Loading...
HomeMy WebLinkAboutR-96-0570J-96-569 7/1 /96 96- 5'70 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF METRO TECH EQUIPMENT CORP., A NON-LOCAL/NON-MINORITY VENDOR, FOR THE FURNISHING OF A NEW 1996 ASPHALT PATCH TRUCK TO THE DEPARTMENT OF PUBLIC WORKS AT A TOTAL PROPOSED AMOUNT OF $104,280.00; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 341171, ACCOUNT CODE NO. 319301-840; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received May 1, 1996 for the furnishing of a new 1996 asphalt patch truck; and WHEREAS, invitations were mailed to twenty-one (21) potential bidders and two (2) bids were received; and WHEREAS, asphalt patch trucks are used on a daily basis by Public Works to repair potholes, to "safe up" hazardous sidewalks, and to accomplish small paving jobs; and WHEREAS, the Department's two existing patch trucks are both over twelve years old and are deteriorating rapidly; and WHEREAS, funds for this purchase are available from Capital Improvement Project j No. 341 171, Account Code 319301-840, for the Department of Public Works; and WHEREAS, the City Manager and the Director of Public Works recommends that the bid received from Metro Tech Equipment Corp., be accepted as the lowest most responsible and responsive bid; CITY COMMYSSION MEETING OF JU L 2 5 1996 Resolution No. eJ�— 570 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid submitted by Metro Tech Equipment Corp., for the furnishing of a new 1996 asphalt patch truck to the Department of Public Works, at a total estimated amount of $104,280.00, is hereby accepted, with funds therefor hereby allocated from Capital Improvement Project No. 341 171, Account Code No. 319301-840. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said acquisition. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 25th day of July, 1996. ATTEST: WALTER F AN CITY CLE APPROVED AS TO FORM AND CORRECTNESS: A. O.UINN JONES, CITY ATTORNEY W 1033:CSK 2- CAROLLO, MAYOR J6- 570 SENT BY; 7-18-96 : 11 � 29 ; PUBL I C WORKS 110M I K, -+ C I TY MANAGER ' S OFF.: # CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : Honorable Mayor and Members DATE6 FILE of the City Commission JULt 8- SUBJECT: Resolution and Award of Bid Asphalt Patch Truck Bid No. 95-96-076 Ces io fRC7M REFERENCES: Cit ger ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution awarding Bid No. 95-96-076 to Metro Tech Equipment Corp. located at 337 N.E. 3rd Avenue, Dania, Florida at an estimated amount of $104,280.00, a Non-local/Non-Minority Vendor as the lowest most responsible and responsive bidder to provide one (1) new Asphalt Patch Truck for the Department of Public Works. Funds are available from Capital improvement Project No. 341171, Account Code No. 31930�-840. BACKGROUND The Department of Public Works recently purchased one new Asphalt Patch Truck from Metro -Tech Equipment Corporation at the unit price of $104,532.00 pursuant to Bid No. 94-95-053 dated May 1, 1995. This new Patch Truck, which Vas delivered to the Department on March 4, 1996, replaced oneJof two twelve-year old patch trucks in the Department's fleet that are non -repairable. The Department of Public Works has apalyzed bids received pursuant to Bid No. 95-96-076 for the furini shi ng of one (1) new Asphalt Patch Truck. I A total of twenty one (21) bids were mailed on April 16, 1996, and two (2) bids were received. It was! determined that Metro Tech Equipment Corp., a Non-local/ton-Minority Vendor was the lowest most responsive and responsible bidder which meets all the City's requirements and specifications. Asphalt Patch Trucks are used on a daily basis by Public Works to repair potholes, to "safe up" hazardous sidewalks, and to accomplish small paving jobs. 96- 5'7( CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy S. Carter May 13, 1996 To: Chief Procurement Officer DATE: FILE: Department of Finance Purchase of One (1) New Procurement Management Division suaiECT: Asphalt Patch Truck for Lo Public Works FROM: Waldemar E. Lee, Director REFERENCES:Bi d No. 95-96-076 Assistant City Manager Department of Public Works ENCLOSURES: The Department of Public Works has verified with the Capital Improvement Program Coordinator that funds are available to --cover the cost of the subject bid in the amount of $104,280.00 for the purchase of one (1) new Asphalt Patch Truck for Public Works. Funds are available from Capital Improvement Project No. 341171, Account Code No. 319301-840. CAPITAL IMPROVEMENT REVIEW & APPROVAL BY: 2 Z4_ ra Sheehan, Coordinator WEL/cay 96- 570 S: ACTURER: TIONS: UNTIES: pared by: Lee Barone 5/6/96 cktab.xls CITY OF MIAMI ASPHALT• PATCH TRUCK BID NO. 95-96-076 TABULATION RECHTIEN INTERNATIOI 7227 N. W. 74 Ave Miami, FI. 33166 NON/MINORITY DADECOUNTY VENDOR 288.00 $109,447.07 native Bid) ING PB native Bid) tMO LAY AC-6 15-120 USES RADIANT /4 YDS CAPACITY HEAT DIRECTLY sis LN-8000 RATHER THAN n MD30 RADIANT HEAT 12 TO 60 MONTHS Approved by: Department i AWARD OF BID BID NO. 95-96-076 ITEM[: ASPHALT PATCH TRUCK DEPARTMENT: PUBLIC WORKS TYPE OF PURCHASE: SHORT TERM REASON: To be used to repair sidewalks, potholes and accomplish small paving jobs. POTENTIAL BIDDERS: Twenty One (21) BIDS RECEIVED: Two (2) FUNDING ALLOCATION: Capital Improvement Project No. 341171 Account Code: 319301-840 BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS 21 2 MINORITY/FEMALE VENDORS 4 0 Within City limits 0 0 Registered with City 4 0 Black Vendors 1 0 Located within City limits 0 0 Registered with City 1 0 Female Vendors 1 0 Located within City limits 0 0 Registered with City 1 0 Hispanic Vendors 2 0 Located within City limits 0 0 Registered with City 2 0 NON MINORITY VENDORS 11 2 Located within City limits 0 0 UNKNOWN VENDORS 6 0 Located within City Limits 0 0 "No Bids" 5 `6- 570 Reasons for "No Bid" was as follows: 1. Atlantic Ford Truck Sales - "Do not meet Specs." 2. Kelly Tractor Co. - "Do not carry this equipment." 3. M. D. Moody & Sons Inc. - "Bid thru truck Dealer." 4. Blake Chevrolet - "Unable to locate supplier." 5. O. S. Equipment Inc. "We do not handle this product." RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO METRO TECH., A NON/MINORITY NON/LOCAL VENDOR AT A PROPOSED AMOUNT OF $104,280.00. JQ Date 8 96- 57 BID ITINt ONE NEW COMBINATION HOT ASPHALT TRUCK AND SANDING MACHINE BID 90.2 95-96-076 DATE SID(3) OPENED: MAY 1a 1996— 11:00 a_!................... TOTAL SID BOND.„Sos2 BIDDER DID AMOUNT CJAMEME' S CHECK � ! ---- METRO TECH See atta=hed b d N— RECHTIEN INTERNATIONAL n I ATLANTIC FORD TRUCK SALES We received on y one copy of the bid —� which was sent to Procurement Department NO BID KELLY TRACTOR CO. M--Y- M. D. MOODY & SONS INC. BLAKE CHEVROLET , G.S. EQUIPMENT INC. received timely cs of c' �o'l c ..I '. other offers su':,7itfcce i71 ;.:T•s _�>.`�t _ —sue =71.:7'"�';• 1 ''���rseoived (7 ) envelopes on behalf of �lessoe sesiving bids) GSA/SOLID WASTE -PROCUREMENT DIVISION on ._ (C it--__� ___ ___�_�«_�-- �— N _ _— —�___ y Dspaststeat) �_ 3IONEb-I1Yisipluuty City esk) RECEIVFn V66 MAY •-1 All :00 WALTER J. FOEMAN CITY CLERK CITY OF MIAMI, FLA. LEGAL ADVERTISEMENT 1311) NO. 95-96-076 i( i Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than MAY 1, 1996 at 11 : oo AM for the furnishing of one ( 1 ) NEW 1996 COMBINATION HOT ASPHALT TRUCK AND SANDING MACHINE for the Department of Public Works. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non -responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and set -vices to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible and responsive bidder. Tile City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readvertise. (Ad No. 2133) Cesar H. Odio City Manager CJ <nr� 1n om .� C? 711 10 _t%o -o rn —) 0 / City of Miami 913 3 REQUISITION FOR ADVERTISEMENT must a ar in m tthhe appear advertisement. INSTRUCTIONS: Please type and attach a copy of the advertisement with this reauisition. 1. Department: 1 2. Division: FINANCE PROCUREMENT 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: 310501-287 ❑ Yes ® No Lee Barone 6. Size of advertisement: 7. Starting date: 4-16-96 8• Telephone number: LEGAL 579-6845 9. Number of times this advertisement is to be 10. Type, of advertisement: published: ONE 1 LXl Legal ❑ Classified ❑ Display 11. Remarks: BID No. 95-96-076 NEW 1996 COMBINATION HOT ASPHALT TRUCK AND SANDING MACHINE 12. G.S.A. (Procurement Manage mentl USEONLY Date(s) of _ Publication Advertisement Invoice No. Amount MIAMI REVIEW MIAMI TIMES DIARIO DE LAS AMERICAS c� Cte- 2 rn .0 . ,.; MIL 13. Approved Ch ❑ is pproved /�<<.; 4 I Rom_ 6 Department Director Desi nee Date i Approved for Payment Date GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Manaaementl and retain pink cony. UIS I bU t ION: White - G.S.A.; Canary - Department LEGAL ADVERTISEMENT 131I) NO.95-96-076 Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than MAY 1, 1996 at 11: 00 AM for the furnishing of one (1) NEW 1996 COMBINATION HOT ASPHALT TRUCK AND SANDING MACHINE for the Department of Public Works. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non -responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readvertise. n ., > (Ad No. 2133) —crn ("3 Cesar H. Odio :��-- City Manager . ;'ri . .0 . 1C � W .Z' �;: O; 13 3 City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement, t INSTRUCTIONS: Please type and attach a gopy of the dv rti nt with this reaulsitign. 1. Department: 2, Division: PROCUREMENT 3, Account Code number: 4. Is this a confirmation: 5. Prepared by: 3 10501-28 7 ❑ Yes 0 No Lee Baxotic. 6. Size of advertisement: 7. Starting date: 8. Telephone number: 4._1��-96 LEGAL 579-6845 9. Number of times this advertisement is to be 10. Type, of advertisement: .Published: ONE (1) 12 Legal ❑ Classified ❑ Display 11. Remarks: BID No. 95--96--076 NEW 1996 COMBINATION 110T ASPHALT TRUCK ,AND SANDING MACHINE 12. Publication Date(s) of Advertisement Invoice. No. Amount MIAMI REVIEW MIAMI TIMES DIARIO DE LA.S AMERICAS > r 'i -frn '.y■ V r �) :.q / n.. 13. Approved ❑ pis�pproved 4 R 96 �- r Department Director/bes*ee Date Approved for Payment Date C GS/PC 503 Rev, 12/89_1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink Conv. DISTRIBUTION: White - G.S.A.; Canary - Department