Loading...
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