Loading...
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