HomeMy WebLinkAboutR-94-0875J-94-958
11/16/94
RESOLUTION NO. 9 4 - 875
A RESOLUTION ACCEPTING THE BID OF PALMETTO
FORD OF MIAMI FOR THE PURCHASE OF TWENTY (20)
THIRTY TWO (32) YARD RUBBISH TRUCKS FOR THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
AND SOLID WASTE, FLEET MANAGEMENT DIVISION,
AT A TOTAL PROPOSED COST OF $786,520.00;
ALLOCATING FUNDS THEREFOR FROM CAPITAL
IMPROVEMENT PROJECT NO. 353010, INDEX CODE
NO. 429402-850; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THESE VEHICLES.
WHEREAS, pursuant to public notice, sealed bids were
received November 2, 1994 for the furnishing of twenty (20) 32
yard rubbish trucks for the Department of General Services
Administration and Solid Waste, Fleet Management Division; and
WHEREAS, invitations for Bid No. 94-95-013 were mailed to
fifteen (15) potential bidders and six (6) bids were received;
and
WHEREAS, funds for this purchase are available from
Capital Improvement Project No. 353010, Index Code No. 429402-
850; and
WHEREAS, this equipment will replace the worn and damaged
trucks currently in use; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste, recommend that the bid received from Palmetto Ford
of Miami be accepted as the lowest responsive and responsible
bid;
CITY CObT[CSSION
MEETING OF
DFC r 1 1",94
Resolution No.
94- 875
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 November 2, 1994 bid of Palmetto Ford of
Miami for the purchase of twenty (20) thirty-two (32) yard
rubbish trucks for the Department of General Services
Administration and Solid Waste, at a total proposed amount of
$786,520.00, is hereby accepted with funds therefor hereby
allocated from Capital Improvement Project No. 353010, Index
Code No. 420402-850.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for these vehicles.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 1st of December 1994.
STVEPHEN P. OLARK, MAYOR
94- 875
-2-
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTO EY
APPROVED AS TO'FORM AND CORRECTNESS:
xl-4- - mdel- az
A. QU M, , III
� CITY ATTO
ROD/em/csk/M4754
94- 875
mm
.
SIn goes _NOVVEEjBER� 2 . 1994 _ 10 : 30 .�a...'.m�:•...�..o....l...
'ATZ Irtta• CPZVX?af -►Y►►►..►.. �nM►►r.►.►�.•�.►
IOTA �2A_101tD.„s®t2
e ..�
RECHTIEN INTERNATIONAL TRUCKS,
NC. See attach
bid
BLAKE CHEVROLET
-ATLANTIC FORD
PALMETTO FORD
We received on
y one copy of the bid
LOSADA TRUCK & EQUIPMENT, INC.
which was sent
to Procurement
PALM PETERBILT -GMC
NO BID:
'
GROWER FORD TRACTOR CO.
►�►-e.►e-rP�►►err
ra �..lrwti.Pr--�r.•...la.o
.r.�.�-w�.-�o����
MET.R0 TRUCKIN
.�e.rrwoe.�.rl+�_-col►
..�!►l+e r..►P rr.•
..�..e,l+.�.o►�P rrP ►�-.nor_
LINEAR DYNAMICS INC.
lr ye.r!_.l ►e.►!!�
Y.ae+►e.l P►►P►r►
rwro�!►._.r sores •r-�e.►
GROWERS FORD TRACTOR CO.
►ter_-�+..1►•.�!►�.�t-PsIM+�+►!!
��o wlw.�►��.r ��.,�..r
FF MACHINERY
s►l�+rl►��ls+�!
_ ee!l�lr—w!!r—
�.►el►.��+�!!•�ls�r�.►r!s
O
NIX INDUSTRIES
�."--
_yrY lr
�r-!ral M!lr.l-►r
!e!!!►larr
l�P —...re_..►.
KELJY OR CO . .lolr r►l---�rlr
Pw+r.P •.+�rr_!r
!►�►rlolwarl sir►►w
Mim ,
� il�-e�ili�~A►��f��
recelved timely ar, of thn, abov
!l�'(}�"r��'�TST'CT
opening elute a
a `i77.[L'T� �'� o
time. All
:.� Itted'!ri'►i'SZ�ii
'f�ir►th'� rsoZicifa +
n'igPany""•`"
are hereby rejected as late."-
ra+s l+++++Pr e.s�
lor..o..��f•��+�
►�o�-..�P�r.... �..o+i►
llr�POr•►►P r..e►M�i
!►OrrePM�N
�-r+e«rr �ar�P
MiIYOr► r ! ►M.M-
• r•ri.lM ►�
! ►lO�� r•� re 0 r� 1►i l�a�
M O•IOw.P�P!-e.r
• M•e!_►yr•r�►O
PrMOIOw.IMIO!
0►►��►lr►►►M!
r0►►ram►�rP•//►/)//P///M[/P•� /►I/T�/��r
_r►fl�►u; w��Or�!-��b 0.!!•
-----Asil.il O_-
!!►��OwA►.mow►Y !1M
M+r.�4Me!--►O--!
-••--!!!r_----.r.
r�.•-
/
_1(�podf_--_-w,_�sr�a�if�d t1� snv�2op�� oA b0balt oa
il
ty�trzonn *cotvlzg biCi�
GSA (CWity iaste-�Fprioiciuerienrse�nt Division /�" 2
_ ^_-
eput'j� its CIiiI�
RECEIVED
'94 NOV —2 Ala :30
MA T-i"'I' i- EAl
CITY CLERK
CITY OF MIAMI, FLA.
l-
LEGAL ADVERTISEMENT
BID N0. 94-95-013
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 10:30 a.m. November 2, 1994 for the
furnishing of approximately twenty (20) - 32 Yard Rubbish Dump
Trucks for the Department of General Services Administration and
Solid Waste.
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.
LOCAL PREFERENCE
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, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1378)
Cesar H. Odio
City Manager
1
�t,.:.• r .. � .•. .. Y r:. ,.. {., a � ::iy+ '.`N. ,f, _ t•s � r •;,?' 't_:'i`'�zi'•F ��T"7t
City of Miami 1-378
���" °c REQUISITION FOR ADVERTISEMENT This number. must
appear In the
advertisement
INST CTION Please e and attaRb a copy of the admertiAeMent
with this r2ouisition,
1. Department:'
GSA PROCUREMENT FOR
2. Division:
A ID WASTE
3. Account Code number:
320102-287
4. Is this a confirmation:
❑ Yes KI No
5. Prepared by:
JENNIFFER MILLER
6..Size of advertisement:
LEGAL'
7. Starting date:.
OCTOBER 14f 1994
8. Telephone number:
575-5174
9. - Number of times this advertisement is to be
ubilshed:l
10. Ty a .of advertisement:
Le al ❑ Classified ❑ Display
11. Remarks:.
BID NO. 94-95-013
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
MIAMI TIMES
DIARIO LAS AMERICAS
13.
L Approved
❑ Di approved
ep�artlnerit it orlDesigne Date
—�
Approved for Payment Date
C GS/P(�- 03 Rev. 12/89 j Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
uis i nrou i wn: wnne - U.S.A.; canary - uepartment
11
i
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 1
TO : Honorable Mayor and Members
of the City Commission
FROM :
City
RECOMMENDATION
DATE : MV L 1 1994
SUBJECT : Resolution Authorizing
the purchase of 20 pieces
of equipment under Bid No.
REFERENCES: 94-95-013
ENCLOSURES:
FILE
It is respectfully recommended that the City Commission pass the attached resolution
authorizing the purchase of twenty (20) 32 yard Rubbish Dump trucks under an existing
Bid No. 94-95-013, from Palmetto Ford of Miami a non -minority vendor located at 7245
NW 36 Street, Miami, Florida at a total proposed amount of $786,520.00. Funds for this
purchase are available from the FY'94 CIP Project, Code No. 353010 429402-850.
BACKGROUND
The Department of General Services Administration and Solid Waste needs to purchase
twenty (20) 32 yard Rubbish Dump trucks to replace aging and obsolete equipment used
in daily operations.
It is recommended that the contract be awarded to the lowest responsible and responsive
bidder, Palmetto Ford, a non-minority/Dade County vendor at a total proposed amount of
$786,520.00.
Attachments
��- 875
Ju11 LI Lr1 1 1 VI d IAlgl I LA. U UY V •U..t 01 + 1 i%"LAU.+f1u 11 01Ud11. VuuVt/ua I U I I r -, -
�
vi11\1 YI•V(�� • ...w• fq%. �'A N u■ 1 •.veto in I 1.111 1A MA:QII'+
Irittf//� . ♦♦ * k" f as • /M v v vwv.vn...ar... wr. t'RVL:nWv rlN l MUMI, jS ;if it
CNTY of IWAAM, F60FVDA
Imrm4 M ICE MEMICl1A DW
Trudy 0. Car"r
TO: ; chief Proau-mint Officer ►un , .re
For furnishing of twenty
&m4Gt I26) 3I Yard Rubblah Tsacke
room - gnRwe ;
Ron 1. Mi11L"s rwc�oe+unes
A;NGINtent City M#na"r
The Departmnt of Geusral Servinea AAdmi-nietration seed solid Maata
has vetLtidd avollable MALng with the pupartosnt of ASSet
managownt that funds we availabla to eraser the #04t UZ thw
•nbjact bid in the mmaunt of $784,350.00. Lunde+ "M eevwl,labie
Ims CI1P Index Cvds No. 629402-850 / Psoiwat no, 333010.
BYe
..�rw �wpriby Y�Y/ Mii�Ofi��F
lice at Asset 9laaagm at and
capital IW=WvmGUt
94- 875
0
CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
THPORT s BID SHEET AND ATTACHMENTS
ATTACHED ENVELOPE IDENTIFIED BY BID
IF SECURITY IS REQUIRED, A BID WILL
BOND IS SUBMITTED IN THIS ENVELOPE.
BID NO. 94-555--pl3
MUST BE RETURNED IN TRIPLICATE IN THE
NUMBER, TIME AND DATE OF BID OPENING.
NOT BE ACCEPTED UNLESS THE DEPOSIT OR
Terms: IS' PAY 5 (Include cash discount for prompt payment, if any)
Additional discount of D if awarded all items.
Warranty and/or guarantee: MC'. f/,(/).1Md 1'F_p M/1.ES /QO
Delivery: / 0 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 Items) at Prices
indicated on the attached bid sheet(s).
NAMES OF C9MPANY OWNS S):
'Ta_(MeA+n 4-orty T� of INS.
NAMES OF COMPANY WFICER(S):
'k. (7. Y) (e- St as , Ste_ 9" .
a) List principal business address: (street address.)
7z45 $1.W . 3 1. S�• M; ��� �f_ 33���,
b) List all other offices located in the State of Florida: '(street address)
(Please use the back of this page if more space.is-necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that (s)he,has received a .copy of Ordinance #10062 as
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
applicable substantive and procedural provisions therein,.including any amendments thereto.
Bidder: Signature:
(company name)
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check Qne box only)
[ ] BLACK [ ] HISPANIC. [ J FEMALE
AFFIRMATIVR AC'TTAN AT.AN
If firm has an existing plan, effective date of implementation: ICN. & L
If firm does not have an existing plan, the Successful Bidder(s) shall- be required to
establish an Affirmative Action Policy, pursuant to - Ordinance #10062 as amended. See Appendix
i for sample. g � _ p
/�
3idder: Pa,,-�r
�, ® lJ j�' l Signature:
- M. �� ",OA.�
(company name)
-AT1 IIgC Tn rmmni r-rr ..l.+ _ _-
11
0
AWARD OF BID
Bid No.94-95-013
ITEM: Twenty (20) 32 Yard
Rubbish Trucks
DEPARTMENT: General Services
Administration
and Solid
Waste/Fleet Management Division.
TYPE OF PURCHASE: Single Purchase
REASON: This equipment will replace worn
and damaged
trucks currently in
the City's fleet.
POTENTIAL BIDDERS: 15
BIDS RECEIVED: 6
TABULATION: See Attached
FUNDS: Capital Improvement
Project, Index
No. 429402-
850, Project No. 353010.
BID EVALUATION:
Bid
Invitations Bid
Mailed Responses
ALL VENDORS ............................
15
6
MINORITY/FEMALE (M/F) VENDORS..........
3
0
Within City limits ..................
0
0
Registered with City ................
3
0
Black (B) Vendors..... ...............
1
0
Located within City limits..........
0
0
Registered with City ................
1
0
Female (F) Vendors..... ............
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
Hispanic (H) Vendors.... ............
2
0
Located within City limits..........
0
0
Registered with City ................
2
0
NON MINORITY (NM) VENDORS ..............
12
6
Located within City limits..........
1
0
"No Bids.. ..............................
-
6
94- 875
Reaspn(s) for NOT awarding to local vendor
Local vendor did not respond to this invitation to bid.
Reason(s) for No Bids are as follows:
Grower Ford Tractor Compaay- we don't carry items requested
Metro Trucking Company- we don't carry these items
Linear Dynamics Inc. No Bid- No Reason
Neff Machinery- no bid at this time
Phoenix Industries -due to work schedule; can't quote
Kelly Tractor Company- not applicable
IT IS RECOMMENDED THAT THE AWARD BE MADE TO
PALMETTO FORD OF MIAMI NON -MINORITY, DADE
COUNTY VENDOR AT A TOTAL PROPOSED AMOUNT OF
$786, 520,. W
94- 875
♦ f
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
TABULATION OF BIDS RECEIVED FOR 20 PIECES OF HEAVY EQUIPMENT
BID #94-95-013
BID TITLE & BIDDER UNIT TOTAL
DESCRIPTION MAKE & MODEL PRICE OPTIONS PRICE WARRANTY DELIVERY COMMENTS
Item #1 Atlantic Ford $42,582 (90 days) $851,640.00 Veh.-1 yr. 120 days N/M
20/32 Yard Truck Engine-2 yrs.
Rubbish Dump Ft Lauderdale, Fl
Trucks Ford F800 1995 No responsive
Blake Chevrolet $44,837.02
$896,740.40 Veh.-2 yrs. .150
days
N/M
Homestead, Fla
Engine-3 yrs.
1
CC7H042 1995
150,000 miles
GAR-P 85 TC Body
Palm Peterbilt $45,542.00 -
$910,840.00 2 yrs. 180
days
N/M
GMC Trucks
unlimeted miles
Ft Lauderdale Fl
1995 GMC C7H042
Losada Truck $47,288
$945,760.00 Veh.2 yrs. 150
days
N/M
Miami, F1
Eng.-1 yr..
Addedum
GMC C7H042
Letter. added
Topic, 1995
Rechtien Intl $44,675 (90 days) $893,500.00 3 yrs. 150 days N/M
Trucks 150,000 miles
Miami, F1
IHC 4700
4 x 2, 1995
Advance Fabricators
Body
w
t
00
CZ
i
i
BID TITLE & BIDDER UNIT TOTAL COMMENTS
DESCRIPTION .. MAKE & MODEL PRICE OPTIONS PRICE WARRANTY DELIVERY
Item #6 Palmetto Ford $39,326.00 $786,520.00 1 year 210 days bidLowder est responsible
Miami, F1
HESCO Body
F800 1995
Palmetto Ford $43,776-00 $875,520.00 1 year. 210 days NIM
Miami, F1
CARP Body
F800 1995
Palmetto Ford $43,749.00 $874,980.00 1 year. 210 days N/M
Miami, F1
STAMM Body
F800 1995