HomeMy WebLinkAboutM-89-053211
' CITY OF MIAM1, FLORIDACA 10
INTER -OFFICE MEMORANDUM
To : The Honorable Mayor and Members DATE _ MAY 3 - 1989 FILE
of 7th-City Commission
SUBJECT : Bid #88-89-081
Purchase One (1)
!�.�� Aerial Bucket Truck
a FROM : Cesar H. OdiO REFERENCES
City Manager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached resolution to purchase one (1) Aerial Bucket Truck to be
used by the Public Works Department to be awarded to Bartow Ford
Co., Bartow, Florida, a minority vendor as the lowest most
responsive bidder in accordance with bid #88-89-081. The total
cost associated with this purchase is estimated to be $38,450.00
which funds are available from the General Services
Administration Department, Fleet Management Division Account
#420901-850.
BACKGROUND:
The General Services Administration Department has analyzed bids
received pursuant to bid #88-89-081 to purchase one (1) Aerial
Bucket Truck to be used by the Public Works Department. A total
of six (C) vendors responded to this; bid. As a result of our bid
evaluation, it is recommended that the award be granted to Bartow
Ford Co., Bartow, Florida, a minority vendor as the lowest most
responsive bidder in accordance with bid #88-89-081. Funds for
this purpose are available from the General Services
Administration Department, Fleet Management Division Account
#420901-850.
SOURCE OF FUNDS:
1988-1989 General Services Administration Department, Fleet
Management Division Account #420901-850, Amount $38,450.00.
MINORITY PARTICIPATION:
Award is to a minority vendor.
1 -t - 0 - t--
11iI (Ji %104i41, ►-!ioi,AiA
If+lTt`.H•GF F14�. ML.h1�CIf2A!'��AUh4
Will tam J. Seboul
prt?curement S1Jr1CVVi:Sot,
proqur..ement Manage;;innt Division "iFsFL,one M
t�JI;--...
wi 1 1 ms ► { rector lr Lrit!, .f1-
G(-neral Services Adr-lnistration
F' . V., :`
This department 11as verities ava11able tund1ng wIL11
pepartirents of Finance and Bodget that funila are ava! IaAli- t��
cover the coat of the subject b±d in the am,��snt vL $ 38,450,00 _.
Account Code Number 420901-850 , FY 19$3--1989. _
FINANCE FZEVIEW & APPROVED BY: ADDITIC)NAI. APPROVALS
( t:xcept for items approprl ated (IF PrQI; i ftFb)
an.9 included in FY budcjet)
Curios GnFci i7recto�r____•.-__
riepart:netit of Finance
�;rn;E'T'hRY KE'VIEW & At PV,(7)VKD RY1
t1 '";:11'1V11�IL llrana� � Itf�CtUT'
[-�,2 7arrrncrit Of f3ti t
i
NIA
Spi r310 r���rft�uPz, ASSTstmnt -
City Man•:iqer and Dirt�cc�:r
t'L�xnr� ray l�ep3rtrr:er�t
>r
n
Frt'�r:1t Castartc�rl�.,�•t�trectt�e'�
comli,oni ty Ueveloprro' nt
OF MIAMI, FLORIDA
48
CU REMENT MANAGEMENT
IVISIONl
BID SHEET
11
P.O. BOX 330708
Miami, F1 33233-0708
TELEPHONE NO. 575-5174
BID NO. $8-89-081
IMPORTASTt BID SHEET AND BIDDER ACKNOWLEDGEMENT MST BE RETURNEDIN
DUPLICATE I!! THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT
BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS
Terms:�e'7 ae� (Include cash discount for prompt payment, if any)
Additional discount of .1 if awarded all items.
warranty and/or guarantee:
State any vari
necessary):. X-k
to specifications (use separat� sheet if
Delivery: .�- 5—ecalendar days required upon receipt of Purchase Order..
Delivery Point(&): General Services Administration -Fleet,
_ 1390 N W 20th Street
Miami Fl 33142
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
..........
Please use the back of this page
NAMES OF COHpANY OFFICERS:
if more space is necessary
Name of individual holding license in this: profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto..
BIDDER(,� CC, Signa
c an na
� Y a:
i Print
Indicate if XIWKIty SusiDate:
[ ] Black [ 3 Hnesispanic Women
AND. RETURN I
THIS
w
C
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
L
AWARD OF BID
One (1) Aerial Bucket Truck
General Services Administration
Single purchase
To be used by the Public Works
Department
63
TABULATION: Attached
FUNDS: 1988-89 Operating Budget Account Code
#290901-850.
MINORITY/WOMAN PARTICIPATION: Invitations to Bid were sent to
four 4 black, twenty two (22) hispanics and four (4)
woman -owned firms engaged in the sale of heavy equipment as
located in the following sources:
1. New Vendors Applications
2. Dade County Minority Vendor Register
3. Previous bids on file in the Procurement Mgmt. Office.
4. Yellow Pages Telephone Directory
5. City of'Miami Minority Register
Minority response consisted of a bid received from a woman -owned
firm.
DTT1 U'X?]%T.TThfVTnkT. rM, b'd
Category
Prior Bidders
Black American
Hispanic American
Woman Owned
Non -Minority
New Bidders
Black American
Hispanic American
Woman Owned
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
e i s meets the specifications.
Following is an analysis of the
Invitations to Bid:
Number of Bid Number of
Invitations Mailed Responses
0
2
1
23
n
20
3.
10
15
78
Page 1 of 2
0
0
1
2
0
0
0
3
0
11
0
17
Reasons for "No Bid" were as follows;
1. John Deere Industrial Equip. - "Do not Manufacture."
2. H.F. Mason Equip. Co. - "We do not offer this product or
equivalent."
31. M.D. Moody & Sons - "Do not represent Mfgr. of this
product."
4. Phoenix Industries - "Due to work overload we cannot
quote at this time."
5. Hydraulic Specialties "We do not handle this type of
equipment."
6. Kelly Tractors - "Do not produce this type of
equipment."
7. Southeast Truck Equipment - "Equipment not available."
8. Growers Ford Tractor Co. - "We do not sell truck or
truck equipment."
9. Jim Hardee Equip. Co., Inc. "We do not offer this
product."
10. Adams-DeWind Machinery Co. "We do not represent a Mfgr.
for this equipment."
11. Neff Machinery, Inc. - We do not offer this product."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO BARTOW FORD COMPANY FOR A
TOTAL PROPOSED AMOUNT OF $38,450.00.
-Procurement Supervisor
Date
Page 2 of 2
�+i�uiiiiu®�®���uu��o�����u���uo����'��su li I I I �I � l ll�I l II IlIIV i 11 IIVI II I IIIIIII I II IIIYI!!I iI�IIYI I III !I o! I I � IY V I Y l i l I! J! L I B � � l l l l III I� IIIV J III II I III I�IIIIII
GENERAL SERVICES ADMINISTRATION Page 1 of 2
FLEET MANAGEMENT DIVISION
TABULATION OF BID #88-89-081 FOR ONE (1) AERIAL BUCKET TRUCK
ITEM 1 urmnr)p &inn T. TTATTT nDTf%V T1LTT TTTz+rnv T.7T T%r%x 1Tm" i. �. u..,n......
American Hyds., Inc.
Skyworker
One Year
Hartwell, GA
1030
$49,994
150 Days
Parts and
Non Minority
Labor
ONE AERIAL
BUCKET TRUCK
EQUAL TO
One Year
SKYWORKER
Utility Supply & Equipment
Reach All
Parts 6
Non Minority
MODEL 1030 OR
College Park, GA
AP 36 MH
$51,573
120 Days
Months
1040
Labor
Barrie Reed Buick GMC
Sky Van
Ft. Pierce, FL
JG 38-OC
$46,647
150 Days
Two Years
Non Minority
On Chassis _
Two years
Lift All
on Aerial
LAH-32-1S
$40,648
45 Days
Device, one
Non Minority
year on
Steele-Bilt, Inc.
Chassis
Aft
Titusville, Fla.
Two years on
Monroe
Aerial
130-MFC
$41,472
45 Days
Device, one
Non Minority
year on
Chassis
G�7
CC
lt
Palm Peterrucks Inc
GMC Trucks Inc.
Altec Body
$85,401
120 Days
One year
Non Minority
�
.,Ft. Lauderdale, FL
hill Illlflllll��IIIIP IIIIIIIIII(III Ill�lllllilllll III' I'IIIIII
�IIIII�VI��I�VII,II�Ivl�IYI191■YY1�r����viiui�e�e����l �i�r�u�u�u�..
Page 2 of 2
GEI3E1Dp;L SERVICES ADMINISTRATION
FLEET MANAGEMENT DIVISION
TABULATION OF BID #88-89-0.81 FOR ONE (1) AERIAL BUCKET TRUCK
MODEL
UNIT PRICE
DELIVERY
WARRANTY
ITEM 1 VENDOR
Minority
Skyworker
.$38,450
150 Days
One year
Lowest Responsive
Bidder
1030-1
Meets Specifications
Duralift
$45,700
150 Days
One year
Minority
DFOL-37
Bartow Ford Co.
Bartow,Florida
ONE AERIAL
One year
Minority
BUCKET TRUCK
Lift All
$40,300
150 Days
EQUAL TO
LAH-30-1S
SKyWORKER
MODEL 1030 OR
1040
0