HomeMy WebLinkAboutR-79-0130RESOLUTION 79-130
A RESOLUTION ACCEPTING THE BID OF PIERCE MANUFACTURING INC. FOR FURNISHING
FIVE 104'AERIAL LADDER APPARATUS FOR THE DEPARTMENT OF FIRE; AT A TOTAL
COST OF $1,177,583.00; ALLOCATING FUNDS FROM THE FIRE FIGHTING, FIRE
PREVENTION AND RESCUE FACILITIES BOND PROGRAM; AUTHORIZING THE CITY MANAGER
AND THE PURCHASING AGENT TO ISSUE THE PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were received January 25,
1979 for the furnishing of five 104' aerial ladder apparatus for the Department
of Fire; and
WHEREAS, invitations were mailed to 24 potential suppliers and 4 bids were
received; and
WHEREAS, funds for this purchase are available in the Fire Fighting, Fire
Prevention and Rescue Facilities Bond Program; and
WHEREAS, this equipment will be used by the Department of Fire for the purpose
of replacement of obsolete equipment; and
WHEREAS, the City Manager and the Department of Fire recommend that the bid
received from Pierce Manufacturing, Inc. be accepted as the most advantageous
bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The January 25, 1979 bid of Pierce Manufacturing, Inc. for
furnishing five 104' aerial ladder apparatus at a total cost of $1,177,583.00
to the Fire Department is hereby accepted with funds therefor hereby allocated
from the Fire Fighting, Fire Prevention and Rescue Facilities Bond Program.
Section 2. That the City Manager is hereby authorized to instruct the
Purchasing Agent to issue the Purchase Order for this equipment.
PASSED AND ADOPTED this
Attest:
26 day of FEBRUARY
"SUPPORTi E
DOCUMENTS
r-.! ' f .3- f1
V
C_T) 07j9
PREPARED AND APPROVED BY:
Ro$ert F. Clark, Ass' City A torn t. ey
MAURICE A. FERRE
197 9
Mayor
"DOCUMENT INDEX
APP:"' D S TO FORM D CORRECTNESS:
George jg. Knox, Jr •ttorney
79-130
TO:
FriW
SS
cm, OF MIAMI. F!.OnIDA :11
11,117�i'..QF:'!C:.7 '.9E:MOF ANDUM
_ 11 ' (1:
Mr. Joseph R. Grassie,
City Manager
. L. Mullins,
Purchasing Agent
GATE:
SUU.: UT:
FILE:
February 7, 1979
Recommendation for Resolution
and Award of Bid
REFEF?' CE(S:
CNCLc, ur:E`i' Resolution, Award of Bid and Tabulation
Pursuant to public notice, sealed bids were received January 25, 1979 for
furnishing five 104' aerial ladder apparatus for the Department of Fire.
Invitations were mailed to 24 potential suppliers and 4 bids were received as
per the attached tabulation.
Funds for this purchase are available in the Fire Fighting, Fire Prevention,
and Rescue Facilities Bond Program.
The apparatus will be used to replace obsolete equipment.
It is recommended that the award be made and a resolution be passed accepting
the most advantageous bid as received from Pierce Manufacturing, Inc. for furnishing
five 104' aerial ladder apparatus at a total cost of $1,177,583.00.
The Department of Fire concurs with this recommendation.
ALM/mbl
enc.
«SUPPORTi E
DOCUMENTS
FOLLOW"
79-130
AWARD OF BID
Bid No. 78-79-20
ITEM: Five 104' aerial ladder apparatus
DEPARTMENT: Fire
TYPE OF PURCHASE: Single
REASON: Replacement of obsolete equipment
POTENTIAL BIDDERS: 24
BIDS RECEIVED: 4
TABULATION: Attached
FUNDS: Fire Fighting, Fire Prevention and Rescue Facilities Bond Program
CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE , [ f'2%' .
Department of Finance
BID EVALUATION: The bid of Pierce Manufacturing, Inc. is the lowest and best
bid, meeting all specifications and warranty provisions of
the special bid conditions. The bid of Emergency One, Inc.
meets the specifications and appears to be the low bidder by
$19,845.00. However, they require $656,000.00 in progress
payments prior to delivery. They have also taken major
exception to the warranty provision included in the City's
Special Bid Conditions. The advance progress payments would
cost the City more than $20,000.00 in loss of interest
income. These two significant factors make the bid of
Emergency One, Inc. unacceptable.
In addition to the 4 bids received, 5 other potential bidders
responded with 'no bids' indicating they could not meet the
specifications.
RECOMMENDATION: IT IS RECOMMENDED THAT THE BID OF PIERCE MANUFACTURING, INC.
BE ACCEPTED.
The Department of Fire concurs.
1t c I", i.fl !, 1!-'
MI-
urchasing Agent
ate
79-130
TABULATION QF RIDS FOR
hIDkQ -7C3 79-20 ; FicE (S) 104 'AERIAL [ADAF
A
Cry !Nana,.., 30 .,; JANIJAi'_i
ry Clock, City of M,omi, Flondo or d:
Recnred by rh. Cry Comm.rsuon. an, City
4�, 1 7rk
�
Brdter lc. rEN-ftAh;(KE11A1)i P ici=r;•Ili- Eit--k •met CIC-.
t1E1.Yi- MR:-
_•tensed S Ins..raa as Per City Cada 3 Metro Ord. I
3•d Bond Amc..nr Sy:. i -> `c• iyc
) Z°
,rreQulorrr,ee • NUI.;:.
NOp;r ! tiC.V L
Ne,I,I✓
. lrem I un,r T
Tarol
No.DESCRIPTION I Total
Unit I Un,r
Total I Toro;
Pr,ce Pace
Un,r
Toro!
°rrce
Unir Unrr Tual
Tara! Pnce
Pnce
'FlvE(S) I44'AciuAL LAn0t2T1,'t,'Ct.',r1 ! E
I w i 714 Ml/11J DATt.!�ti' ['I it:41(11-r/1.,'r
-
t.;iphlc-�17" 2551,3?. I27tMa 127.3.64z,
I,'- f.:21G 22€,,Icftt13z,0kb
2.3I, 13:121 ),CL•'
--,
c (I) NUrcr r LIFE i (,95t
95(•co r,42 .7i
G,4lp•r7218x7,1e�.cr- (i 748er
G 3F,2 ai(•3i.•2.cr
,TAWS
i'n;E(1) tiETTtI;SAir RAr- LIFf11.;6,1fSiEh1 i . tG`fh.
3;Cq(•y:;I 3,crpc.
.3,c1Ac?ooi 39.cr 39.cc.
z1iR7.c•e 2,387cc
•3
'Ghc(I) EXTRA SFr G1= E>Q0Q1`;L L.Pb -F5 i 2,(cLF1.
2,1,2Y,'ir,1.3 2-P
-3ZR-;co _3942. 3 942.cc
I, 772. 1772.eo
4
`i IOKE(I) ELEcric CAREF 1 31S.
_31S- GI'I 9(';F;,
()CP.ra: 3.S4. 3S4.or
24-.2. ?42.c?
ECL.
'R&R.(4) RADIO RR. AE'A('A VC Ir(034. f: 53c,.criO4-0•
(,(,147:cci,9'1(.:. II;3F4.c,
I F:24. 7,z94-.a
7 O (1) ELtCi,CAL ( kL=PATO(2. 704-.
7C4 61+ (41C'.
Ole CC: I; z57- I,2- ?. et,
439 . 439 cry
- i
1,2`i%.39R'I —
9c,032_A_ — 11517,3
— 1L77,5F3
.TGTAL ITE-IS I mat 7 - -
1
1
---
}tEFTS
.-.) I MEM I
; cr;., ' itiCrrl ; siEcs.,
E 'S =CS ..
`
.
Rig TAI;,
S 110i TAkt:51
ROT a_-4 ;IRCS
AI.%ALL . -CIAL-
Lyft-i itt43
TO I rxce riot.
TO IPC'C,.(Z .ICE--
CGN711Gt1.S
! 1 V-CiAL C
1JQI 101.1S*_GIRL C(1.11)I11G1`S
PLr- PIMF►vTS
t) Legirral (iy
Avn TAkr= s
ci -16 h11Ah11
--I
r--
FxciTTI,N TO
gilt' ;----- -
___WAPCAEKTY
_ i
i
i
1 rmER6E.rcvaA16; /NG. To7711-1
11 7113:4
ADD: L-OsS 110MIREIII Tn
pF
' + cC ifl' vn1 16656,00d,, r"1
•
. pQ EG i(,=ss pa YMc.J
zo, avde
I
M 4EsivGYONC; /n(C. APJvsr0 'IOTA L
• lr 1i.21...: _L�
•
BID SECURITY
104 ft. aerial apparatus for
ITEM Fire Department
Fire Dept
January 25, 1979
DATE BIDS RECEIVED
BIDDER
TYPE OF SECURITY
AMOUNT
FOR
ACCOUNTING
USE
Emergency One Inc
B.B. 5Y
11
1.+.
1701 S.W. 37th Ave.
Ocala, Florida 32670
Ladder Towers
51 Industrial Circle Corestoga
Valley
Lancaster, Pa 17601
Oren Roanoke Corp
B.B. 5';'
Vinton, Virginia
Pierce Manufacturing INc.
B.B. 5°_
' f- /
'.,
Box 2017 2600 American
Drive
Appleton, W., 54911
Hahn Motors, Inc
Hamburg, Pa
No bids
Gator Emergency Vehicles
tlearwater,Fla.
Snerkcl Division A.T.3.
of
St. Joseph Missouri
Inc.
Eagle Fire Trucks
Ward La France
Belleview Fla.
County Fire Fquip
Tampa Fla.
Received the above described chocks this
day of
19
11111 11111 1111111011•111,11•111111r..1
FOR ACCOUNTING DIVISION
i
CITY OF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
RECEIVED
21 Ai:1 8:U3
1
DEPT/DIV L.l:y o. "-A.
ACCOUNT CODE
Q BID NO DATE
Z PREPARED BY PHONE
COCE
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
DATE DATE DATE DATE DATE
AMOUNT AMOUNT AMOUNT
ITEM DESCRIPTION
QUANTITY
UNIT
PRICE
AMT.
TOTAL
1
ESTIMATE(; COST : APPROVED BY
CONTRACTUAL:
INCIDENTAL :
TOTAL
,OIJRCE OF FUNDS:
BIDS TO BE SECURED FOR
FOR THE DEPARTMENT OF:
ADVERTISE ON
BIDS TO BE RECEIVED ON
DIRECTOR OF ISSUING DEPARTMENT
I„h, I:II.dtnb�
Ei PE NDITURE CONTROL :
PI'OJEC.T CODE
FUNDS AVAILABLE FOR PROJECT INVOLVED
AD CODE
EXPENDITURE CONTROLLER
(.()I!! y 1') r Purr basing (Org./ — City ,Nanitger — l.ity, (.(rrk — Fxli vditure Luatn)l — I ssuiug Department — Other Affected Department
WHITE (;REEK PINK CANARY BLUE GOLDENROD
1(.4.1 Nf y 74
Rev. 10-1-78
Legal Advertisement
Bid No. 78-79-20
Sealed bids will be received by the City Manager and
City Clerk of the City of Miami, Florida no later than
ten thirty a.m., January 25, 1979
•
for furnishing four (4) 104foot aerial apparatus for the
Miami Fire Department
in accordance with detailed specifications available
upon request at the office of the Purchasing Agent,
Purchasing Division, 3318 Pan American Drive, Miami,
telephone 579-6380. The City Manager has the power to
reject all bids and readvertise.
J. R. Grassie
City Manager
t_