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