HomeMy WebLinkAboutR-87-0637r . r..
J-87-620
6/22/87"E. , i7 RESOLUTION 110.
A RESOLUTION ACCEPTING THE BID OF SOUTHERN
COACH, INC. FOR THE REFURBISHMENT OF FIRE
APPARATUS AERIAL 8 FOR THE DEPARTMENT OF
FIRE, RESCUE AND INSPECTION SERVICES AT A
TOTAL PROPOSED COST OF $20,050.00; ALLOCATING
FUNDS THEREFOR FROM THE 1981 FIRE BOND
ACCOUNT CODE #313219-289401-670; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS SERVICE, SUBJECT TO THE AVAILABILITY
OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received June 17, 1987 for the refurbishment of Fire Apparatus
Aerial 8 to the Department of Fire, Rescue and Inspection
Services; and
WHEREAS, invitations were mailed to eight (8) potential
suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase will be available from the
1981 Fire Bond Account Code 313219-289401-670; and
WHEREAS, this service will be used by the Department of
Fire, Rescue & Inspection Services for the purpose of
refurbishing of Fire Apparatus Aerial 8; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from Southern Coach, Inc. be accepted as the only
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The June 17, 1987 bid of Southern Coach, Inc.
for the refurbishment of Fire Apparatus Aerial 8 for the
Department of Fire, Rescue and Inspection Services at a total
proposed cost of $20,050.00 is hereby accepted with funds
therefor hereby allocated from the 1981 Fire Bond Account Account
Code #313219-289401-670-
CITY COMMISSION
MEETING OF
JUL f9 1987
RESOLUTION No.ur
REMARKS:
r
J-87-620
6/22/87 �y
RESOLUTION 140.
A RESOLUTION ACCEPTING THE BID OF SOUTHERN
COACH, INC. FOR THE REFURBISHMENT OF FIRE
APPARATUS AERIAL 8 FOR THE DEPARTMENT OF
FIRE, RESCUE AND INSPECTION SERVICES AT A
TOTAL PROPOSED COST OF $20,050.00: ALLOCATING
FUNDS THEREFOR FROM THE 1981 FIRE BOND
ACCOUNT CODE #313219-289401-670; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS SERVICE, SUBJECT TO THE AVAILABILITY
OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received June 17, 1987 for the refurbishment of Fire Apparatus
Aerial 8 to the Department of Fire, Rescue and Inspection
Services; and
WHEREAS, invitations were mailed to eight (8) potential
suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase will be available from the
1981 Fire Bond Account Code 313219-289401-670; and
WHEREAS, this service will be used by the Department of
Fire, Rescue & Inspection Services for the purpose of
refurbishing of Fire Apparatus Aerial 8; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from Southern Coach, Inc. be accepted as the only
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The June 17, 1987 bid of Southern Coach, Inc.
for the refurbishment of Fire Apparatus Aerial 8 for the
Department of Fire, Rescue and Inspection Services at a total
proposed cost of $20,050.00 is hereby accepted with funds
therefor hereby allocated from the 1981 Fire Bond Account Account
Code #313219-289401-670-
CITY COMMISSION
MEETING OF
JUL 99 1987
[SOLUTION No. 87-6 413 41
' `���^fY1�Y�r _ :.c �'2sx;s`C+ ...'•'�i.'.:'1t_ .. .__ .r:;•. �-.xa•y'�ri:�rr�.r�w.w.n... ..,.�►..�+r-.... .��...
4
i
Section 2. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service, subject to the availability of funds.
PASSED AND ADOPTED this 9th day of July , 1987.
ATT
MAT Y HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROWDI.-AS TO FORM AND CORRECTNESS:
CITY ATTO
-z-
8 -63 #4.
32
BID SECURITY
Refurbishing of American La Prance data albs IkICRIVIO_ June 17 1987 2*0 M.
&%IipctL a T-19-
86-87-097 7TPE OF stctww
filbpER
TMAL
"cum It
Southern Coach, Inc.
$20,050.00
Mr) TITn.
Affierican LaFrance
Gator Emergency Vehicles, Irc.
E.V.F., Inc
RECEIVED on hph;Ll f of VTTVPUACTmt% ftvvv jv%vv. v
S I GNED:
v DATE:9 / a v V /- envelopes.
._ .. '••a. +.F777.....•......:'u.`Sa•^::'Jt@tivr:r.�.Jwwveu«..n~i.rr...� ..►. emu., ....�►_.... .. __ ----
s
Or
LEGAL ADVERTISEME14T
BID NO. 86-87-097
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pam 1�megigan Dri e. Miami, Florida,
33133 not later than :0 June 17 198 for furnishing All
Labor and Materials fo ie comma p'iiete repair and refurbishment to
f the City of Miami's American LaFrance 100 Foot Tiller Aerial
Apparatus Aerial 8 for the Department of Fire, Rescue and
Inspection Services.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and rejected.
Ordinance No. 10062 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 579-6380.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 4049)
Cesar H. Odio
City Manager
0 �.
' REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
t DEPT/DIV.
ACCOUNT CODE
DATE PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
i
I Publish the attached advertisement times.
t
(number of times)
Type of advertisement: legal classified display
(Check One)
Ph
Size: Starting date Muy
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE YY MM DD
Adv. Doc Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
113 1 17
18 1 2534
39
42 45 50,51
56
57 62.63
65
66 71
0
1
2
4
1
2
0
2
2
8
7
1
21314
7
=VP
1314
15 DESCRIPTION 36
64DISCOUNT 6
72 AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing Yellow - Finance Pink — Department
Approved for Payment
At Oft
CITY OF MIAMI, FLORIOA
INTER -OFFICE MEMORANDUM
TO:
The Honorable Mayor and Members
of the City Commission
FROM. Cesar H. Odio
City Manager
(0-
RECOMMENDATION:
DATE: J U N 3 v 487PILE:
SUBJECT: Recommendation for
Resolution and Award of
Bid No. 86-87-097 Refur-
bishment of American
REFERENCES: LaFrance apparatus -
Aerial 8
ENCLOSURES:
It is recommended that an Award of -Bid be made and a Resolution be
passed accepting the Bid from Southern Coach, Inc., of Ocala,
Florida, as the sole, responsible Bidder for the complete
refurbishment and repair of all accident damage to Fire Apparatus
Aerial 8 at a one time cost of $20,050.00.
BACKGROUND:
This refurbishment is part of an ongoing apparatus Replacement/
Refurbishment Program of the Fire, Rescue and Inspection Services
Department, which maximizes the usable life of a vehicle by repairing
superficial body damage and deterioration while salvaging the more
expensive heavy duty chassis and running gear. A completely new
apparatus of a similar design would cost approximately $250,000.
This program permits unlimited refurbishment based upon individual
apparatus serviceability and structural integrity.
Amount of Bid: $20,050.00 of Cost Estimate: 80.2%
Cost Estimate: $25,000.00
Source of Funds: 1981 Fire Bond Account Code 313219-289401-670
entitled Apparatus Acquisition, Replacement
and Modification.
Minority Representation: There are no known minority vendors in the
Fire Apparatus Construction/Refurbishment
business as per conference between Ms.
Adrienne MacBeth and Division Chief Frank
Rollason on June 18, 1987.
Public Hearing/Notices: N/A
Assessable Project: N/A
-fir: .� a � r t
.r ..�: •�i... �<•F` _ •
a
f
r _
.
S
CITY OP MIAMI. 1=LOIRIOA
i
INTER-01tFICE MEMORANOUM
` TO;
A. L .
Mullins OATF:
FILE:
Chief
Procurement Officer
subACT: Bid
#86-87-097, ( Bid
e l
Title) Approvals
FROM: C. Hu , Chief
REFERENCES:
Director of Fire, Rescue and
Inspection Services Department ENCLOSURES:
This department has verified available funding with the Departments
of Finance and Management & Budget that funds are available to cover
the cost of the subject bid in the amount of $20,050.00 Account Code
Number 313219-289401-670.
FINANCE REVIEW & APPROVED BY:
7
Carlos Garcia, irector
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
/' ,r
anohar S a, Director
Departm' t of Management
& Budget
ADDITIONAL APPROVALS
(IF REQUIRED)
Z10" �L-
ring
odriguez, Director
Department
(Not Applicable)
Frank Castaneda, Director
Community Development
(This form properly signed is part of the Bid evaluation and
recommendation package to be placed on the agenda and must be
attached to the resolution cover memorandum).
2
8 �'/"-V `i `' jl
AWARD OF BID
- Bid No. 86-87-097
ITEM: Refurbishment of Fire Apparatus Aerial
8
DEPARTMENT:
Fire, Rescue and Inspection Services
TYPE OF PURCHASE:
Short term
contract
3
' REASON:
This refurbishment is part of an
ongoing
apparatus Replacement/
Refurbishment
Program which maximizes
the useable
fo the vehicle.
POTENTIAL BIDDERS:
8
BIDS RECEIVED:-
1
TABULATION:
BIDDER
AMOUNT
Southern Coach, Inc.
$20,050.00
FUNDS:
1981 Fire
Bond Account Code #313219-
289401-670
No Minorities were listed
for this service.
Courtesy bids were
sent to Fifteen (15) Minority
Organizations.
1
No minority respose was received.
BID EVALUATION:
The bid
meet the specifications.
Following
is an analysis of the
Invitations
to Bid:
Number of
Bid Number of
Category
Invitations
Mailed Responses
j Prior Bidders
Black American
1
0
Hispanic American
0
0
Woman owned
0
0
Non -Minority
0
0
New Bidders
— Black American
0
0
Hispanic American
0
0
Woman owned
0
0
Non -Minority
7
1
Courtesy Notifications 15
0
"No Bids"
-
3
Late Bids
-
0
Totals
23
4
Reasons for "No Bid" were
as follows:
1. American La France. "Present backlog. of paint work on
major refurbishment project prevent bidding *.on
additional jobs."
2. Gator Emergency Vehicles, Inc. "Unble to perform due to
present workload."
3. EVF. "Unable to submit bid at this -time."
Page l of 2
C.
is
1
RECOMMENDATIONS IT IS RECOMMENDED THAT THE AWARD BE
MADE TO SOUTHERN COACH, INC. FOR A
TOTAL PROPOSED AMOUNT OF $20,050.00.
.i
a
Chief Procurement Officer
{
Date
0
The Minority & Women Business Administrator concurs with the
above recommendation.
Minority & Women Business
Administrator
! Date