HomeMy WebLinkAboutR-83-1044.1-83-988 It k*
RESOLUTION NO. "j3—JL0 44
A RESOLUTION ACCEPTING THE BID OF R.P.M.
DIESEL, ENGINE COMPANY, INC. FOR FURNISHING
ONE (1) TRUCK TRANSMISSION TO THE DEPARTMENT
FIRE, RESCUE AND INSPECTION SERVICES AT A
TOTAL COST OF $11,692.00; ALLOCATING FUNDS
THEREFOR FROM THE PRIOR YEAR RESERVE FUND
AND THE 1983-84 OPERATING BUDGET OF THAT
DEPARTMENT; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE PURCHASING AGENT TO ISSUE
A PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received October 7, 1983 for the furnishing of One (1) Truck
Transmission modified for use on Fire Apparatus to the Department
of Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to 24 potential sup-
pliers and 6 bids were received; and
WHEREAS, funds for this purchase are available in the
Prior Year Reserve Fund and the 1983-84 Operating Budget; and
WHEREAS, this equipment will be used by the Department
of Fire, Rescue and Inspection Services for the purpose of
providing spare replacement equipment to reduce service time for
Fire Apparatus; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend
that the bid received from R.P.M. Diesel Engine Company, Inc.
be accepted as the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The October 7, 1983 bid of R.P.M. Diesel
Engine Company, Inc. for furnishing One (1) Truck Transmission
to the Department of Fire, Rescue and Inspection Services at a
total cost of $11,692.00 is hereby accepted with funds therefor
hereby allocated from the Prior Year Reserve Fund and the 1983-84
Operating Budget -of that Department.
CITY COMMISSION
MEE`I'ilVG OF
N 0 V ] G 1983
R1S0L!Ii1j;i3-104
REYI��,AS
10
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Agent to issue, a Purchase Order for
this equipment.
PASSED AND ADOPTED this 16th day of tiutcMb1983.
ATTEST:
QALWr/ G. ONGIE, CITY CLkPR
PREPARED AND APPROVED BY:
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
C.
OSE A. GARCIA—PEDROSA
CITY ATTORNEY
�lauricc A. Ferre
MAURICE A. FERRE
M A Y 0 R
83-1044
0 _ . 1_-.. -t 0
fic,tt r r,? V . G:t r. }
C i t y
U.i t- c r r c f" t' i rc, Rescut.,
In::lt_'1_`. t tl ;,t-,tviCe—, Do}.),It t
J -*2,96�
Urtnht- 24, }983 r
for Resolution
of Bici No. 82-83-73;
For City Coi,,)mtssion Meeting of
Nova-:-•} r 10 , 198 3
A,.;_ir,i of Bid and Resolution
It i5 recor:: .: 1 th.�+_ tilt Pro11osed
R,--s-)lution ,a_io�,tt .1 h) - the City Com-
m i :, i r,ri ac: r = i"ng the Bid f rn:-i RPM .t
t:
( ig�___1_F,nyln_ Cor.)L�any o` Vt. hau.lcr�lale► ���, �=
FIai-ida, as th• lowest, birl,l,:,r meeting
s,)eci.f icat ic)::S to 1-11-c,vi'?c otic Fire Truck
Tran rlis: ic)r. at a one-time total co-3t of
$ ! 1 , 69? . Oil-.
This tr-,tn:s;:lission will be utiIizocl by the First Garage as a
sp;11-_, unit to cut down ^n out-of-sol-vice ti;r,.�2 of fire
appl-tratus due to major transmi.s .ion difficulties.
Normally, transmission overhaul necessitates a four to
five week down time of erI)_t ipmen t and purchase of the
subject transmission will enable equipment to be returned
to service within two to three days.
Furl1in,J fi)r this 1-,urc1,:.rse is as follows:
$9,321..00 - 1982-23 General Fund Account Code
280701-702 "Fire Garage Repair Parts
Automotive" encumbered by Requisition
No. 33573.
2,371.00 - 1983-84 General Fund Account Code
280701-702 "Fire Garage Repair Parts
Autolmotive . "
$11,692.00 - TGTAL
HWB : FKR : nun
83-1044
Page 1 of 2
g3mw1044
AttiA[RD 0'-, i3ll)
or
Bid No. 82-83-73
ITEti,: fin(_ True Transr,issi_on
DEPA1R M1'a1 : F� ro, Rl_:iCUe ari : 11is .C`L't iO1l SC'T"t'1CL
TYiI}'..-OF
REASON: To provide spire replacement equipment for
hire Al aratus
POTENTIAL BIDDERS: 24
BIDS RECEIVED: 6
TABULATION:
Minority
Bidder Classification Total Bid
All
equipment Parts, Inc.
Hispanic
$9,000.00
L.A.
Chevrolet, Inc.
Hispanic
10,443.40
Pitts
Engine and Transmission,Inc.Non-Minority
11,019.81
RPM
Diesel Engine Co., Inc.
Non -Minority
11,692.00
Gus
Machado Buick
hispanic
12,863.75
Key
Power, Inc.
Non -Minority
13,855.00
FUNDS: Prior Year Reserve Fund and 1983-84
Operating Budget
BID EVALUATION: The following low bids received were
determined unacceptable for failure to
meet the specifications indicated.
1. All equipment Parts, Inc.: Transmission bid did not include the
Trans Lock -Ups as specified, and offered anot'r.er model Torque
Converter in lieu of the TC-499 required.
2. L.A. Chevrolet, Inc.: Transmission bid did not include the Trans
Lock -Ups as specified, and offered another model Torque Converter
in lieu of tAhe TC-499 required.
3. Pitts Encino and Transmission, Inc.: Transmission bid did not
include Solenoid Valve no. R21I.X52 and Check Valve no. 333-2 as
specified.
All other bids meet the specifications. Following is an analysis
of the invitation to bid:
Page 1 of 2
83-�1Q44
W
,_Category
Prior. Bidders
Black American
Hispanic American
Non -Minority
Now Bidders
Black American
Hispanic American
Non -Minority
Courtesy Notifications
11 ., _ - _ 1 11
Number of Bid
Invitations Mailed
Number of
Responses
0
0
0
0
0
0
3
0
6
3 ,
15
3
6
-0-
4
Late Bids - 0
Totals 30 10
Reasons for "No Bid" were as follows:
1. "Out of our field."
2. "Do not handle this type of equipment." (Hispanic firm)
3. "Cannot supply at this time."
4. "No source of supply."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE
TO R.P.M. DIESEL ENGINE COMPANY, INC. IN
THE AMOUNT OF $11,692.00.
urchas in/g Agent
Date
The above award meets the requirements of the Department of Fire,
Rescue and Inspection Services, and approval is recommended.
Dire' for i
Date
Page 2 of 2
83- 044