HomeMy WebLinkAboutR-85-0128�;.
J-85-83
RESOLUTION NO. 85 JL28
A RESOLUTION ACCEPTING THE BIDS OF SOUTHERN
COACH OF OCALA AT A COST OF $5,476.00 AND
RECHTIEN INTERNATIONAL TRUCKS AT A COST OF
$6,290.00 FOR FURNISHING ALL LABOR AND
MATERIALS TO REFURBISH AND REPAINT TWO (2)
FIRE VEHICLES TO THE DEPARTMENT OF FIRE,
RESCUE AND INSPECTION SERVICES AT A TOTAL
PROPOSED COST OF $11,766.00; 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 PURCHASE ORDERS FOR THIS
SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received January 2, 1985 for the furnishing of All Labor and
Materials to Refurbish and Repaint two (2) Fire Vehicles to the
Department of Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to 32 potential
suppliers and 3 bids were received; and
WHEREAS, funds for this purchase are available in the
1981 Fire Apparatus Acquisition, Replacement, and Modification
Bond Fund ; and
WHEREAS, this service will be used by the Department of
Fire, Rescue and Inspection Services for the purpose of repairing
old equipment; and
WHEREAS, The City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bids received from Southern Coach of Ocala and Rechtien
International Trucks be accepted as the lowest responsible and
responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The January 2, 1985 bids of Southern Coach
of Ocala at a proposed cost of $5,476.00 and Rechtien
International Truck at a proposed cost of $6,290.00 for
furnishing all labor and materials for the refurbishment of two
(2) Fire Vehicles to the Department of Fire, Rescue and
Inspection Services at a total proposed amount of $11,766.00 are
hereby accepted with funds therefor hereby allocated from the
CITY COisiP.11ISSION
FEB 14 1985
J-85-83
RESOLUTION NO. 85 JL28
A RESOLUTION ACCEPTING THE BIDS OF SOUTHERN
COACH OF OCALA AT A COST OF $5,476.00 AND
RECHTIEN INTERNATIONAL TRUCKS AT A COST OF
$6,290.00 FOR FURNISHING ALL LABOR AND
MATERIALS TO REFURBISH AND REPAINT TWO (2)
FIRE VEHICLES TO THE DEPARTMENT OF FIRE,
RESCUE AND INSPECTION SERVICES AT A TOTAL
PROPOSED COST OF $11,766.00; 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 PURCHASE ORDERS FOR THIS
SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received January 2, 1985 for the furnishing of All Labor and
Materials to Refurbish and Repaint two (2) Fire Vehicles to the
Department of Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to 32 potential
suppliers and 3 bids were received; and
WHEREAS, funds for this purchase are available in the
1981 Fire Apparatus Acquisition, Replacement, and Modification
Bond Fund ; and
WHEREAS, this service will be used by the Department of
Fire, Rescue and Inspection Services for the purpose of repairing
old equipment; and
WHEREAS, The City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bids received from Southern Coach of Ocala and Rechtien
International Trucks be accepted as the lowest responsible and
responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The January 2, 1985 bids of Southern Coach
of Ocala at a proposed cost of $5,476.00 and Rechtien
International Truck at a proposed cost of $6,290.00 for
furnishing all labor and materials for the refurbishment of two
(2) Fire Vehicles to the Department of Fire, Rescue and
Inspection Services at a total proposed amount of $11,766.00 are
hereby accepted with funds therefor hereby allocated from the
CITY COisiP.11ISSION
FEB 14 1985
i9 1 Eire APParatua Adquiait oti,
w
Replacement,
and Modific�tion
Section 2- 'ghat the City Manager is
hereby authorized
to instruct the Asaiatant Chief
Procurement
officer to iasue
Purehaae Ordera for this service.
PASSED AND ADOPTED thig__14th
day of
_rebruary, ,,_1985.
Maurice- A. Perre,
14AURICE A. FERRE
MAYOR
ATTESTt
C
RALP G. ONGIE, CITY CLEAX
PREPARED AND APPROVED BYt
DEPUTY CITY ATTORNEY
AND CORRECTNESS:
I
BID SECURI"
nW Repaint (2) Vehicles -Fire Department 0ATE E101 RECEIVED January 2, 1985 _2;0.0P,M
84-95-29
TTPE OF SECURITY
lccotved 1�6 *&two AloWbo/ e6ocks Al boy 0�
r
V -
LEGAL ADVERTISEMENT
BID NO. 84-85-29
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami, Florida not later than 2.00 P.14--
January 2, 1985-°for furnishing All Labor and Materials to
Re furbi-sh and Repaint Two(2) Vehicles - one ( 1 ) 1977 Stake Body
Truck and one ( 1 ) Rescue Vehicle #99 - for 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 contract the City Purchasing Office. 1145 N.W. 11th 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. 2582)
Howard V. Gary _
City Manager
.r,
-
71
C-J
! 1
1
Ln
CJi
GJ
Af -
n()
aM / V U U U um
REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
-'I DEPT/DIV.
ACCOUNT CODE
DATE PHONE APPROVED BY:, t
i
PREPARED BY
i.
Publish the attached advertisement
j (number of limes)
Type of advertisement: legal classified display
(Check One)
Size: _ Starting date
First four words of advertisement:
DIRECTOR OF ISSUING DEPARTMENT _
times.
i Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
OATE(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
13
1 11718
25.34
39
42 45
50.51
56
57 62
63 65.66
71
0
1
2
1411
V
P
210121
218
17
1
2
3
4 7
8 V P 121314
15 DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing Green — Finance
Approved for Payment
Pink — Department
85-12s
i 1 -
.r
n�
�t
{
A
a
41 ,
Ft5""
CITY OF MIAMI. FLORIDA
g INTER -OF _M;MORANDUM
i ;'�
2'
TO. Randolph B. Rosencrantz �" ' DATE` January 4, 1985 FILE:
City Manager
SUBJECT: Recommendation for Resolution
and Award of Bid - Bid No. 84-85-29
Refurbish Two Fire Vehicles
FROM: AhieK. E. MCCullo h, D ector REFERENCES:
Department of Fire, Rescue and
Inspection Services ENCLOSURES:
It is recommended that a Resolution be
passed and Award of Bid for above sub-
ject Bid Number be split and awarded as
follows: —
r
Item #1: Rescue Unit #99 - Recommend
this item be awarded to Southern Coach _
of Ocala, Florida as the lowest Bidder
meeting Specifications for a one time
cost of $5,476.00.
Item #2: Stake Body Truck - Recommend
this item be awarded to Rechtien Inter-
national Trucks of Miami, Florida as the lowest Bidder meeting Specifications
for a one time cost of $6,290.00
Item #1, once restored, will be assigned to the Fire Training and Safety
Division to complete their complement of fire apparatus used for training
purposes.
Item #2 is presently assigned to the Fire Garage as a utility and delivery
vehicle and will return there once restored.
The total amount for these purchase is $11,766. Funding shall be provided
from Project Code 313219-289901-670 entitled Fire Apparatus Acquisition,
Replacement, and Modification. -
KEM:FKR:ik
85-12S
CITY OF MIAMI, FLORIDA
9 INTER -OFFICE _MgMORANDUM
To. Randolph B. Rosencrantz DATE: January 4, 1985 FILE:
City Manager
Y/K& /w��
FROM' hie K. E. McCullo h, D ector
Department of Fire, Rescue and
Inspection Services
SUBJECT: Recommendation for Resolution
and Award of Bid - Bid No. 84-85-29
Refurbish Two Fire Vehicles
REFERENCES:
ENCLOSURES:
It is recommended that a Resolution be
passed and Award of Bid for above sub-
ject Bid Number be split and awarded as
follows:
Item #1: Rescue Unit #99 - Recommend
this item be awarded to Southern Coach
of Ocala, Florida as the lowest Bidder
meeting Specifications for a one time
cost of $5,476.00.
Item #2: Stake Body Truck - Recommend
6
this item be awarded to Rechtien Inter-
national Trucks of Miami, Florida as f
the lowest Bidder meeting Specifications
for a one time cost of $6,290.00
P-
Item #1, once restored, will be assigned to the Fire Training and Safety
Division to complete their complement of fire apparatus used for training
purposes.
Item #2 is presently assigned to the Fire Garage as a utility and delivery
vehicle and will return there once restored.
The total amount for these purchase is $11,766. Funding shall be provided
from Project Code 313219-289901-670 entitled Fire Apparatus Acquisition, —
Replacement, and Modification.
KEM:FKR:ik
85--12£
AWARD OF BID
Bid No. 84-85-29
ITEM:
Refurbish and Repaint two Fire
Vehicles
DEPARTMENT:
Fire, Rescue and Inspection Services
TYPE OF PURCHASE:
Single Purchase
REASON:
Repair of worn equipment
POTENTIAL BIDDERS%
32
BIDS RECEIVED:
3
TABULATION:
Attached
FUNDS:
1981 Fire Apparatus Acquisition,
Replacement and Modification Bond Fund
MINORITY PARTICIPATION:
Invitations to Bid were sent to ten (10)
Black and sixteen
16) Hispanic firms engaged in Automotive
Repair Services and
Body Work Repairs and Painting, as located
in these sources:
1. Metropolitan
Dade County Minority Vendor Directory
2. Bidder Applications on file in Purchasing
3. Previous City
bids for this service.
No Minority response
was received.
BID EVALUATION:
All bids meet specifications.
Following is an analysis of the
invitation to bid:
Number of Bid Number of
Category
Invitations Mailed Responses
Prior Bidders
Black American
1
1
Hispanic American
2
0
Non -Minority
2
12
New Bidders
Black American
9
0
Hispanic American
14
0 —
Non -Minority
4
0
Courtesy Notifications
9
0
"No Bids"
-
4
Late Bids
-
0
Totals
43
6
Reason for "No Bid" was as follows:
1. "Unable to submit bid."
2. "No bid due to territory restraints."
3. "We cannot perform this work."
4. "No Bid due to scope of work."
page 1 of 2
Tf`
-
d
4
GI"
P,,tkt _
yy
� V
-3 �
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO SOUTHERN COACH OF OCALA IN THE
AMOUNT OF $5,476.00, AND RECHTIEN
INTERNATIONAL TRUCKS IN THE AMOUNT OF
$6,290.00, FOR A TOTAL PROPOSED AMOUNT
OF $11,766.00.
Assistant Chief Procurement O lcer
Date
The Minority Procurement Officer concurs with the above
recommendation.
O f T1cer
Date
page 2 of 2
85-128
IT 19 RECOMMENDED T14AT THE AWARD BE
MADE TO SOUTHERN COACH OP OCALA IN THE
AMOUNT Op $5,476,00, AND RECHTIEN
INTERNATIONAL TRUCKa IN THE AMOUNT OF
$6,200-00o FOR A TOTAL PROPOSED AMOUNT
OF $11#766,00,
Aseristant Uh-T;fProcurement
//�Ar
Date
The Minority Procurement officer concurs with the above
recommendation.
Otticer
TABULATIQN. OF BIDS FOR
REETIRRISH TWQ (9) FTRF. VFHTrT.Fg • BID NO. 84-85-29
City Manager, City Clerk 2 � 00
Recerwed by City of Miami, Florida at P. M. iARV PACE 1 of 1
REC#776,- yc
o4 ERN O
j%Dr+crMir /RE cite
L-crr•sea 1 Insurro -is r-.r City Code 3 Metro Ord.
B•d Bond Amount
Irrepulorities '
Isere,
No.
OESCRIPTiON
`U4NTt
Unit
Pnce
Total
Unit
?rice
Total
Unit
Price
Total
Total
fins
Total
Unit
Price
Total
Unit
Price
Total
I
QESCUF UNIT 9
/
6302.93
16 3oz.[3
1079.o9
15-V71.00
4 4900o
0
0.
A4 4fau
2
TA F o "ac
l
'�[ zlo.Sa
6 2la. so
7 S3a o+
17 S'30 oo
/o gg0.00
>y o 8
Iry 7 acq-rjo!`/ _ Gi¢ LL#.ror
qw
40