Loading...
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