Loading...
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