HomeMy WebLinkAboutR-85-0376y
J-85-349
G
RESOLUTION NO.
g:
A RESOLUTION ACCEPTING THE BID OF RECHTIEN
j
INTERNATIONAL FOR FURNISHING ALL LABOR AND
MATERIALS TO REFURBISH AND REPAINT A FIRE
m`
VEHICLE, TO THE DEPARTMENT OF FIRE, RESCUE
AND INSPECTION SERVICES AT A TOTAL PROPOSED
y
COST OF $14,462.50; ALLOCATING FUNDS
THEREFOR FROM THE 1981 FIRE APPARATUS
ACQUISITION, REPLACEMENT AND MODIFICATION
BOND FUND; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE ASSISTANT CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR THIS
SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received March 4, 1985 for the furnishing All Labor and Materials
to Refurbish and Repaint a Fire Vehicle to the department of
Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to 13 potential
suppliers and 2 bids were received; and
WHEREAS, funds for this purchase are available in the
1981 Fire Apparatus Acquisition, Replacement and Mofification
Bond Fund; and
WHEREAS, this equipment will be used by the Department
of Fire, Rescue and Inspection Services for the purpose of
repairing old equipment; and
•3:
WHEREAS, The City Manager and the Director of the
3-
Department of Fire, Rescue and Inspection Services recommend that
L
the bid received from Rechtien International be accepted as the
lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
Y
CITY OF MIAMI, FLORIDA:
,,--
Section 1. The March 4, 1985 bid of Rechtien
International for furnishing All Labor and Materials to
refurbish and repaint a Fire Vehicle to the Department of Fire,
Rescue and Inspection Services at a total proposed cost of
w.=
a
$14,462.50 is hereby accepted with funds therefor hereby
allocated from the 1981 Fire Apparatus Acquisition, Replacement
and Modification Bond Fund.
CITY COMMISSION
MEETING OF
APR 11 1985 1
RESOLUTION tru, SS 37f
REMARKS. ___._
F.
t
1
Section 2. That the City Manager is hereby authorized
to instruct the Assistant Chief Procurement Officer to issue a
Purchase Order for this service.
PASSED AND ADOPTED this 11th day of April 1985.
MAURICE A. FERRE
MAURICE A. FERRE
i MAYOR
ST:
LPH G. ONGIE, CITZME—RO
PREPARED AND APPROVED BY:
00,
ROBERT F. C ARK
DEPUTY CITY
ATTORNEY
APPROVED TO FORM AND CORRECTNESS:
LUCIA A. DOUG ERTY
CITY ATTORNEY
SS-376
0
i
Pow
BID SECURITY
i1�tE `Ibi Rttt�rtpMarch 4, 1985 2 :00 pm
Afnerican LaFrance _Aerial Apparatus
84-85-48
flip $lt=lf
410go ed 1*6 40,040 roivlb9d 6100B AN —der o► IL..
LEGAL ADVERTISEMENT
BID NO. 84-85"
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami, Florida not later than 500 P.M. Margh,
1985 for furnishing All Labor and Materials to Repair and
Refurbish a 1978 American LaFrance Aerial ApparatuiL to the
Department of Fire Rescue and Inspection Services.
Ordinance 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 Vendors who are interested in submitting bids and who
are not registered with the City as minority vendors are advised
to contact the City Purchasing Office. 1145 U-W. llth Street,
Room 126, Telephone 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. 2597)
'
f
i
i
r
Randolph B. Rosencrantz
City Manager
gs- -zS76
85-3'76
cww U ° Nm
RE t UI$1 'II N FOR ADVERTISEMENT This number must appear
in the advertisement.
DEPT+DIV.
ACCOUNT CODE
i
s DATE PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement times.
(number of times)
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
131
117.18
1 125,34
39,42
45
50
51 56
57 62
63 65
66 71
0
1
2
4111
V
P12101212
8171
1
2
314
7
8 V P 121314
15 DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT 80
5
2
0
0
2
0
1
V
Approved for Payment
White — Purchasing Green — Finance Pink — Department
85--376
a..
r
CITY OF MIAMI. FLORIDA
8 INFER -OFFICE MEMORANDUM
t
TO Randolph B. Rosencrantz DATE March 12, 1985 FILE:
City Manager
SUBJECT Recommendation for Resolution
and Award of Bid Bid No. 84-85-48
7Refurbish and Repair Fire Vehicle
FROM K. E. McCullou h, Chief g REFERENCES:
Director of Fire, Rescue
and Inspection Services ENCLOSURES.
It is recommended that a Resolution
be passed and an Award of Bid be given
to Rechtien International Trucks, Inc.
7227 N. W. 74 Avenue, Miami, Florida,
as the low Bidder meeting Specifications
for the Repair of Accident Damage and
Refurbishment of Aerial 6 (A 1978 Ameri-
can LaFrance 851 elevating platform fire
apparatus) at a one time cost of $14,462.50.
This apparatus sustained significant damage to the right side as a result of
an accident earlier this year. In addition, the unit is seven (7) years old
and in need of major body refurbishing and painting due to normal wear and
tear. Mechanically, the unit is in excellent condition and should give us many
more years of satisfactory service.
Funds for this Award are available from the Fire Bonds Project Account
entitled Fire Apparatus Acquisition, Replacement, and Modification.
KEM:FKR:ik
85-3'76
AWARD OF BID
Bid No. 84"85=48
ITEM:
Repair
and Refurbish Fire Vehicle
DEPARTMENT:
Fire,
Rescue and Inspection Services
TYPE OF PURCHASE:
Single
Purchase
REASON:
Repair
of worn equipment
POTENTIAL BIDDERS:
13
BIDS RECEIVED:
2
TABULATION:
BIDDER/MINORITY CLASSIFICATION
ITEM 1 ITEM 2 TOTAL BID
Rec t en international
$2,200.00
$12,`262:50 $14,462.0
Non -Minority
Southern Coach/non-minority
2,010.00 17,500.00 19,510.00
FUNDS:
1981
Fire Apparatus Acquisition,
Replacement,
and Modification Bond
Fund.
MINORITY PARTICIPATION: Invitations to Bid were sent to two
BlacK an three ) Hispanic firms engaged in the automotive
repair services, and body work repair and painting, as located in
these sources:
I. Metropolitan Dade County Minority Vendor Directory
3. Bidder Applications on file in Purchasing
S. Previous formal bids for similar items
BID EVALUATION: The high bidder (Southern Coach) was
low bid on Item #1 - Accident Damage -
by $190. Southern Coach is located in
Ocala, Florida and it is therefore
impractical to split this bid by item
to obtain the accident damage repair
in Ocala and then return the unit to
Miami for the refurbishment work (item
#2). All bids meet the
specifications. Following is an
analysis of the Invitation to Bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders
Black American 0 0
Hispanic American 0 0
Non -Minority 4 2
New Bidders
Black American 2 0
Hispanic American 3 0
Non -Minority 4 0
Courtesy Notifications 10 0
"No Bids" - 2
Late Bids - 0
Totals 23 4
page 1 of 2
85-376
Reasons for ,No Bid" were as follows:
1. "We do not have the facilities to do this type of work at
this time."
"Unable Unable to comply with quick delivery due to work load at
this time."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO RECHTIEN INTERNATIONAL IN THE
I TOTAL PROPOSED AMOUNT OF $14.462.50.
Assistant Chie Procurement O cer
Date
The Minority Procurement Off cer concurs with the above
recommendation.
1Ij O icer
/
Date
page 2 of 2
H'.5"3'76