Loading...
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