HomeMy WebLinkAboutR-89-0424J-89-433
4/25/89
RESOLUTION NO. 89-424
r:=
A RESOLUTION ACCEPTING THE BID OF FLORIDA
FIRE APPARATUS CORP. FOR FURNISHING SIX (6)
BRAKE RETARDER SYSTEMS FOR THE DEPARTMENT OF
FIRE, RESCUE & INSPECTION SERVICES AT A 'TOTAL
PROPOSED COST OF $27,762.00; ALLOCATING FUNDS
THEREFOR FROM THE 1981 FIRE BOND ACCOUNT CODE
NO. 313229-289401-810; AUTHORIZING THE CITY x-
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR THIS
EQUIPMENT. _
J ,
s£"
WHEREAS, pursuant to public notice, sealed bids were
received April 10, 1989 for the furnishing of Six (6) Brake
Retarder Systems to the Department of Fire, Rescue & Inspection
Services; and
WHEREAS, invitations were mailed to forty (40) potential.
suppliers and three (3) bids were received; and
WHEREAS, funds for this purchase will be available from the
1981 Fire Bond Account Code No. 313229-289401-810; and
WHEREAS, this equipment will be used by the Department of ;a
u
Fire, Rescue & Inspection Services for the purpose of installing
component in six (6); Rescue Vehicles, which is a standard p onent of all
new and refurbish Fire Apparatus; and
WHEREAS, the City Manager and the Director of the Department
,ems
of Fire,. Rescue & Inspection Services recommend that the bid
-
received from Florida Fire Apparatus Corp. be accepted as they
{
lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY '
' OF MIAMI,,FLORIDA: -
Section 1.The April 10, 1989 bid of Florida Fire Apparatus.,.
M
` Corp. for furnishing Six (6) Brake Retarder Systems , to the s�
�. Department of Fire, Rescue & Inspection Services at total
' c
r proposed cost of $27,`762,00 is hereby accept
with un s # '
q i ( r is fF
xi7
there f or herebyallocated:,from the 1981 Fire Bond Acvo;.1a Code` 'j �
Mor
No. 313229-289401-810. s f N,-
x t sxe0
c�^
Nz!
� a
Seotiori 2. The City Manager is hereby authoritLed to
instruct the Chief Procurement officer to issue a Purchase Order
for this equipment. p
Section 3. This Resolution shall become effective
Y
immediately upon its adoption pursuant to law.
PASSED AND ADOPTED this llth day of May 1989.
fit.
XAVIER L. U Z, MAYOR
ac;
Y.
r ATTE •
`I`I
f ,
MATTY,HIRAL, CITY CLERK —
a�< PREPARED AND APPROVED BY )LIf hit,
� r .
�t! ROBERT F. CLERK
CHIEF DEPUTY CITY ATTORNEY
Y � L 4
(t
�. APPROVED AS TO FORM AND CORRECTNESS:
,
_ K
Jo E L. FERN DEZ
t ,
C I T ATTORNEY s r T
■ i , . = ,-,, ram, e r
Vg
# —
_• JY t FY•t ,'!'y Gk' _sf3(k '}f`.i""4`�. {Y ss...
r. 5�
--
?
-
- .�,..+ YaS,r _.,... �'t ...,.:.: .s . ... ... .. •>_. _. ::.. .. <. .. .. . .,..ram;. r�%_`}s, s :_ .. �n���>� -
2. f
✓I�i1011 tor),
N'
�siA►x1.y. 20 t i 1 I�'g PHONE 575
" 1'� �i
Nlar3i fall
f
16SU04 tt
DIRECTOR
B,
t One (1)
-
Pubattated adver�sernent
+
times. ;
(number of *DO)
XX classified
'i,�;$,Svertitsement: i legal -
display ;
March 23, 1989
Legal _ Starting date
Sire
Bid No. 88 89 091:
Sdoled -bids-will be.. i .
First fa f.wordsvf advertisement: _
i
W Brak+ Retarders System
(o en 9-10-89 �- 2 0(3
Reritarlts:
�
t i
TYPE '
00 NOT PE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S), OF " #
ADVERTISEMENT :. INVOICE. fANMt
LINE wPUBLICATiON ,
MIAMI
�
x
B•2?
I
� s
iii
t e�
f34 F5 F7 F8
F9 : 1710
DUE DATE .,
VOU ER MM DO Adv. Doc. Reference.. VENDOR INDEX :•CODE': PA
LINE TRRNS .: YY
45
50 Si 58 57'
1 13 17 16 34 39142
:.
0 1-2 4'1 VP 2 02
137
2 3 '; T 8 V P 1 314 15 DESCRIPTION
" .:: 36 S4 DISCOU
,
i g
1F
nn n
Maria �kProcurement
p 'hk Copy : i
Yellow Copy:.: Si1V4 Mendoza -City Clarks
App y�adl� P_ay n)r ,
yyp 9 Yellow. Finance
Purchasing
Pink —Department �€
1x
Ily
_ "� rtx
1rcgMi
,
_
f.
� ff�, •� -�
:? 1 � P yc Kee % ��§'�Y, � �
,
�
..(. _n �,": i . .s._ ....,j n.�n v m'_S.X2.H✓:'.d: _t
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE Igo
FILE
TO: The Honorable Mayor and Members MAY
of t City Commission
�. SUa'ECT : Recommendation for
Resolution and Award
of Bid No. di
H. O 88-89-091-
Cesar HOREFERENCES .Six (6) Brake Retarder
FROM; Systems
City .Manager
ENCLOSURES:
RECOMMENDATION:
It isrecommended that an Award of Bid bemadeand a Resolution
be.:passed accepting the Bid from.; Florida Fire Apparatus
Corporat.on,'of Pompano Beach, Florida, as .the lowest,
responsible bidder for the provision and installation of: six,(b),
Brake Retarder Systems on six (6)-new Miami owned Rescue vehieies
at a one=time cost of $27,7b2.00• f ;Jae
r: n
BACKGROUND:,
". fir ui
These six. retarders are to be installed on six New Rescue
Vehicles purchased under City Resolution :No. 89-127 off of an
existing Broward County contract for the Department. of Fire,.
Rescue and.Inspection Services. This type brake retarder isa
standard component on all new and refurbished-Fire-Rescue
Apparatus and allows 5 to b times the mi1'eage between brake jobs`.
Sincethe couaponent.was nvt available under the Broward County
Contract, the Department elected to bid this item separately•
Amount of Bid: $27,762.00 % of Cost Estimate 77
t � $36,000.00
Cost.777" Estimate: y
So_ 'urea of Fu„ nds : _$1 Fire Bond . AcFount .CQde 3129
19-
b' 2$9401�$�!0 Ee cue Rea.New
ntitled Fir4
�Y us Acquisition
ApparatFYw89.
i A ,t
z: One minority bidder (Hispanio) out of,>
Minority 'Reo+ree_sentati0n:
f or,
rr
the 3 bids received.. M3:► v
,
is_located in Riviera Beach, Fwrida `
- outside of 'pale County! 4Per
F , con 'eren60 tween: beD . r a Q
anAnp: Wh�.ttakar/ Rg2:iasQh d Ms,
Ma• Adrienne MaeBeth
r
1 t A
s
yQQ p y
Aep;rtr.meir-t
.h3dder...z_
AW'
CITY OF MIAMI, FLORIDA
INTER -OFFICE
MEMORANDUM
_
_ To:
William J• 8chaut, Supervisor
o�rE : April 18 1989 FILE
v
Procurement Management
SUBJECT: Bid No. 88-89-' 091 (Six
General`.Servioes Department
Brake Retarder Systems)
' '� f -�
Approvals
` FROM
,•'
: C • H . Duke, Chief
REFERENCES
Director of F re, Rescue
and -Inspection Services
ENCLOSURES
This department has:verified--`available funding with the
Departments of - Finance and Budget
that funds are available':'
the cost of the,.subject bid.
in the amount of $ 2?,762.00 ,
cover
Account -Code -Number, 3i 3229-289401=840°=
_ E,
_
FINANCE`"REVIEW'''APPROVED BY
ADDITIONAL APPROVALS,
(IF REQUIR )
N/A
Director
S rg odriguez, D rector
Carlos Garc a,
ayr Department
Department of Finance
g
BUDGETARY : REVIEV & APPROVED BY:
zZ
N/A
S. °Sural7a, D rector
`Frank Castane a,''D ree or' 3t
Budget Department
EQmmuniy De elopement
/'
t
is, jai
xes}•'1+�r
K
tea' :-•.a'.... gk9t .3 sea'.'tt:+n;. 1 t
F
F
mot. '-
f r
t.
I
PfSO 330708
O• `DA Mi _•i► F1 33233-0T08-
CITY OF MIA14I, � ANT TELEPHONE NCB• 575-5174 �--
PROCUREMEtiT• MAN BID NO• 88-89..ng�
DIVISION
BID SHEET
��-- RAT .MEWED IN
_ MUST BB �
D BIDDER ACRb10�T y.
RTAATs BID .SSE CSED ENVELOPE IDENTIFIED. ED � BID BID�WILLTNOT '
IMPO L CATE Id THE ATTA
AND DATE OF BID OPS�IING• IF SECURITY IS R..QV
TOE DEPOSIT OR BOND IS SUBMI'1"rED tN THIS .
Be ACCEPTED U�ILSSS i f any).:_:-,',
�1VEiAPE• prompt Payment,
= Term Net 3D
(Include cash discount
0 's
for
Additional discount of none
-
Additional awarded all items
12 Mouths with unlimited milea e
and/or guarantee. sheet if
Warranty separate t
to specifications (use
State any. variances
necessary)_ of''purchase order• }
d upon receipt
calendar days require
k#'
— Delivery= 1�- ; -
s Per Unit f Fire -
Delivery Pofut(s)s De a =
e- Fire Garage `
s
alai F1 3 136 ecifications,` General f" -
we
_ 8 and General Information heoattached. bidy ,rT=i
In accordance with tha ition tion to Bid, the SP on t -
Conditions, Special C4nd at prices indicated
to furnish the Item(s) agree t
sheet(s)• OFFICERS:
t1Al�E8 OF
p O�I/tiER�S) s BEES OF COtlt'�Y
Listed on back
this page if more space s necessary
Please use the back oProfession (if
applicable)
license in this p
!lane og individual holding
`_** COMPLIANCE
M1907�a� PROC-U
er ac Dowracei.ved a copy f�3
ed bid
The undersign "°`'
procure�aent Ordinance �c�, Ctte 0���'���' .
Ordinance Dlo. 10062, the Minority, alla li.cabI
4U1OstAn� iY
-, prod
th
vision
ro
..rp$i,grtl3tur: rzt�
r BIDDERt g�i"...�3i� Y apt
c�anY nape sm x: -
Y
t txeifBa Ds►tes }e7",
ft r
}y
of Florida Fire
Apparatus Corp.:
owners
Title
Name
President
Mr. G. Arthur Weaver
- -
Director
Mr. Donald R. Finney
Vice President
g E. Finney
Mr. Greg
&
Service manager.
Direc''.or
Willis Stauffer,
Mr..
Treasurer
Mr Walter Shaub
t hep�
I
; N djk'Y
J
�
b
r t
'Y
!
DEPARTMENT:
TYPE OF PURCHASE: 5nvrz GCLW a.......�+
To be installed in six new Rescue
REASON: Vehicles. This type of brake retarder ;
is a standard component of all new and
refurbished Fire Rescue Apparatus anti_
allows 5 to 6 times the mileage
between brake jobs.
ri
POTENTIAL BIDDERS: 40
F
BIDS RECEIVED: 3 'T{
n,
TABULATION: Attached
FUNDS: 1981 Fire Bond Account Code #313229-
289401-840.
PATION: Invitations to Bid were
MINORITY WOMAN PARTICIsent to
seven black, -fifteen (15) hispanics and three (3) woman-
owned firms engaged in the Brake Retarders business as
located in the following sources:
1. New Vendors Application
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 one bid received from an hispanic
art,
vendor. �f
The bids meets the specifications;.
BID EVALUATION: the.
Following is an analysis of r
Invitations to Bid: s,
Number of Bid Number of
Category Invitations Mailed Responses k
c 5:
Prior Bidders
Black American 0
Hispanic American 0 0 ,Y
Woman Owned 0 0
6
Non -Minority;
t A:
New Bidders 0
Black American `5
Hispanic American 15 1
3 0'
Woman owned`
}
Non -Minority
U; Courtesy Notifications_ 15', _
No Bids", ` f"
Late Bids -
` Totals 55 Y4 ,
aA h
Reason -for "Na Bid" was as follows:
? i
{ Adams '! Wi�C�d ` Machineryo. "W�
•9* I 1 `�-,�TC,^Y'�T !ilgY edf'.R•
RE+ NbAT I ON :