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