HomeMy WebLinkAboutR-84-0565J-84-421
RESOLUTION NO.
A RESOLUTTOT' AC(7FPTTNG TITI 13TI) ()T ('01\1 FOR FUR-
DiISIiING I%1F'A")R XiD P4r�TF{?Ti\T;; rili; 'TTiT; T�r:iirl'i r :+�T TT OF ONE
FIRE PI P'Ir'I R APr)APATTI,-TTrI(:;T; T'? )) �� iYl `T9Tr 1)r,l'�1R'TTiLi�TT OF FIRE,
RESCUE, lrT{TFC"TIrd �YAi , CO",T OF .�' 7-0, 323.44;
A110C- TTNG Tq ND;; 91 171-Y)"1 TT TT , 1.981 PTT?T_, AI'PARNI TS ACQUI-
SITION, RT;T'T_✓477I7.71� nNn P II)TT,_LCAT 0T\i PJ-) FT_T1D; AUTHORIZING
THE CITY W\N1 sr;FR 71 IN_7, PTJCP IIIE, PURCHASING r-\GE, TO ISSUE A
PURC'ILA.�F ORT1„R FOP ']ITT) SERViCT,_
W-1TERE S, pursuant to T-Aih1 i_c notice, sealed bids were received
March 23, 1984.for the furni_sh_nq of all labor_ and r'auired materials to
Refurbish one (1) 1976 hire T?umlxnr Apparatus-1loseNumber Five (5) to the
Department of hire, Rescue and Inspection Services; and
t�JTTEREAS, invitations were mailed to 28 potential suppliers and
five (5) bids were rcceivcd; and
I�fllsitEAS, funds for this purchase are available in the 1981 Fire
Apparatus Acquisition, Replacement and Modification Bond Fund; and
i��i1LRFc'iS, this service will be used by the Department of Fire,
Rescue and Inspection Services for the purpose of repairing eight -year old
equipment damaged by accidents, civil disturbance and nornnal deterioration
and i.ncreasinq fire fleet operation; and
jNTlERFA,S, tiie City Manager and the Director of the Department of
Fire, Rescue and Insl-ction Services recormrend that the bid received from
Southern Coach be accepted as the lowest responsible and responsive bid;
NOt ,�, THEREMRE, BE IT RESOLVED BY TINE Ca24ISSION, OF THE CITY OF
MIAMI, FIDRIDA:
Section 1. The March 23, 1984 bid of Southern Coach for furnishing
Labor and Materials for the Refurbishment of Fire Pruilier Apparatus -hose No. 5
to the Department of Fire, Rescue and Inspection Services at a total cost of
$10,323.44 is hereby accepted with funds therefor }rereby allocated from the
1981 Fire Apparatus Acquisition, j�oplacc,�iient and A)dificati-on Bond Fund.
Section 2. That the City Manager is hereby authorized to instruct
CITY COMMISSION
MEETING OF
f
MAY i o lt;t;,t 1
RESCi i:�, ...'t ..1ll..1
i
the Purchasing Agent to issue a Purchase Order for this service.
PASSED AND ADOPTED this 10th day of May 1984
Maurice A. Ferre
MAURICE A. FERRE
M A Y 0 R
ATTEST:
RMPH G. ONGIE, CITY CLEPlq"
PREPARED AND APPROVED BY:
ROBERT F. CLARJ�
DEPL)TY CITY ATTORNEY
APPROVED AS TO MP-M AND CORRECTNESS:
84-565
IT" I Refurbish h Repaint Fier Vehicle "5(llose Tri,61DATE IRIDS RICEIYEQ - h 23 1983 3:00
TYPE OF SEciTF.I7N
BIDDER
TOTAL
Erilno Body Shop
195 N.W. 71 St.
`iir,mi., Florida 331.50
$3,800
3 Points Paint & Body Shop
3566 N.W. 32 St..
Mi.aml, F1cSr4.dn 331-42
$14,759
_
Reclhtien Tnternational Trucics,Inc.
7227 N. W. 74 Ave.
Ninmi, F1-ori.da 33166
$19,092.50
Sothern Coach
1705 N. ld. Pine Avenue
Ocala, Florida 32670
$10,323.44
'Fremont Body Shop
2201 North Miami_ Avenue
'Miami_. Florida 33127
$12,980
NO BID:
SEB Equipment, Inc.
EVF, Inc.
First ResponQ, Inc.
Aero Products Inc.
Callahan Motor Co., Inc.
Cecil & Bruce Truck Eqq.
� e� i w � b a�� �i � G► E�� 1w� r t �€ f �.........�..®.i...d.,. o �� usy al
IK Ix-toukytku
�-
i. 5r
LEGAL ,ADVERTISEMENT
BID NO. 83-84-51_
Sealed bids will bA receinvcd by thf- City Manager and City Clerk
of the City of Miami, Flcn.Jda not later thz,3n
3:400 p.m. March 23, 1984 for furnishing
All Labor and Materials to Refurbish and Repaint
Fire Vehicle 1#5 (Hose Truck) foi the Department of
Fire, Rescue and Insoection Services.
Ordinance No. 9775 esUA)lishcd a goal of Awai ng 50 of the City's
total dollar volute of all e-.g3e, sixes for All Gods and Services
to Black and Hispanic Minority Business Enterprises on an equal basis.
9
Minority Vendors ulho am interested in sulmitting bids and ceio are not
registered with the City as minority vendors are advi.sed to contact
the City Purchasing Office, 1145 I.W. 11th Street, P.00:n 126, Telephone
579-6380.
Detailed s1_::vcifications for the laid are available urn request at the
City Office.
The City I•Smager may reject all bids and readvertise.
(Ad No. 0068 )
Howard V. Gary
City Manager
84-,564.
n)
F.
(-041
REOUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
Purchasing F,-)
DEPT/DIV.
0068
ACCOUNT CODE 280114-6N)
DATE V.�.. 4 PHONE_ 31 Cl APPROVED BY:
-De
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement CS-1p- (I ) times.
(number ottimes)
Type of advertisement: legal classified display
(Check One)
Size:
Starting date of 1qJ34
First four words of advertisement: Dic! !,to. 11-134-51 Scolf-,1 1-ji,3-- will he
Remarks: —All a,-)d_L'1�ate_rLq1s to Fire V(�-.Idclg jji�_,
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
q
B-2
C-3
0-4,
E-5
F3
F4
F5
F7
F8
F9
F10
Fil
F12
LINE
TRANS
VOUCHER
—
Y DUE DATE Y Mtn 0 D
Adv, Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
T-T—
2
18 ')6
25 3 15 50 51
0- 2
6 V P 1213 14 15 DESCRIPI )ON 36
57 t;."
--T 1, 1—
64 DISCOUN I (,(I!
0 6f)
71
111-]
AMOUNT 80
3
4 7
0
_012]0]
1
T1_1TM_M
White - Purchasing Green - Finance Pink - Department
Approved for Payment
84-56t
1-1
95 CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO. Howard V. Gary
City Manager
C - Z)_ -4- Acting
FROM: C. D. F�abyan, cting Director
Dept. of Fire, Rescue and
Inspection Services
DATE: April 10, 1984 FILE
SUBJECT, Recommendation for Resolution
and Award of Bid No.83-84-51
Refurbish Fire Vehicle - Hose
Truck No. 5
REFERENCES!
ENCLOSURES:
It is recommended that the Award of
Bid and a Resolution be passed accept-
ing the most advantageous Bid as re-
ceived from Southc.,3n of Ocala,
Florida for rc1'ur1hjf7-hJnF,, one fire pump-
er apIT-aralu!' - 311o.x No. �. Southern Coach
submitt.cd the lovrt-.I_ 11,1.d (t1_0,323.44)
meeting
The apparatus being refurbished is a 1976 Oren 1250 gallon per minute
pumper assigned as a front line apparatus as Hose 5. It has many damaged
areas as a result of miscellaneous accidents, normal deterioration, and
the 1980 civil disturbance.
Funds for this purchase are provided in Project #309023-280-114-670
which is entitled Fire Apparatus Acquisition, Replacement, and Modification.
CEF: FKR: ik
cc: Adrienne MacBeth
f
84-5(;L-
AWARD OF BID
Bid No. 83-84-51
ITEM: Refurbishment of Fare Pumper Apparatus/
Hose No, 5
DEPARTMENT: Fire, Resclae and Inspection Services
TYPE OF PURCHASE: Single Purchase
REASON: Repair equipment damage due to accidents,
civil disturbance and normal deterioration,
and to increase fleet operation.
PO=IAL BIDDERS: 28
BIDS RECEIVED: 5
TABULATION: Attached (Breakdown below)
Bidder Minority Classification Total Bid
Bruno's Body Shop Black $ 3,800.00
Southern Coach Non -Minority 10,323.44
Tremont Body Shop Hispanic 12,980.00
Three (3) Points Paint & Body Hispanic 14,759.00
Rechtien Innt.017national Non-117.inority 19,092.50
MIWRITY. 11;�I l' i i'1=PNI'TMI: Bid Invitations sent to nine (9) Black and Four
Fi2.�i` aSli,' .'il'i.ilr::..:;^`- liaving inJjcz',t_(:1 1"11;-ix :in%,oI.vcnY_,nt in "Avitaiotive"
goods -ci vi-ce,: t}7`_'.a r City ni (_iri(A- ;,I -,A icati on s, and "a uto/truck
R:efurbishinq" O'zii))t i,nfornril. City Bids.
Three (3) minori.t.ic,,
Black fizm-,:
Hispanic f irms :
BID EVALUATIXT:
Stec if ications
Bruno's s s:,o�� }
'Mr-ce Point-s Paiazt & Body
Tremont Bo iv SAD
1981 Fire Apparatus Acquisition, Replacement
and Modification Bond Fund.
The law bid of Bruno's Body Shop is not recommended
for failure to meet the following specifications:
Replacement of several specified stainless
steel, unrepairable, and/or missing items
(front btugper, diarmnd plate, end caps,
fender scuffplate, trim moldings)
Bidder
Repair Only (no allowance
for non -repairable or
nonexistant items)
Remove Boxes, brackets, trimplates, etc., Prime and repaint only
remove hidden rust, prime, repaint. (no allowance for labor
to remove items and rust
underneath)
Urethane paint Laquer paint
The next lowest bid of Southern Coac)7 meets all
specifications and is reciui2nded. Following is
an analysis of the invitation to bid.
Page 1 of 2
54-56"",
Number of Bid Number of
Catecaory Irritation Mailed Responses
Prior Bidders
Black American 0 0
Hispanic American 0 0
Non -Minority 0 0
New Bidders
Black American 9 1
Hispanic American 4 2
Non -Minority 15 2
Courtesy Notifications G -0-
"No Bids" - 6
Late Bids 0
Totals 34 11
Reasons for "No Bid" were as follows:
1. "Unable to bid due to policy change."
2. "Not in paint and body business."
3. "Do no,: work onfare cTiip;�^.ait.
4. "Unable to sulyiiit a hid at tl-d.s time."
5. "Our- facility is not ready to do this type of work at present time."
RDO(XIMENDATION.: IT IS =XO D tDED THAT TiiE AWARD BE MADE TO
sounmRN oDACii IN THE TC?TAL kkio NT OF $10, 323. 44 .
Purchasing Agent
Date
The above award meets the requirements of the Departs t of Fire, Rescue and
Inspection Services, and approval is recnded
Z,— 7 V
Direc
Date
The Minority Vendor officer
the above recommendation.
A---A-
Officer
� , 2-
Date
Page 2 of 2
84--5f5
r fr
TA8UL.ATIQNij'- 0 -- �— � =0R
Pg ,BISH FIRE-MH91, 5 Bid �'o. 83-84-51
- city Mona9•r, City C1•rk
R•c•t.•d by City of L1;cm;, `10„ j ,. March 23. 1984 �3s3P of 1
Southern Cca-< ate. .e._cf1 Stop
3 Points BodySt
Pechtierl Int.
a,d_er
Bruno Body Shop
1 l cer seo S ln}uree as Per City Code $ M, ro Ord.
d�3: �€A43u t MINORITY CLASSIFICATION
Black
Non—?iinp:ci --
-
_ti
IrrrG�l�rehrp
ttrr
(IESC=fPTiC�tE
q
$U4^,Tt
Unit
Pnc•
Total
Unit
as ^... 6ot�!
Pricera
lint
o.ic.
Total
iin;t
?nca
Total
Unit
Sri=9
i:rai
I 4 i� I��u C i or✓$
�• CI"Y $Vffur crTroot _v!`tfC
Y 51,rr er //
e-/iJc ..Z
3 qO0.
/1/ON�"
;0 Z�'
� � •�•�`; i
i
i4
1q, �iSri. �9
f
1
- ;
y
C/
/iJONC
4 , ? 79 H
54, 2ls r
ev/ DV4J .
Car~�,�t�ro^' '%ih�
3- •�"= '�`;_aw �'.37'
�'� Df+73
�> +
I Vv R t-x
1
i
�
�
#(( /F f#u�rr�-�EG•F}Gc. / cl`�
f- --- ---._
� .. - : _-----�--�--r•--=—ter
elf---`i
_ -� - �_._______._-'
0