Loading...
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