Loading...
HomeMy WebLinkAboutR-84-1029J-84-860 RESOLUTION NO. 84--1029 A RESOLUTION ACCEPTING THE BIDS OF BAY FORD TRUCK SALES, INC. AT A COST OF $36,180.83, L.A. CHEVROLET, INC. AT A COST OF $11,026.00, GUS MACHADO BUICK/GMC AT A COST OF $55,360.00 AND HOLLYWOOD CHRYSLER-PLYMOUTH AT A COST OF $8,592.69 FOR FURNISHING A TOTAL OF EIGHT(8) AUTOMOTIVE VEHICLES, AS INDICATED BELOW AND ON THE ATTACHED TABULATION TO THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE AT A TOTAL PROPOSED COST OF $111,159.52; ALLOCATING FUNDS THEREFOR FROM THE 1983-84 OPERATING BUDUET OF THAT DEPARTMENT 1N THE AMOUNT OF $102,566.83, AND OF THE OFFICE OF INTERGOVERNMENTAL AFFAIRS -CABLE IN THE AMOUNT OF $8,592.69; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE PURCHASING AGENT TO ISSUE THE PURCHASE ORDERS FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received July 19, 1984 for the furnishing of eight (8) Automotive Vehicles; and WHEREAS, invitations were mailed to 62 potential suppliers and 8 bids were received; and WHEREAS, funds for this purchase are available in the 1983-84 Operating Budget; and WHEREAS, this equipment will be used by the Department of Building and Vehicle Maintenance for the purpose of providing replacement equipment for worn, non -repairable vehicles used by the City Garage, and to provide an additional vehicle needed for the Office of Intergovernmental Affairs -Cable; and WHEREAS, the City Manager and the Director of the Department of Building and Vehicle Maintenance recommend that the bids received Bay Ford Truck Sales, Inc., L.A. Chevrolet, Inc., Gus Machado Buick/GMC, and Hollywood Chrysler -Plymouth be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDAs Section I. The July 19, 1984 bids of four (4) suppliers, as indicated below and on the attached tabulation, for furnishing a total of Eight (8) Automotive Vehicles to the CITY COKKISU MEETING OF SEP IS of Department of Building and Vehicle Maintenance at a total proposed cost of $111,159.52 are hereby accepted with funds therefor hereby allocated from the 1983-84 Operating Budget of that Department in the amount of $102,566.83 and of the office of Intergovernmental Affairs -Cable in the amount of $8,592.69; as follows: BIDDER QUANTITY/EQUIPMENT AMOUNT Bay Ford Truck Sales, Inc. 1/Aerial Bucket Truck $36,180.00 L.A. Chevrolet, Inc. 1/Cab and Chassis $11,02 Gus Machado Buick/GMC 3/Utility Trucks & Options $3J,08470 1/Pick Up Truck $10,741.00 1/Cargo Van $10,635.00 $55,360.00 Hollywood Chrysler -Plymouth 1/Station Wagon $8,592.69 Proposed Total $111,159.52 Section 2. That the City Manager is hereby authorized to instruct the Purchasing Agent to issue the Purchase Orders for this equipment. PASSED AND ADOPTED this 13 day of September , 1984. ATTEST: N ALlpr Q. ON 4"'G I E, C;� PREPARED ARID APPROVED BY: 16'&j �Z" etot, ROBERT F. DEPUTY CITY ATTORNEY APPROVED CITY ATTORNEY ARID CORRECT& _7w&A7 j p1b 04 BID SECURITY Aerial -Utility Trucks,Cab and Chassis OAT1 DID$ RECEOrtoJuly 19, 1984 3;0 c -up oilruc s, Van & station Wagon 83-84-85 TYPE OF 88CMUTY �i 2OTAL "DWI Hollywood Chrysler Plymouth 2100 North State Road 7 Hollywood, Fla 33021 Broken down by items Duncan MFG. & Equipment Co,Inc. 4120 Lewisburg Road Birmingham, Alabama 35207 Broken down by items Tom Bush Regency Motors 9850 Atalntic Blvd Jacksonville, Fla 32211 Broken down by items Bay Ford Truck Sales P. 0. Box 5032 Tampa, Fla 33675 Broken down by items Asplundh Mfg. Div. 50 E. Hamilton Street Chalfont, Pa 18914 Broken down by items Gus Machado Buick/GMC 1590 W. 49th Street Hialeah. Fla 33012 Broken down by items L.A. Chevrolet 9200 N.W. 27 Ave. Miami, Fla Broken down by items Metro Ford Monroe Equipment Col, Inc. Southland Equipment Corp Advanced Fabricators,Inc. Growers Ford Tractor Co. Blanchard Machinery SEB Equipment Inc Case Power & Equipment Palm Petorbilt Neff Machinery,Inc. International Harvester Company Adams Construction Equipment Co lots-rarAt.- pa-4 Supreme GMC Truck 4 0 W LEGAL ADVERTISEMENT BID NO. 83--84-85 Sealed bids will be received by the City Manager and City Clerk Of the City of Miami, Florida not later than 3 s 0 0 p.m. Ju 1 v 19 , 1984 for furnishi.nq ADDio imat l y Eight (A) Mntnr VFa_h i _l An , i nrl »ding an Aerial -Utility Trucks. a Cab and Chassis utility and Pick-up Trucks, van and Station Wagon, to the Department of Building and Vehicle Maintenance Ordirunoe No. 9775 established a goal, of Awarding 50% of the City's total dollar volume of all expenditures for All Goods and Services to Black and Hispanic Minority Business Enterprises on an equal basis. Minority Vetndors vft are interested in mA=tting bids and who are not registered with the City as minority vendors are advised to contact the City Purchasing Office, 1145 N.W. 11th Street, Rom 126, Teleo ne 579-6380. Detailed specifications for the bid are available upon request at the City Purchasing Office. The City Manager may reject all bids and readvertise. (Ad No. 2507 Howard V. a)1 Gary _ < City Manager `-• ry t e"�UUI"J VIC10, - - REQ T ,fig W TISEMENT L -(� This number must appear in the edverlsoment. DEPT/DIV. _ �ZiTY 2507 ACCOUNTCODE 420201-287-83% QRK 420301-2�7-1.7 yyjn�E�j��yJ�j�MI,F!_A. -� DATE 6--22-34 PHONE CI79C �3`� APPROVED B �' PREPARED BY Mlaria Abijalil DIRECTOR OF ISSUING DEPARTMENT Pubtlsh the attached advertisement on<> { 1) times. (number o1 times) Type of advertisement: legal t classified display (Check One) Size: l ea i Starting date 1 c; q=1 First four words of advertisement: is i I i' u ? . 3 3 - 8 0 --Y e )-)e ...... Remarks' 1.3j: -�x,r tt , �_ QiU` (i:) iY tt t `,'u'tplc1 {r; rr j jO Ti-ily, 19 , 1.954) DO NOT TYPE BELOW THIS LINE FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATES) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 �. 13-2 F" ;ri ,r, ;' T'; K 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 E C PROJECT 11 13 1718 34 39 42 45 5051 56 57 62 63 6586 71, 0 1 2 4 1 V P 2 0 2 2 8 7 i 2 314 7 6 V P 12 314 15 DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT So. 5 2 0 0 2 0 1 Approved for Payment Whde - Purchasing Green - Finance Pink - Department CITY OF MIAMI. FLORIDA 54 INTER -OFFICE MEMORANDUM TO, Howard V. Gary City Manager R„o&E -4L x , 6�ctor Building & Vehicle Maintenance DATE: August 13, 1984 mg: SUSJECT: Request for Commission Action REFERENCES! ENCLOSURES: THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE RECOMMENDS THE ADOPTION OF A RESOLUTION ACCEPTING THE FOLLOWING BIDS FOR FURNISHING AUTOMOTIVE EQUIP- MENT TO THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE: BID OF BAY FORD TRUCK SALES, INC. FOR ONE AERIAL BUCKET TRUCK AT A COST OF $36,180.83; BID OF L. A. CHEVROLET FOR ONE CAB AND CHASSIS AT A COST OF $11,026.00; BID OF GUS MACHADO BUICK GMC FOR THREE UTILITY TYPE VEHICLES AT A COST OF $33,984.00; BID OF GUS MACHADO BUICK GMC FOR ONE PICKUP TRUCK AT A COST OF $10,741.00; BID OF GUS MACHADO BUICK GMC FOR ONE CARGO VAN AT A COST OF 10 635.00; BID OF HOLLYWOOD CHRYSLER PLYMOUTH FOR ONE STATION WAGON AT A COST OF ,592.69. AT A TOTAL COST OF $111,159. 22. Thirteen bids were received to furnish seven items of automotive equipment. Three of these items replace units which were pre- viously awarded to Metro Ford who failed to deliver. All except one of these units replace similar heavy equipment units in the Garage Division. The new and additional unit is a station wagon which is being purchased by Intergovernmental Affairs -Cable. Funds for this purchase are available in the current operating budgets of the Department of Building and Vehicle Maintenance and Intergovernmental Affairs -Cable. A ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: AWARD OF BID El Bid No. 83-84-85 Automotive Vehicles Building and Vehicle Maintenance Single Purchase New equipment required to replace worn non -repairable vehicles and to meet additional vehicular needs POTENTIAL BIDDERS: 62 BIDS RECEIVED: 8 TABULATION: Attached FUNDS: 1983-84 Operating Budget MINORITY PARTICIPATION: Invitations were sent to six (6) spank ner can firms engaged in sales of heavy equipment and automobiles as located in these sources: 1. Metropolitan Dade County Minority Vendor Directory. 2. Bidder applications on file in Purchasing 3. Previous formal and informal bids for for these requirements. Minority Response consisted of two (2) "no bids", and two (2) bids from Hispanic Businesses. Award is recommended to both Hispanic bidders, Gus Machado Buick/GMC. and L.A. Chevrolet, Inc., for a combined amount of 6 00. BID EVALUATION: The following low bids are not recommended ue to failure to meet the specification(s) as indicated: BIDDER/ITEM CITY SPECIFIED BIDDER OFFERED ' Duncan Manufacturing and Equipment Co. Item Boom Range to 5° Boom Range 0 to 98° Aerial Bucket Truck Supreme Olds/QW, Inc. Item' J 300 CID Engine 292 CID Engine Utility Trucks West Coast Mirrors Camper Type mirrors Heavy-duty Battery Standard Battery Following is an analysis of the invitation to bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders �B ac c mer can 0 0 Hispanic American 6 2 Won -Minority 44 5 Now Bidders • �Black �Raerican 0 0 Hispanic American 0 0 Eton -Minority 12 1 _ Courtesx Notifications 7 -0_ Muo Bide" Ir#te Bids Totals - Reasons for "No Bid" were as follows: I. "We do not represent a manufacturer of this type of equipment." 2. "Specifications are too light." 3. "Prices for '85 vehicles not available." (Hispanic firm) 4. "Do not handle these types of equipment and vehicles, only refuse trucks and bodies." 5. "Do not sell this type vehicle - only farm and industrial tractors." (Hispanic firm) 6. "Do not handle equipment desired." 7. "1985 prices not available yet; too late to order 1984's." 8. "We no longer manufacture equipment with gasoline engines." 9. "We do not offer this type equipment." 10. "Not a dealer of specified equipment." 11. "We do not handle this type of equipment." 12. "Cannot furnish." 13. "Do not supply this type of unit." 14. "Do not handle." 15. "We do not deal in these items." 16. "We are unable to quote favorably." 17. "We do not handle these items." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE AS FOLLOWS: BAY FORD TRUCK SALES, INC. IN THE AMOUNT OF $36,180.83, L.A. CHEVROLET, INC. IN THE AMOUNT OF $11,026.00, GUS MACHADO BUICK/GMC IN THE AMOUNT OF $55,360.00, AND HOLLYWOOD CHRYSLER PLYMOUTH IN THE AMOUNT OF $8,592.69 FOR A TOTAL PROPOSED AMOUNT AMOUNT OF $111,159.52. Purchasing Agent Date The above award meets the requirements of the Department of Building and Vehicle Maintenance, and approval is recommended. erector Date The Minority Procurement Officer concurs with the above recommendation. icer Date page 2 of 2 ►�.PA1;nN N1' U1; 13t) t i J)► NC; h VLx►1.(.1_d: MAI"11 NANC F. '1'Af3t)111�1'lUN cx BIDS RL�C ►,TVII) July 19, 1964 1'U�i 1111: 1'UIiC►U1SE OF 11EAVY FMIM24T 131D 983-84-85 1. - Unit Price Exceptions tion 13idde r , Nkz►cc , b Nbdc t ____--------- LA? L V x — --- ---_ _ _ Bid Title & Descri 120 Days $35,601.00 Dower Boom Travel Range Item I• Aerial Bucket Duncan Mfg. & pguipment Co. (0-980) i/1/o t0-135°) Truck with Utilit Bod 4120 Lewis Burg Road specified. Upper Boom i/l/o Birmingham, Alabama Range (0-1800) 1985 F600 Ford w/Lift All (00 to 2100) specified. No Frt. Axle stabilizer. * Bay Ford Truck Sales, Inc. 120 to 150 $36,180.83 No Frt. Axle stabilizer P. O. Box 5032 Days Tanga, Fla. 33675 1985 Ford F-60OW - $43,314.00 Mdl Laser Boom Travel Range Asplundh Mfg. Division 1830 Days L-36 (0-90°)i/1/o (0-135°) Hamilton Street $39,225.00 Mdl specified. Chalfont, Pa. 18914 LD-36 ooc w -A rrnn w/ Asr)lundh L-36 _ T+-.�M 9: rab & Chassis * L. A. Chevrolet . 100 Days 9200 N. W. 27 Ave. Miami, Fla. 33147 .�.., -.- uA, rr "A l n n l 17VJ v-v........ $11,026.00 No 7500 lb eat aaxleors i/l/o 8200 specified LT215/85R tires i/1/o 800xl6.5 ified. MINORITY CLASSIFICATION OF BIDDERS: Non -Minority Bidders: Asplundh Mfg. Division ° Bay Ford Truck Sales, Inc.nt Equipment Duncan Mfg. and Co., Inc. * Recommended for Award Hollywood Chrysler -Plymouth* Supreme Olds - GMC Tom Bush Regency Motors HISPANIC Bidders: LusA Machado BuicklacC ` f �_ Black American Bidders: NONE Does not meetSpecs- Add $1,7`50.00 if 360° Continuous rotation desired. Optional Emit Bid at $39,225. failed to meet specs in bocam travel I?I'trAlrlMi•NI' (?I _ I�1t111 J) { t� � � vi•:r {7 c'{ ,{• rtn� e�rr�wwc� •!/il, 3U1,11j,joN OF BIDS ltMt.EIVh7) July 19, 1984 i't}I2 Y1il: l't Clill:ii•: or IWAVY hxjj][L4* r Biddcl-, Make, 131c 'i'7 t1c & 1�e scr. )t:xon Item 3: utility Type *Chas Machado Buick/GW 1lehi.1 & Options 1590 W. 49th• Street Hialeah, Fla. 33012 1985 GW Mdl TC31003 w/read; 108ABDW Bod] 1311) j €i3-84-135 ;, ,Q Ik'{ 1V�'S li!►1C 1'1"1CC No West Coast Mirrors 90 to1l0 $11, 628.00 days SELECTED OPTIONS low $1.1,707.00 for A & C $ 9,573.00 for B L. A. Chevrolet 9200 N. W. 27 Ave. Miami., Fla. 33147 1985 Chevrolet Mdl CC31003 w/Koenig Model 858DLR Body 100 Days $12,514.00 Now Listed SEI r= C PTIC HS 12,675� A & C $10,258.00 far B S13,849.00 for D Supreme Olds GMC 90 pays 29700 So. Federal Hwy - Homestead, Fla. 33030 1985 GMC Mdl 31003 w/Koenig Model 858 DLR-88 y --- $11,598.77 292 CID Engine i/l/o SELSO ID OpP oNs 300 CID specified -- A&C) No West Coast Mirrors $9,384.77 (B) No H. D. Battery $12,821.77 for D -- F.'}pLANAIZQV CF CpTICN.S : A: Basic Vehicle with 4 Speed standard Transmi,-scion (Deduct far Aubca�atic Tzan�is�On) B: Basic Vehicle without Utility Body - Cab & Chassis' only (D"lCt for Body) C: Basic Vehicle with Tele�oPic Roof, installed (additional cost) D: Basic Vehicle with Hydraulic Lift Gate, installed (a3diti,ocial cost) option nvr 00 •pe option ,.s •p • D-Add i 76-00 option A -Deduct $414.00 option B-Deduct$2256.00 option C-Add $575.00 option D-Add $1335.00 option A -Deduct $418.20 viol B-Deduct$2214-00 Option C-Add $575.00 Option D-Add $1223.00 t ,I I Iiid Titic & Description Item 4: Standard Pickup Cab I it tt 5: Cargo van 1:OCUVI� July 19, 1984 I•'Ult 1111E !'tA�:1"E- OFF 'MVY It l'P '1'111313L�►TIQd Ol•' IS1D: BID # 83-84-85 motions Dee iVel:Y -- Unit 1'ri�--- - Bidder, Make, 6 Mcadcl ____-- --- --- N 10,741.00 o Trailer Tow Pkg- Buick/GHC 90 to 120 $ * Gus Machado . Days 1590 W. 49 Street Hialeah, Fla. 33012 0903/E63 1985 (�''1C Md- L.A. Chevrolet 9200 N. W. 27 Ave. Miami., Fla. 33147 1985 Chevrolet Mdl OC30903 � -gush Regal' Motors 9850 5ksonnville, FlaBlvd. .. J32211 1985 jeep J-20 Mdl 27 * Chas Machado Buick/G C 1590 W. 49 Street u;.I.ah. Fla. 33012 100 Days $11,708.00 Notes Listed 60 to 75 $11,198.65 No Dual Rear Wheels No West Coast Mirrors Days No West Coast Mirrors 90 to 120 $10,635.00 66 Amp Alt i/l/o 100 Amp DaYS specified. No silicone hoses or stainless steel 1985 GMC Varriura TG31305 100 Days $11,477.00 L. A - c�evrolet 9200 N. W. 27 Avenue Miami, Fla. 33147 1985 �evrolet Mdl CG31305 90 Days $10,826.00 Supreme Olds/GMC 29700 So. Federal Hwy - Homestead, Fla. 33030 1985 GpC Vandura No silicone uses No stainless steel clamps 66 Amp Alternator i/l/o 100 Amp specified • DriwvnMt mjfrj1ASF. Or 11EAvy wnpwwr ()p- 13.11)S jWCEIVI'D July 19 1984 1111E I TABULN B.ID # 83-94-15 unit price �('Jepticlns Bidder, Make f & MOCIC' $9,699-00 Nam Listed Bid Title A. Descr L'On go to 120 Gus Machado Buick toys Intermediate Item 6- 1590 w. 49 Street Station wagon Ca"Pact Hialeah, Fla- 33011 on Cus Vehicle 1985 Buick Cent HO',l 60 to 90 $8,592.69 None Listed ywood Chrysler Plyff'Outhpo Days 2100 North State Road 7 Hollywood, Fla. 33021 1985 PI tn Reliant go Days $9,523.68 None Listed A. Chevrolet 9300 N . W. 27 AVe- Miamir Fla. 33147 1984 Chevrolet celebri Item 7: Willdow Van No Bids ljoll vitleelbase 1� Ii 'I T, I A N A III Mir