HomeMy WebLinkAboutR-95-0314J-95-290
4/12/95
RESOLUTION NO. 9 5- 314
A RESOLUTION ACCEPTING THE BID OF METRO TECH.
EQUIPMENT CORP. FOR THE FURNISHING OF AN
ASPHALT PATCH TRUCK FOR THE DEPARTMENT OF
PUBLIC WORKS -OPERATIONS, AT A TOTAL PROPOSED
COST OF $104,532.00; ALLOCATING FUNDS
THEREFOR FROM SAID DEPARTMENT'S FY' 94-95 NEW
EQUIPMENT BUDGET, ACCOUNT CODE NO.
310501-840; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS VEHICLE.
WHEREAS, pursuant to public notice, sealed bids were
received February 15, 1995 for the furnishing of an Asphalt Patch
Truck for the Department of Public Works -Operations; and
WHEREAS, invitations for Bid No. 94-95-053 were mailed to
nineteen (19) potential bidders and three (3) bids were received;
and
WHEREAS, funds for this purchase are available from the
Department of Public Works -Operations FY'94-95 New Equipment
Budget, Account Code No. 310501-840; and
WHEREAS, this will equipment be used on a daily basis to
repair potholes, hazardous sidewalks, and to accomplish small
paving jobs; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of Public Works, recommend that the bid
received from Metro -Tech Corporation be accepted as the lowest
responsive and responsible bid;
cm CO1CCUSSION
MEETING OF
MAY, 0 1 1995
Resolution No.
95- 314
0
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 February 15, 1995 bid of Metro Tech
Equipment Corporation for the furnishing of an asphalt patch
truck at a total amount of $104,532.00 for the Department of
Public Work -Operations is hereby accepted with funds therefor
hereby allocated from said Department's FY194-95 New Equipment
Account Code No. 310501-840.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for this vehicle.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 1st day of May 1995.
ekf� ecx�- 1:�
STE EN P. CLARit, MAYOR
ATTES
a
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND
CORRECTNESS:
Mal
RAFAEL 0. DIA. QUI JO
aTORNEY
IIT
DEPUTY CITY CITY 4TTORN
M5060 : csk : ROD 9 5— 314
-2-
�r.
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
r
To: Honorable Mayor and Members DATE
of the City Commission
SU13JECT
C e s VC
i o REFERENCES:
FROM : i tr
ENCLOSURES:
RECOMMENDATION
57
IOR 2 7 1995 FILE :
Resolution Authorizing
Purchase of One New Asphalt
Patch Truck for Public Works
Bid No. 94-95-053
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the purchase of one new Asphalt
Patch Truck for the Department of Public Works from Metro -Tech
Equipment Corporation, a non -minority, Dade County vendor,
pursuant to Bid No. 94-95-053 at the total proposed cost of
$104,532.00.
BACKGROUND
The Department of Public Works and the General Services
Administration have analyzed bids received pursuant to Bid No.
94-95-053 for furnishing one new Asphalt Patch Truck.
A total of three bids were received. It was determined that the
lowest responsible and responsive bid was submitted by Metro -Tech
Equipment Corporation in the amount of $104,532.00. Said bid
meets all City requirements and is therefore recommended for
award.
Asphalt Patch Trucks are used on
repair potholes, to "safe up"
accomplish small paving jobs.
patch trucks are both over eleven
rapidly.
a daily basis by Public Works to
hazardous sidewalks, and to
The Department's two existing
years old and are deteriorating
Funds for this purchase are available in the Department's 1994-95
fiscal year New Equipment Account No. 310501-840.
95- 314
s �-r
tom,
SENT BY: CITY uF MlAMi �-�b-fib ; � 4i�CIn r�v� UtCtlrlc�� LVIU. r.- 0uooJu. tue Pr- 1, �� ...ry ui • w.. i ruo WKb tJ W-o I I I Um r.
c 14 36b b75 5-268 P . m
� tNT�q•A�RIC� I�PtItNt�'�
r
audy S. Carter
Chief Procurement officer
4) -, E 4."
a�oa�Valdemor E. Lao, Director
Dogertotfit of 'Public Works
ou+slc Mayo% 1995 "a:
Nov Aa hal S Batch
truck Cr PUblsC Yorke
�►t�rtNo�st Did No. 94-95aC$3
aftwmts
This pepArtmeot hot vorMod with the Departmont of Ma"49e115A A
audgot that fends Akre available to cover the Cost of purchts nQ
one ntw Asphalt Patch Truck for Ml i c Works in tho tvount Of
S104JII. i AeCount Code C1o. 310501-040•
SUPSETARY R9VIJW A A90k0YAL BY!
D!p IM1nt o9' Akna�a�ent d Budget
0
95- 314
TOTAL P. a� 3
MIAMI, FLORIDA I BID NO. 94--95-053
6HEET (Continued)
�= BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: NET (Include cash discount for prompt payment, if any)
Additional discount of -0- % if awarded all items.
warranty and/or guarantee: 6 MONTHS
120 TO
Delivery: 150 calendar days required upon receipt of Purchase Order or Notice
of Award. _. .
Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Special
conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICER(S):
C1'.TFPQRn F DEMARIS /PRESIDENT
CLIFFORD E..DEMARIS JAMES LAMBERT / VICE PRESIDENT
JAMES LAMBERT ROMA DEMARIS / VICE PRESIDENT
a) List principal business address: (street address.)
2960 N.W. 73rd STRFFT , bjTaM=. FLORIDA 43147
b) List all other offices located in the State of Florida: (street address)
SALES OFFICE-8051 N. TAMIAMI TRAIL., SARASOTA, FLORIDA 14943
(Please use the back of this page if more space.is necessary)
MINORITY PROCUREMENT COM TANCE
The undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 ae
amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with al:
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder:
(company name)
Date: I
Signature:
Print Name:
Indicate if Business is 51% Minority -owned: (Check one box only)
[ ] BLACK [ ] HISPANIC f 1 FEMALE
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shall be required 1
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as ampnde See Append:
I for sample.
Bidder: METRO —TECH EQUIPMENT CORP Signature
(company name)
rA Tj 1I017 Tn rnMq) PTF . ! 1TrN
AND RETURN TH_I:
U0- -3I4'
AI •f-V -PSI •w wow
UJ-c..v-- y 7:7..i c,c • +JOt'1 1 f urG WhJ Wt-CRt-11 1 vi iJ UGI. 1•+
JVJJ J r;J Z. 407
r
ASPHALT PATCH TRUCK BIDDERS
MINORITY
VENDORIADDRESS STA FUS
1. METRO -TECH EQUIPMENT CORP. Non -Minority
2960 NW 73rd Street
Miami, Florida 33147
2. RECHTIEN INTERNATIONAL TRUCKS Non -Minority
7227 NW 74th Avenue
Miami, Florida 33166
3. M.D. MOODY & SONS, INC. Non -Minority
P.O. Box 8895
Coral Springs, Florida 33075
BID AMOUNT
$104,532.00
$105,000.00
$105, 314•. 00
95- 314
TOTAL P.02
P
H• , • 1
Asphalt Patch Truck
Public Works -Operations
Single Purchase
To be used on a daily basis by Public
Works to repair potholes, hazardous
sidewalks, and to accomplish small
paving jobs.
19
3
Attached
(New Equipment Account) Account Code No.
310501-840.
ALL VENDORS ............................
MINORITY/FEMALE (M/F) VENDORS..........
Within City limits ..................
Registered with City ................
Black (B) Vendors.. .. • ............
Located within Citylimits..........
Registered with City ................
Female (F) Vendors..... ..............
Located within City limits.......,,.
Registered with City ................
Hispanic (11) Vendors ..............
Located within City limits..........
Registered with City ................
NON MINORITY (NM) VENDORS......-.......
Located within City limits.....,.,,,
"No Bids"
Bid
Invitations
Bid
Mailed
Responses
19
3
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
19
0
1
95- 314
Reasons) for NOT awarding to local vendor:
z
Local vendor did not respond to invitation for bid
Reason(s) for NO BID is as follows:
�o
RECOMMENDAa;ION: IT IS RECOMMENDED THAT AWARD BE MADE TO
METROTECH EQUIPMENT CORP, INC. A NON -MINORITY
DADE COUNTY VENDOR AS THE LOWEST RESPONSIBLE
AND RESPONSIVE; BIDDER AT A OUNT OF
$104,532.00.
C lf Ptocu emeht Officer
C�
Dat
9 5 - 314
44,
SiD SECURITY LIST
DID ITEM: ONE ASPHALT PATCH TRUCK
DID NO- r 94-95-053
DATE SID(S) OPENED: __FEBRUARY_15, 1995_-10:30_a ni______________________M. c
r
i
j TOTAL DID 3OND_jg Ej
i DIDDER DID AMOUNT CASHIER'S CHECK
RECHTIEN INT. TRUCKS
See attacehd lid
M.D. MOODY & SONS, INC.
11 11
-METRO TECH EQUIP. CORP.
11 11
t'ate w
r �l
')d t' r'-.. A
iQ2)�tl+. C�.1 C'tF3 C
(: V rs st Inittru in l�."_7�;I
'C {�J f`^ls £J►1t:lt�2
:t. _. �i Q/-
----------------f-------------
---------------------
----------------------------------
---------------=-------------
—
------------------------—
I
-----------------
—---------
------------------
--- ------------
----- -- ----
------ ---
-------------
-------------
� � --__
----i � � 5+�
------`1---
----------
----------------
---------------
_ _ received ('L) envelopes an behalf of
`Parso _v at bids)
GSA /SOLID WASTE -PROCUREMENT TD_I_V_I DIVISION
O N
_
(City Department)—_—
SIGNE — _____ _
( uty—Cit Clerk) _ r
'95 FFn 15 !Al0 30
4
� I1. I f'�i i '. I •.
CITY
LEGAL ADVERTISEMENT J J�N31)
' 1� y' , n n •Jn I� ��
BID NO. 94-95-053
Sealed bids will be received by the City of Miamirf'',, I" Clerk at
her office located at City Hall, 3500 Pan American f?re, Miami,
Florida 33133 not later than 10:30 a.m. February 15. 199.5 for the
furnishing of one (1) Asphalt Patch Truck as or equal to Termo-
Lay Model # UD6250120 for the Department of Public Works.,
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not 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
Goods 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, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
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
110 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 charter
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.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1.390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1959)
Cesar H. Odio
City Manager
die.,
City of Miami
R TI N FOR ADVERTISEMENT This number must
EQ� �� Q appear in the
advertisement.
INSTRUCTIONS- Please a and attach a c f thev i
t r i1D(;9'A�R&
UREMENT (FUR)
JhR'MoiORKS
3. Account Code number:
310501-287
4. Is this a confirmation:
El yes In No
5. Ptep r.9 vv
JLNIv �' t I`i] i,Li.it
6. Size of advertisement:
LEGAL
7. Startingdate:
Janua r 26 1995
8. T e h number:
5�3—p5?9%
9. Number of times this advertisement is to be
ublished: 1
10. Type of advertisement:
❑ Legal ❑ Classified ' ❑ Display
11. Remarks:
BID NO. 94-95-053
12.
Publication
G: .A. Pr r `: t'
Date(s) of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
MIAt I TIH[S
DIARIO LAS AMERICAS
13.
Approved
❑ Disapproved i
De art enQJtirecto ! Rsignee Date '`�
Approved for Payment Date
`I C CGS/PC 503 Rev. 12189 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department