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