Loading...
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