Steel Framing modular nmhulnnoe oorporahion 1eputy Chief Edward proli page 2 - March 13, 1978 excise tax provisions and Federal motor vehicle safety standards. It is our opinion that the payload capacity of the chassis bid by Modular Ambulance Corporation will meet City of Miami needs. In res- ponse to your stated concerns regarding gross vehicle weight ratings, however, we have agreed to furnish the 10,250 1b. G.V.W. rated Ford E350 chassis as an alternate for your consideration. Review of the enclosed comparison also shows that the vehicles bid in the Modular Ambulance Corporation proposal meet City of Miami requirements for exterior storage space. We recognize that the con- figuration is different than that specified, but have committed our- selves to working closely with the City of Miami operating personnel to insure sufficient equipment storage, ease of access, and workability. In closing, I want to express my appreciation for the serious consider- ation City of Miami officials are giving our proposal. I urge you to visit our manufacturing facility and judge for yourself. We feel the rescue emergency medical vehicles bid in our proposal generally meet City of Miami requirements at a significant cost savings over those bid by other manufacturers. Please do not hesitate to contact me should you have any further questions. /np Enclosure 2 F Sincerely, UIS C.'RICHARDSON Sales Administrative Manager 0 0 • 0 0 0 modular nmhulnnoe corpornbiun 1E101 So, Great Southwest Parkway GE1ANb PRAIRIE_, TEXAS 75051 214/847.1577 TWX 910 866.4615 MODULANCE GPRE= March 13, 1978 Deputy Chief Edward Prol City of Miami Fire Department P. 0, Box 330708 Miami, Florida 33133 Subject: Three Rescue Emergency Medical Vehicles City of Miami Bid No. 77-78-31. Dear Deputy Chief Proli: Reference is made to Ray Barter's conversation on March 10 with Chief De Chime concerning the specific differences between City of Miami bid specifications and the rescue emergency medical vehicles bid in Modular Ambulance Corporation's proposal to the City of Miami. I am pleased to furnish herewith a detailed analysis of the differences. I think that a review of these differences will demonstrate just how closely the vehicles bid by Modular Ambulance Corporation meet and in some ways exceed City of Miami specifications. For example, it is our opinion that Kydex over tubular steel framing for the interior cabinetry and the aluminum over tubular steel framing for module cons- truction far exceed your specifications. It seems to us that the primary differences are (1) the chassis and (2) exterior compartment configuration. Insofar as chassis specifications are concerned, we think it important to point out that Modular Ambulance Corporation warrants the chassis to meet performance requirements of the emergency medical vehicles bid. The City of Miami requirement for a 28% payload allowance is, as far as we know, impossible for any ambulance manufacturer to meet using chassis with 10 - 10,500 gross vehicle weight ratings. It is also important to recognize that gross vehicle weight ratings are rather arbitrary figures determined by chassis manufacturers with con- sideration to factors other than vehicle carrying capacity, i.e., AWARD OF BID Bid No. 77-78,-31 ITEM: Three Modular rescue ambulances With accessories and spates. DEPARTMENT: Fite TYPE OF PURCHASE: Single REASON: Replacement POTENTIAL BIDDERS: Thirty-six BIDS RECEIVED: Four TABULATION: As per attached tabulation FUNDS: $93,206.00 - Fire Fighting, Fire Prevention and Rescue Facilities Bond Program CERTIFIED AS TO AVAILABLITY OF FUNDS/SOURCE: //7,..1 1.;yr Department of Finance BID EVALUATION: Custom Ambulance of Florida is the lowest bid meeting all specifications. RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO CUSTOM AMBULANCE OF FLORIDA. The Department of Fire concurs. Purchasing Agent March 20, 1978 • City •Monogsr, Clecoiyed by this City Commission, TABULATION of BUDS FOR It) Bib ot.i 3 umrrS City Clerk City Clerk, 77-7A-3 I _ ',‘ tcas'' moDui.Al2 RE:scuG AMBuLANCe ReaNGsr tvaRimigi, 1978 „.....„, City of Miami, Florida ottp•VU dor*. Sickiiet IE.V. F. inaRpotarm ,Wdm_SFA!) I slita.L.-Livs. Liceinsod 1. insutoto os ,Pat City Cods 4. Weft* Ord. 1 %ustvelAy3.0111A11,? • L 6 mtssr (bop. i anpoz.E aes itB.dcand Attio.,int 9 4,s82- 1 , tos 0 tr) B icm___jr4 li ssa .55- item Unit DESCPIPTiON stio. Price 1 Tot& nit Unit 70,01 ice ' Total Totol P Unit I Total P rice Price, Total I 6y9.143c1).0_124_ 225, 1. X.2,11.22 93,19831,17 - 93,513.44 :____150. • 150.4 1 cv. . qi5r 0 t.. ,-.... : & P_MIECtjaMpgrE4 .225 pp! 3 invEtwE03.)talsroaRORAs44/Nisliawr • 4 4 4(3 p( 200 1 ! 4.77 ' 572+ , 4 rwavE(42)Learatactcpastbs.1.16,wr1 48 001 .. ,‘,_____L_42257.241 ._40 loVECAAL.1EalAzi2 4 Rti3tiirte_,SAME 400. ' i 1. ( ! i 400 o! 292- 22 �0 440. 441,o. Do I s i 1 „fp omE ColA %-7 ocTRASV VMS , i , 1 — RisitiZS 1 I '. 'k BrAZ u€S; Spime A , %/1;iall,MaDs1 700. 700 oo 1 q37. 61 "3/1.121 743.92 74-,97# lici 1 pprv-r4"'"- 1 — _ - tjEaphigaliCLE 150. ISO 00107.8s 10. 8 1 IDLES 107. 8_5114,LCUMEJ:..:,__Li__ ToTAL IT ;..... EMS 1 TIARD 7 • 93,28‘,cci R2 itIr 80 ITEM 1 0 it. cfs#0020. I- 0 L LOW" _ I. TOTAL ITEM -Ili-tat] 1 . 1,571.00 1151y.L_ JAIN) ' 1,5S6.32 1 I IJMEETS_1)..a$ TYE 1,11XESSOIllfcrEr , , ATio),,,XCiEl IS in c2la 'src_,Q.ELCATSAI-%... . tF1 Cr' aloll& 1 ) 1 - 1 1 1 I ri- (5 "rte Dm ()lei0e cilitattkc bid. IDL 1 ' aicalztki lc ec:r,i'en) Atlibi..leilice. cf- i • Picric • fcf tLeii) t ti\ic 7 fir --the. . 1 • hcol cc 0 cip, 7.,0 pO i 1 . • • , 1 ; i _ c- CIYY OP' MIAM1, FLORIDA INTEt2-OFFlC:E MEMbRANbUM tc: Joseph R. Grassie City 'Manager PROM: 1, Chief R. W. trice Acting Director Department of Lire OA7E. st!nJECr April 4, 1978 Award of Did, Item #18 City Commission Agenda PSFEI' CES: ENZL.:SURER: Vale (1) FILE Enclosed is a copy of a memorandum from Chief DeChime, Chief of Support Services, concerning the exceptions to specifications for three (3) modular type rescue vehicles that have been pro- posed by the Modular Ambulance Corporation. Attached to the referenced memorandum, is a copy of the comparison data that was submitted by this bidder, which clearly identifies their exceptions to our specifications. These specifications were developed by the Miami Fire Department to fulfill specific functional requirements while reducing the maintenance costs and down -time of these vehicles. Modular Ambulance Corporation proposes exceptions to our specifications that would be in conflict with our objectives. Should you determine that it would be advantageous for the City Commission to review this data prior to the April 7, 1978, Meeting, please distribute copies as needed. HWB:n1 "SUPPORTIVE DOCUMENTS FOLLOW" 78-246 tot Chief H. W. tic Arming Director Department of pit a (tRbM: � , t i Lb D. bechime Chief of Support Services tit ` OP MIAMI, PLORIBA INTER,OPPICE M€MORANbUM bAtlt April 4) 1978 PiLi: sueJtet: Modular Ambulance Corporation's Ikceptiohs to Specifications ktFtRtNCMit ENCLoSURtS: The following information is furnished in detail to further support my original recommendation to you for the award of bid to Custom Ambulance of Florida, a division of E. V. Fb Corporation, This bidder was the low bidder of the two (2) bidders that met specifications, Enclosed is a copy of "comparison of vehicles bid with specifications" that was submitted by Modular Ambulance Corporation, This information as submitted by this bidder substantiates my previous report to you that this vendor does not mee4 the most critical requirements of our specifi- cations, As you are aware, our requirements and specifications are based on sev- eral years experience with rescue vehicles. The severe demands that the Miami Fire Department places on five (5) rescue apparatus to a cum- ulated total of 20,000 alarms each year, while placing 4 to 5,000 miles per month on each apparatus; requires us to establish very demanding criteria. At this point, it is important to reemphasize that two (2) bidders met specifications, and that Custom Ambulance was $1,863.00 lower in price on the total for three (3) apparatus, than the other bidder that met specifications. This proves that our specifications are not restrictive to only one vendor and that the competition was keen between them. Mod- ular Ambulance was several thousand dollars lower in price on three app- aratus because they took exceptions to specifications that are propor- tionate to their bid price, When referring to Modular Ambulances comparison data, compare the chassis data of their "primary" bid and their "alternate" bid. Their primary states a 9,750 GVWR and their alternate states a 10,250 GVWR. Yet, the critical specific data is identical; such as wheelbase, cab -to -axle ratio, rear axle rating, front axle rating, rear spring rating, front spring rat- ing and rear brake size. Even though they propose to exceed our 10,000 lb. GVWR requirement by 250 pounds, it is obvious from our past experience that this apparatus is de- signed too light to withstand the demand that will be placed on them by our rescue service. The suspension system and brakes are totally unaccept- able to us for this reason. "SU PFORTR /E FOLLOW„ They ptopose a shottet wheelbase and body dimensions than out specifi= cations: this would seriously affect the storage capabilities of equip= went that we have deemed necessary fot immediate access when working with victims of cardiac arrest, Please note that on Page 1, Paragraph 3 of the letter that accompanied their comparison data, Modular Ambulance states that they believe that it is impossible for any manufacturer to meet the 28% payload require= molt. Two (2) of the four (4) bidders that responded met all specifi= cations, including the 28% payload, Modular Ambulance proposes another exception, which combined with their inability to meet the chassis specification, prevents them from meeting this highly important payload requirement, They propose a steel body structure instead of aluminum as specified, thus greatly increasing the vehicle weight and proportionally reducing the payload allowance. Once again, we have a bidder attempting to dictate their design to us, rather than attempting to meet our specifications. LDD:ik Page 2 of 2 kestue Af►hulahces for Fite bept. Fitiahce Purchasing BID---42CUR!T OATS BIDS RECEiVEO SIODER Modular Ambulance Corporation 1801 S. Great Southwest Parkway TYPE OP EEe(Wirt Cashier's Ch #93359 '`fl .afeah %iiamt Springs, First State Bank AMOUNT FOR ACCOUNTING USE Grand Prairie, Texas 75051 Springfield Equipment Co. 321 Linden Ave. P.O. Box 245 no bid security Springfield, Ohio 45501 $4500.00 nt• E.V.V. Inc. Bid Bond 5% 109 Miller Way Lake Park, Florida 33404 Miller -Meteor of Fla Inc. Orlando, Florida no bid Flite Line Eqt. Cor Miami,Fla Gerstenslager Co. Wooster, Ohio riaJprin Supply Co Loo Angcic3, Calif Wolf Coach Inc.. Northboro, Mass Received the obey described checks this day of,1_..d;'0,4-44 19, FOR ACCOUNTING. OI%t1SIQN CITY O MIA111, FLORIDA(' REOUISITION FOR ADVERTISEMENT FOR BIDS r OEPTIDIV ACCOUNt CODE BID NO. DATE 4521 PREPARED BY PHONE fUANffl REPRE €N1`IiI DLPAMEWL AteluirknieNtS POR - MOMS DATE DALE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT CODE ITEM DESCRIPTION OUANTITY UNIT AMT. y BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON • TOTAL EST IMATEC COST: CONTRACTUAL: INCIDENTAL : TOTAL SOURCE OF FUNDS : $ 14, 1,4 )illyd in 141 E'.PE NDITURE CONTROL : PROJECT CODE APPROVED BY DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED AD CODE_ EXPENDITURE CONTROLLER (.0 1,11:s 10: Purchasing (O►g.) — City Manager — Lily Clerk—rsptiidiiurt Cautnjl — Issuing t)Eparimmt — Other Affected Department 1 t.“) IC43 N!V 74 WRITE GREEN PINT. CANARY E3t.UE GOLDENROD 1 tt 1 AtIvi:r1. i:itumunt Hit) Nob !7-7_ 1`51 Sealed bids will be received by the City Manager and City Clerk of the City of Miami, Florida nu later thuit 10:0U A, M. Dtclock fe0c0a1„ ,13 .1978 for furniahihy I)ej)art meat. tUUcut: ambulation, fur thi' t ttt, in accordance with detuiled specificutiuns available upon reyueet at the office of the Purchasing Agent, Purchiluiny Division, 3318 Pun Amt.ricun ()rive, Miami, telephone 579-6380. City of Miumi, Floridu J. H. Grausie City Munuyer