Loading...
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 :