Loading...
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