Loading...
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