HomeMy WebLinkAboutR-93-0511r
J-93-593
8/11/93
RESOLUTION NO. 3 3 — 5 11
A RESOLUTION ACCEPTING THE BID OF SCALEMEN OF
FLORIDA, INC., FOR THE FURNISHING AND
INSTALLATION OF A TRUCK SCALE TO THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
AND SOLID WASTE AT A TOTAL PROPOSED AMOUNT OF
$45,595.00; ALLOCATING FUNDS THEREFOR FROM THE
SOLID WASTE RECYCLING PROGRAM, ACCOUNT CODE
NO. 421303-840 , PROJECT NO. 197005;
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 June 30, 1993 for the furnishing and installation of a
truck scale to the Department of General Services Administration
and Solid Waste; and
WHEREAS, invitations were mailed to nine (9) potential
bidders and one (1) bid was received; and
WHEREAS, funds for this purchase are available from the
Solid Waste Recycling Program Account Code No. 421303-840,
Project Code No. 197005; and
WHEREAS, this acquisition will be used for the weighing of
trucks with large piles of yard and garden trash for disposal at
the Virginia Key Yard Waste Facility; 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 Scalemen of
Florida, Inc., be accepted as the only responsible and responsive
bid;
CITY C0v7. fg-Ss1oN
VA. ie:'}'i;,-f� 1 ?
Sr
Resolution No.
93
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 June 30, 1993 bid of Scalemen of Florida,
Inc. for the furnishing and installation of a truck scale to the
Department of General Services Administration and Solid Waste at
a total proposed amount of $45,595.00 is hereby accepted, with
funds therefor hereby allocated from the Solid Waste Recycling
Program, Account Code No. 421303-840, Project No. 197005.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this acquisition.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 7th day of September 1993.
A E S
XAVIER SUAREZ, MAYOR
/j L
MATTY HIRAI, CITY CLERK
PREPARET? ANIR APPROVED BY:
RA E O. DIAZ
DEPUTY CITY ATE RNEY
APPROVED AS TO FORM AND CORRECTNESS:
6V.- QU JO.NE , I ' I
CITY ATTOR E
-2-
93- 511
\1 CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM CA=7
TO DATE AUG 2 6 1993 FILE
Honorable Mayor and Members
of the City Commission
sUIKIECT Resolution Authorizing the
Purchase of a Truck Scale
Bid No. 92-93-127
FROM (tee d,io REFERENCES .
Ci nager
ENCLOSURES
RECOMMENDATION:
It is respectfully recommended that the City Commission pass the
attached resolution, authorizing the furnishing and installation
of a truck scale from Scalemen of Florida, Inc., a non -
minority, non -local vendor located at 2280 SW 71 Terrace, Davie,
Florida at a total proposed cost of $45,595.00., as the only
responsive and responsible bidder in accordance with Bid No. 92-
93-127. Funds for this purchase are available from the Solid
Waste Recycling Program Budget, Account Code No. 421303-840-
197005.
BACKGROUND;
The Department of General Services Administration and Solid Waste
needs to purchase a truck scale to enhance the City's on going
mulching operation. This scale will be purchased from Scalemen
of Florida, Inc. of Davie, Florida at a total proposed cost of
$45,595.00. Funds for this purchases are available from the
Solid Waste Recycling Program, Account Code No. 421303-840-
197005.
Attachments
93- 511
1 r Ur M t CA I dLL)ut I r H,\ NU, IUoI r JOUd, r, J::
SENT BY:PROCURENiiE`T WAGBIENT; o- 2-M :12:32PM ; CITY OF !�,. 3oss�06b81 # 2 ?
1
i
cl'rY OF NrILOMI, F'l.r�R10A
INTER -OFFICE MEMORANDUM
FILE
Yo Judy S. Carter August 5, 1993
Chief Procurement Officer
s auircT For the furnishing and
installation of a Truck
Scale
FROM 9EF _Hr_NCE, I'
Ron E. Williams i
AssistAnt City Manager �•acL,,,va�g
f
This Department of General Services Administration) and Polid
Waste hag verified available funding with the Department of
Management & Budget that funds are available to cover the co t of
the subject bid .in the amount of $45,595.00 from the Solid �daste
Recycling Program Budgat, Account Code No. 421303-640, Project
No. 197005.
BUDGETARY REVIEW & APPROVED BYs --�—
I
`I
I•
Manohar 6urana, Director
Depnrtmant of Management end Budget ,
k.I I . lJI .. .I.."I , r 1,U1\lUH
TAM SHEET (Continued)
01L1 NU. 9.2--93- 12 7
IMPORTANT: BID SHEET A.N- ATTACHMENTS MUST BE RETbt NED IN TRIPLIdATE 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.
25% DEPOSIT
Terms: NET/20 DAYS (Include cash discount for prompt payment, if any)
Additional discount of -0- % if awarded all items.
Warranty and/or guarantee: _ 2 YEAR FACTORY
Delivery: 40 calendar days required upon receipt of Purchase Order or Notice
of Award.
48 Number of calendar days required to complete work after start.
:n accordance with the Invitation to Bid, the specifications, General Conditions, Special
_onditions, 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):
i�nt t
V
a) List principal business address: (street address)
2280 S.W. 71 TERRACE, DAVIE, FL 33317
b) List all other offices located in the State of Florida: (street address)
NONE
(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:
(company name)
Date:
Signature:
Print Name:
Indicate if Business is 51% Minority -owned: (Check one box only)
[ ] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRMATIVE A _T ON P AN
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 to
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix
I for sample.
Bidder: SCALEMEN OF FLORIDA, INC.
Signature:
(company name)
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID.
93- 511
AWARD OF BID
Bid No. 92-93-127
ITEM: Truck Scale
DEPARTMENT: General Services Administration
and Solid
Waste
TYPE OF PURCHASE: Single Purchase
REASON: To be used for
the weighing
of trucks with
large piles of
yard and
garden trash for
disposal at Virginia Key Yard Waste Facility.
POTENTIAL BIDDERS: 9
BIDS RECEIVED: 1
FUNDS: Solid Waste, Recycling
Program, Account Code
No. 421303-840,
Project No.
197005.
BID TABULATION: Scalemen of Florida, Inc.
- $45,595.00
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
9
1
MINORITY/FEMALE (M/F) VENDORS..........
0
0
Within City limits ..................
0
0
Registered with City ................
0
0
Black(B) Vendors ......................
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
Female (F) Vendors .....................
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
Hispanic (H) Vendors ...................
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
NON MINORITY (NM) VENDORS ..............
9
1
Located within City limits..........
0
0
"No Bids" ...............................
-
1
93- 511
Reason(s).for NOT awarding to local vendor:
There are no truck scale vendors .located within the City of Miami.
Scalemen of Florida, Inc. is the sole bidder.
Reason for "No Bid" is as follows:
CompuWeigh, Inc. "We only supply full electronic truck scales with
digital indicators and printers."
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO
SCALEMEN OF FLORIDA, INC. A NON -MINORITY, NON -
LOCAL VENDOR AT A TOTAL PROPOSED AMOUNT OF
$45,595.00.
Chie Procur 0 ficer
'Z 1 3 '�3
D to
93- 531
STD rmt TRUCK SCALE
92-93•-127
3113)
SATZ ants) armDs DUNE 30 1993 3:00 p,m.
TOTAL SID %ORD CcO
31IDDER Vp Al§OUTT CASEIRR'S CHECK
SC.ALEMEN �
See attached B
d
NO BID:.
COMPU WEIGH CORPORATION
- - - - -- -- -=
-------------
---�---•--_.._.____ __
---------
--- ----------------
----------
------W--°-------�-
--------------
---_-.-__--..,_...__-_----
recei'.d 2 onvelo ss on behalf of
(Peraosx soiaiat bSeo)
GSA/Solid taste-Pr_oc_u_remen_t D_iv_is_io_n_^ oa / /--- P I ____o--
(City repartment)
S 1 GNED $
(Deputy Cityerk)�
fi
LEGAL ADVERTISEMENT
BID NO, 92-93-127
!(
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 aOQ p,m, ,dune 30, 19993 for the
furnishing and installation of a Truck Scale as or equal to
Fairbank model #13-8460-1 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 may be applied to those vendors whose primary
office is located in the City of Miami, provided the amount of
the bid or bid is not more than ten percent (10%) in excess of
the lowest other responsible bidder or bidder.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 1318)
Cesar H. Odio
City Manager
U-)
UJ
LJ1
W
, �:
City of
REQUISITION FOR
Miami
ADVERTISEMENT
J. U
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type and attach a copy of the qdverti§p,.mVnt
with this rion.
1. Department:
3. Account Code number: 4. Is this a confirmation:
El Yes No
12. Division:
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of
❑ Legal
advertisement:
Classified ❑
Display
11. Remarks:
PJ-J) No.
12.
Publication
G.S.A. (Procurement Manag2m2ntl
USE ONLY
Date(s) of
Advertisement
Invoice No.
Amount
T
A,
13.
El Approved
❑ Disapproved
Department Director/ Desidneia Date l
Approved for Payment
Date
I C JGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department