Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-90-0524
kF` g 015: V 9 0- 524 9950LUT ION NO • A RESOLUTION ACCEPTING THE BIDS OF HEINTZELMAN'S TRUCK IN THE AMOUNT OF $511 065.00 TO FURNISH THREE (3) CABS AND CHASSIS TO MOUNT CRANES AND TWELVE 12) 32 YARD RUBBISH DUMP TRUCKS, PALMETT , TRUCK CENTER IN THE AMOUNT OF $241,800.00 TO FURNISH ONE (1) TEN YARD DUMP TRUCK AND FIVE (5) CAB & CHASSIS FOR 25 YARD PACKERS, NEFF MACHINERY IN THE AMOUNT OF $320,700.00 TO FURNISH THREE (3) WARRIOR CRANES, CEDARVILLE MFG. IN THE AMOUNT OF $352,000.00 TO FURNISH FOUR (4) DEVAULT CRANES, AND METRO -TECH IN THE AMOUNT OF $132,950.00 TO FURNISH FIVE (5) 25 YARD PACKMASTERS TO THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION TO BE USED BY THE DEPARTMENT OF SOLID WASTE, CRANE AND RUBBISH OPERATIONS; FURTHER AUTHORIZING THE PURCHASE OF TWO (2) 1/2 TON PICK-UP TRUCKS AND SEVEN (7) CHEVROLET S10 BLAZERS FROM MAROONE CHEVROLET IN THE AMOUNT OF $106,785.00 UNDER CURRENT DADE COUNTY BIDS #1685 & 1708-OEC-CW, FOR A TOTAL AMOUNT NOT TO EXCEED $1,665,300.00 AND WITH FUNDS THEREFOR ALLOCATED FROM CAPITAL IMPROVEMENT PROJECT NO. 353010, ACCOUNT CODE NO. 329402- 840 ($1,058, 515.00) , PROJECT NO. 3530051 ACCOUNT CODE NO. 329402-840 ($500,000.00) AND PROJECT NO. 509000, ACCOUNT CODE NO. 420901- 840 ($106,785.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received December 18, 1989 and May 25, 1990 for the furnishing of heavy equipment to the Department of General Services Administration/Fleet Management Division to be used by the Department of Solid Waste Crane and Rubbish Operations; and WHEREAS, invitations were mailed to numerous potential suppliers locally and state wide and sixteen (16) bids were w received; and WHEREAS, the General Services Administration Department needs to purchase two (2) 1/2 Ton Pick -Up Trucks and seven (7) Chevrolet S10 Blazers from Maroone Chevrolet under current Dade County Bids Nos. 1685 & 1708-OEC-CW in the amount of $1.06#785.00; b� 5 -+C funds ate aVayi sble from Capital 11iPr6VOILInt ' +fO ect, Not 383010, Addount todo No, ' 329402-840 (1050 #51S.00) 3 Project No. 353005, Account Code No. 329402-840 ($500i000.00) and 'project No. 509000, Account Code No. 420901-840 ($106,785.00)t t ` and WHEREAS# the City Manager and the Director of the Department of General Services Administration recommend that the bids received from Heintzelman's Trucks, Palmetto Truck Center, Neff Machinery, Cedarville Mfg., and Metro -Tech be accepted as the lowest responsible and responsive bidders and that the purchase under Dade County Bids No. 1685 & 1708-OEC-CW from Maroone Chevrolet be approved; 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 December 18, 1989 and May 25, 1990 bids of Heintzelman's Truck in the amount of $511,065.00 to furnish three (3) cabs and chassis to mount cranes and twelve (12) 32 yard rubbish dump trucks, Palmetto Truck Center in the amount of $241,800.00 to furnish one (1) ten yard dump truck and five (5) cab & chassis for 25 yard packers, Neff Machinery in the amount of $320,700.00 to furnish three (3) warrior cranes,. Cedarville Mfg. in the amount of $352#000.00 to furnish four (4) DeVault cranes, and Metro -Tech in the amount of $132,950.00 to furnish five (5) 25 yard Packmasters to the Department of General Services Administration to be used by the Department of Solid Waste, Crane and Rubbish Operations for a total amount not to exceed $1,558,515.00 are hereby accepted with funds therefor hereby allocated from Capital Improvement Project No. 353010, Account Code No. 329402-840 ($1.05$,515.00) and Project No. .ti h�. 353005, Account Code No. 329402-840 ($500000.00) , ,. 2 ., i i 6 a APPROVED AS TO FORM AND CORRECTNESS: r CIT ATTORNE - 3 - R L. SUAREM J MAYO 'i RE iil ?i: ISecemi�er 1g,- l9.Q9 Z 3n p.m. am Metro Tech Equipment . __ .._i_--LA 7 A. Municipal Sales & Leasing Inc. Rav Pace's Waste Equipment Linder Industrial Municipal Equipment Fruehauf Corp. Navistar International Fleet RECEIVED , 1 1 envelopes on behalf of Procurement ..� �tr rtrnRn; SIGNED: DATE: Itetelved the hwe nabovt described checks this day of - . 19 An connection with the hervinabove Cited bids, w Mc+ were need to the un r:iEne *n al! op g ACC04intin& Division (or ) (City rt;;;nt) SIGNED: DATE: .jl F VYV.• �' i Ci Y OF NIAMI, ILA. r Sealed bids will be received by the City of Miami City Clerk at Tr her office to ated at 3500 Pan a ve, Miami, Florida not later than for the furnishing of ) approximateeces of Heavy Equipment for the Department of General Services Administration/Fleet Management Division. Bias submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10538 established a goal of Awarding 51% of the City 'a 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 of Miami Minority/Women Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. },_°j4 jY:.ua�enwwvaiuyz+wnW�lwc+(eM.iribwaev+ve+wW4th�W+ „h MAN i to Lon SK br. ..: 575�-.]� rye Abi j alDIA ti { OS kk - one Pu' 6tta61W advo klWftnt (numb9r at amen) i " v Ibgalxx CI88 Mod —display `eaal - November, 30,'"'1983 5 � � date L � � Hide No. 89--90-0 s Sealed bids will 'be. xl Fitt Mt�l words of advenistrrt�nt: , p F{? L " Approxitately135 pieces of Hea uipmant Copen T #, ou }FINANCE DEI�AR��+IIENl �+IL'if� DO NOT TYPE�ELOW THIS UNE. FOR USE OF r y LINE PUBLit2AT�fv ADNFRTISEhNENT F ` Miami Review p S .-'I P9!', .,r `.5. tL- .ta 4 i� D E DATE T T Adv, ufES VOUCHER YY MM Dp t�oc. IRefeo� , pG�A1�IVV�N�t�77 " x 11. i3 : 17 18 34 W 42 145, 21 54 51 66 la7 yk- 1 7 g V P. 1 311116 DESCIMPflON ' - s lc�w acr Y= SilviTj o: endo t Cit t C Ir Do""Ce F Ink /VA Maria y 1Iw. k . V _ S C�' VI.; CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: DATE FILE Honorable Mayor and Members of JUL - 3 1990 the City Commission SUBJECT: Resolution Authorizing Award of Bids #89-90-042 and #89-90-116 & County FROM REFERENCES: Bids #1685-OEC-CW and Cesar H. Odio #1708-OEC-CW Purchase of City Manager ENCLOSURES: Heavy and Light Equipment RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution awarding* contracts for the purchase of cranes,, trucks, light vehicles, and other equipment in accord with the following: Neff Machinery, Cedarville Mfg., Heinitzelmen's Truck Center,, Palmetto. Truck 'Center, Metro -Tech, d. and.Maroone Chevrolet as the lowest complete responsive bidders. in accordance with Bids No. 89-90-042, No. 89-90-116 and County Bids No. 1685-OEC-CW and No. 1708-OEC-CW.- This equipment will be used by the operating departments including rubbish collection operations. The total cost associated with this purchase is estimated to be approximately $1,665,300, which consists of the following awards: AMOUNTS VENDORS $320,700 Neff Machinery. $352,000 Cedarville Mfg. $511,065 Heintzelmen's Truck Cent ' er $241,800 Palmetto,Truck Center $132,950 Metro -Tech. $106;785 Maroons Chevrolet Funds for this purchase.. are available from the 'Capital Improvement. Project, Account No. .329402-840,,- Project No., .353019 in the amount .of $1,,058,515, Project No..353005 in.theamount of $500,.000, and*Genoral Services Administration DepArtmenti Account No, 420901-840, Prbject No. 5090001n the Amount of $106,785. The .,General services AdministratiQn, Department Fleet Management, Divisionhas analyzed, bids received pursuant to Bids No., 89-90o 042# No. 09-90-116, and County Bids No.,'1685-OZC-C-W and.No. 1708 a3 C kt G 1 s v. t Honorable Mayor and Members of the City Commission Page 2 = OEC-CW .to ..furnish heavy equipment, light vehicles , trucks it and is - other equPmen As a result of the bid evaluation, recommended•that the awards be made as follows: Neff' 'Machinery 3 4341 N.W. 76 Avenue = Miami, Florida 33166 — Non -Minority Cedarville Mfg. 4 Douglassville, PA Non -Minority. Heintzelmen's Trucks 3 _ Orlando, Florida Non -Minority 12 Palmetto Trucks Ctr. 1 Miami, Florida Non -Minority 5 _ Maroone Chevrolet 2 Hollywood, Florida Non -Minority. 7 Metro -Tech 5 2960 N.W. 73 Street Miami, Florida 33147 Eton -Minority nF��,Tp TO /COST, 1990 Ford CF 800 32 - Warrior. Crane Unit Cost: $106,900 Total Cost: $320,700 1990/91 CMI-25-IMT Devault Crane, Unit Cost: $88,000 Total Cost: $352,000 Cab & Chassis to Mount (3)' Bucyrus Erie Cranes Unit Cost: $26,511 Total Cost: $79,533 19.90 Ford F800 32 Yard Rubbish Dump Trucks Unit Cost: $35,961 Total Cost: $431,532 10 Yard Dump Truck ;. Unit Cost: $41,800 Total Cost: $41,800 1990 Ford Cab & Chassis for 25 Yard Packer. .Unit Cost: $40,000 Total'Cost: $200r000 1990 1/2 Ton Pickup Truck Chevrolet Unit Cost: .$9.54$ F Total Cost:. $190,096 r 1991 Chevrolet S10 Blazer (2 Doom' Unit.Cost: $12,527 Total Cost: $$7,689 1990 Leach 2R11 25 Yard Packmaster Unit - Cost:• Total Coat: $132, 950 Pry ,.�. 0 ZN r t _ r } h. i, - • 4 ?�g 1 i Y ' Honorable Mayor and Members of u S s the City Commission page 3, Y # $ f►trtQi�NT OF A S: $10665, 300: # } t �OL�GE OF • EUND$ t r_ available from the Capital rain is . for.`, this purchase are 329402-840, Project No. 353010 Improvameant Project, Account No. Sect - ,' in ` the. aMOur►t of $1, 058, 515, Project No. ra Non 500000, inttht j s `$5fl0;000 '' and Account No. 420901-840, amount of $106,785. Enclosures: Proposed Resolution Bid Tabulations r 11 1_.. _ .. d 4 I 1 vim, E ;fire i • y �_ �k x • + ... vl+ V • f k.► 3 3. i W 10 ti a WI CITY OF MIAMI, P 1.C1010A �Nfi q�O FCC MUMOAANDUM iU OAIE William J. Qvhaut Procu r.'OtI aht suporviso>ti' ji ji Pro ureme Management division $ue�ECT ` side #89-.90-042 and #89�-90r-216 & Caunty Bide #1663-0SC�-CW and FAOM. REFCAFNCES : # 1708 -OEC -CW n E. 1 ma, Director purchase of Heavy and. Ce�bY'al car i06a Adminiatration imcLosvorm : Light Rquipmont` This department has verified availability from the solid Wavte- Department Account No. 329402-840,, Prejaot No, 353005 in,•.the< amount of $500,000 and Account No. 329402-840, 'Project do 3E3010 in -the amount of $l, o5e, S13 and General Services Administret,ion Department Account NO, 420901--840,.. Project* No. 509000 in amount of $106,785. FINANCE, REVIEW & APPROVED BY z ADDZTIANAL APPROVATA ., (ii► required Carlos Garoia Director Educed-o Riisri4uea, Manager Project - Department of Finance Capital Improvements i' DKJDGETARY- REVIEW APPROVED BY: Nam—.- . . _. ,�......_ Manohlar Surana, Direotor ......,....,, ., NIAL Prank Caatatwaid4 f. _ plr,Qc�t�r Department of Han4oement Community Dsvoldppent. and Budget - _ - 90L'- 07 'cF € r r r F l S VA j,3v 1 ju r •_i A c F rL::R. A MiamY' f'1 33233y0708 P R-.�IU REMENT MANAGEMENT TELEPHONE NO. 575-•5174 a DIVISION 3+ BID NO, 89-90!!042..._._ u__ BID SHEET w YMPORTANTs BID SHEET AND BIDDER ACKNOWLEDGEMENT MOST BE R�""Eb BY BID MUM"R, �� a DU L CATB IN THE ATTACHED F.MVWAPK IDENTIFIED IF SECURITY IS RZOU RED♦ A` BID iO3Lt. ,; }-' --' AND DATE OF BID OPBNINGI• ACCEPTED Ubf ES3 THE DEPOSIT OR BOND IB SUBMITTED 18 "IS Ter�as=�At 19. ygy,_,_(Inelude cash discount for prompt, payment, Lf. any} - Additional discount of 0 S i'f awarded all items. warranty and/or guarantees warranty sheets included State any variances to specifications (use separate sheet iE necessary): Deliverysvnrious calendar days required upon receipt of Purchase Order. Delivery Point(s): General Services Administration -Fleet Management Divis 1390 N.W. 20th Street - Miami F1 33142 In accordance with the invitation to Bi , the Specifications, Genera 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)s OF COMPANY OFFICERS: ,ftMAKES A IV 't' I•pe SS ?Lease use the ac o this page if more space s necessary. Nano of individual holding license in -this profession.(if applicable) N/A MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of - Ordinance No.•10538, the Minority Procurement Ordinance of the City of, Miami,. and -agrees to comply with all applicable substantive and procedural provisions. therein, including any amends�ents thereto. - BIDDER. -Palmetto Truck Center Signature-: Tcompany name .. Print Name: +- . 4 —51 �S Iadicato if Minority* Business: Date: -. C 3 .Black [ a .hispanic E 7 Women t a FAIIAEE TO COMPI= SIGN, AND RETURN . THIS FORM MAY OISQt1ALIP7C 1'HI57 1 ` 90. 2 ✓£ i s i r _ a i PROCUREMENT MANAGEMENT Miat1., F1 33233•-0708 , b VISION TELEPHONE NOS BID NA. BID . FE�BB'I' s, iMPOBTBNT! BID SIMET AND, BIDDER ACKNOWL11DOE T MUST DS �itt�� , �� D„ PLI rl'g IN THS AZ"I'ACHSD EUVELOPIS IDENTIFIED at BID ND[rYBEt AND DATE OF BID OPENING- IF SSCURITY IS R *QUIRED0 A BID. WI ACCEPTED UWASS THE DEPOSIT OR BOND IS $uamITTED IN THIS ENVE1,0P'B . Terms:�1 l7q� Ajo�T (Include cash discount for prompt payment, if anyY Additional discount of--}` if awarded all items. Warranty and/or guarantee: State any variances to specifications (use. separate sheet if. necessary) Delivery:_.�calendar days required upon receipt of Purchase order. Delivery Point(s): General Services Administration -Fleet Management_Div s 1390 N.W. 20th Street • -_ Miami F1 33142 In accor ante with the nv tat on to Bid, the Specifications, snare 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 COMPANY OWNER(S): NAMES OF COMPANY OFFICERSt (!?-lease use the Back of this page if more 's ace s necessary Nate of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIAWS E The undersigned bid er ac nowle gee that t asp received a•copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City•of Miami,. and agrees to comply with .all applicable °su6stintiVd `and procedural provisions therein, including any amendments thereto:' BIDDER: _s, w 1�i�{ ..`C 4' Signature: . ,e . j _ coxp4ay name) Print Name: k, Indicate it Minority Business: pate: '- Black E. ).Hispanic [ Women _ FAILUSM To COMPLETE. Blame AND RETURN • THIS FORM MAY DI AGivy '1�ilIN w _ • .r e `;t t r nt . Lvxi Ut1 ..:. u�•:. OiOH y: Miami, rt 33233- PaoCUREMENT MANAGEMENT TELEPHONE NO. V5.5174f — DIVISION BID MO. 89�Oi — r - OID SHEET , IMPOfITA�i"r: BID 'SHEET AND BIDDER ' ACK LL�IE �D SYbMUST ENC�� 1�'rX DU L CA'i`S' iN THE ` ATTaclse ENii'ELOPE IDEN BY 2S' REQUIRED, A SiD' WiLi� ��! BE AND DA#fj& b +' BID OPENINQ. IF SECURITY DEPOSIT OR BOND IS SUSNiITTED IN TNIS ENVELOPE-,., ACCEPTED UNLESS THE rerss ,. D (Include cash discount fox prompt payment. if any ' - Additional discount of if awarded all items - warranty and/or guarantee:' - State any variances to spe it-ications (use separate sheet. if - necessary): jk -11 .t11AC fal_e"deer- 0 calendar days required upon receipt'of Purchase order. Delivery: - 10 Delivery Point.(s):_nenerai Service Adminictr_tion r1 a yt naQPm nt 1) JS" • Miami FL 33142 in: accor ance w th the invitation to. Bid, t e Spec scat oGeneral Conditions, Special Conditions, and General Information to Bididdeirs,=.,ise bid agree to furnish the Item(s) at Prices indicated on the attached . sheet(s).. - NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: 1wr f/�• lease use the back of this page if more space is necessary Name of individual holding license in this profession. (if applicable) - MINORITY PROCUREMENT COMPLIANCE y The undersigned bidder- acknowledges that it has received, ,.a '��?�►Y Q� ordinance No. 10535, the Minority Procurement Ordinance'of thex.z iCyf *Miami, and agrees to comply with all applicable substan, tine and .. procedural provisions therein,. including any amendments th2ef 3:DDERs , 'r. Signatu : ; tcompany name Print Name: Indicate if. Mip6rtty Business: pate: N 7 Black . 41 Hispanic C ]'Women FAQ%L�RLTO C4MPi+ET$• SIGW, AND R.ETiiRN T"'II' �•nu' aasv r��rcrir��ri�a+����r:er . } l ri 40 i�1jVr,►vi1t1i1 i - �, itll 9U tilU No. S: DID SHEET qO BX S`i' BE JUMN IED 41A BID SHEET AND BIDDER ACKNOWLEDGEMENT My IMpolkTANT gID-t�1t'MBER,r '°TIME DUPLYCATE Ito THE ATTACHED EI.OP$ IDENTIFIED SECURID IS A DID WILL NOT' SIN z AND, DATE OF BID OPENIN©. I THIS ENYEt,OPE IS SUBMITTED ACCEPTED UNLESS THE DEPOSIT OR BON , - elude cash discount for prompt payment,'" if any) ?tet 10 Days y (In -Terms: Additional discount of 0 if awarded all items. • Warranty and/or guarantee: See attached ;•• ". State any variances to specifications (use separate et�eet if necessary): Delivery: see tt_calendar days required upon receipt of Purchase Order.' Delivery Point (s) : g4nera l Serytegg A mini RtXAt4 nn-F1 eP+Managsafflsnt DJXiSir" Miami, L 33142 ' in error once with t e nv tat on to Bid,, the Spec cat ions, •-General conditions, Special Conditions, and General Information to Bidders, we indicated on the attached bid agree to furnish the Item(s) at prices sheets) :fir.... NAMES OF�COMPANY OWNER(S)z NAMES OF COMPANY OFFICSRSs .Jesse T. Grubb Jesse T. Grubb, President TPlease use the back of thIs page 'if more space is necessary) Name of individual holding license in this profession (if`appIicable) MINORITY PROCUREMENT COMPLIANCE ,he undersigned bidder, acknowledges . that It, has received . a copy o*f ,-rdinance No. 10538,•the Minority Procurement Ordinance of the City of. :!ia-ani,. and agrees to .comply with all applicable substantive, and procedural provisions therein, including any amendments. -thereto.. j BIDDER: Cedarville Manufacturing, Tnc. Signatures ��f/ �.L+�� suei ni upne noiia.ui[ie.ei u11L g` Company .name , .. Print Name: Douglas R. Kirin Indicate if Minority Busineesz Date: .Nay 22,1990 Clack C 3 Hispanic, C 3 Women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY DIVISION TELEPHONE NO. 576-5174 BID ND.w,,.8` BID SHEET two BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETUitNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED SY BID NUMBER* TIMM AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS'THE DEPOSIT. OR BOND IS SUBMITTED IN THIS ENVELOP86 'terms: NET-10 - DAYS (Include cash discount for prompt payment, if any) Additional discount of -O- % if awarded all items. warranty and/or guarantee: ' 18 - MONTHS State any variances to 'specifications (use separate sheet if necessary): ._._hMM. , AFTER RECE PT OF CMSSTS Delivery% 30t_ alendar days required - Delivery Point (s) : General Services Adm_in_+'_atrati on-F._1 eet_Managgm n _ isit Miami FL 33142 In accordance with the invitation to Bid, trie Specif at ons, Genera 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 OFFICERS: MR. CLIFFORD E. DEHARI8 MR. CLiFFORD E. DEMARiS /FRESinEw MR. DAMES LAMBERT MR. JAMS LAMBERT /SEC. TREA.AMER MRS. ROMA DEMARIS /VICE PRESIDENT lease use the back of -this page if more space is necessary Name of individual holding license ic: //rofessio (i apcable) MR. CLIFFORD E. DEMARIS ,�l� _ //.f�,/_1 MINORITY PROCURE RINT A2MPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance -No. 10538,•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: METROS -TECH EQUIPMERr CORP. Signatur : company name Print Name: RD E. DEKARIS Indicate if Minority Business: Date: MAY 74, 1990 Black [ ] Hispanic L ] Women FAILURE TO COMPLETE: HIGH. AND RETURN THIS FORM MAY DISOU^LIFY • r p t zpk;k 90 { �w1 POTENTIAL BIDDERS: BIDS RECEIVED: TABULATION: FUG: vtr�aa..�,viia r 46 12 attached Capital Improvement Project No. 353010 Acc. Code No. 329402-840. MINORITY/WOMEN PARTICIPATION: Invitations to bid were- sent to six (6) Hispanic, one (1) Black and two (2) Women owned firms engaged in the heavy equipment sale business as located in these sources: 1. Vendors applications on file in Procurement Management 2. City of Miami Minority Vendor Directory 3. Previous bids on file in Procurement Management 4. Yellow Pages Telephone Directory Minority response consisted of two bids from Hispanic firms. BID EVALUATION: Cates Prior Bidders Black American Hispanic American Women Owned Non -Minority New Bidders Black American Hispanic American Women Owned Non -,Minority Courtesy Notifications "No Bids" Late'Bids 'Totals All bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bid Number of Invitations Mailed Responses 0 0 4 0 1 0 21 5 1 0 2 2 1 0 16 5 21 0 , 0 67 23 :l �y r 2 Page I -of 2 . Reasons for *No Sid" were as follower 1. Linder industrial "Do not handle this type of equipment : g. _ Aunioipal Equipment - "trot a supplier of .'this equipment*. 4. pruehauf Corp* - "Unable to manufacture to required speca"*.- 4. Adams neaind Machinery Co.... "Unable to furnish this type of equipment". " 5. N.O. Moody & Sons inc. Do not represent mfg. o£ products requested". G. Vokes Equipment - "We are not dealers for this type of equipment". 7, Fontaine Trucks Equipment Co. - "Can not meet specifications". 8. Kelly Tractor Co. - "We do not offer these products in our line". 9. Rowland Equipment Inc. - "We cannot comply with these specifications". { .10. Peterson industries, Inc. - "No Bid". 11. Hesco Sales, Inc. - "Unable to supply at this time".. RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO NEFF MACHINERY IN THE AMOUNT OF $320 000.00, CEDARVILLE MFG. IN THE AMOUNT OF $352000.001 PALMETTO TRUCK CENTER IN THE AMOUNT OF $200,000.00, AND METRO -TECH IN THE AMOUNT . OF $132,950.00 FOR A TOTAL PROPOSED AMOUNT OF $1,005,650.00. o ' Procurement Supervisor i E i s - i Date page 2 of 2. POTENTIAL BIDDERS: BIDS RECEIVED! TABU LAT ION : FU� NDS : Bid No. 09�90-042 Pi teen (15 pieces of Heavy Iquipmont General. Services Administration Single Purchase This equipment will be used by the r Solid Waste Crane and Rubbia'h Operations. 29 4 attached Capital Improvement project No. 353010 Acc. Code No. 329402 8 40. re, sent to MINORITY41nisrpoan N PARTICIPATION: Iand three (3) Women vitations 'to bid eowned firms six (6) ic, one (1) slack engaged in the heavy equipment sale business as located in these sources: 1. Vendors applications on file in procurement Management 2. City of Miami Minority Vendor Directory 3. Previous bids on fileinProcurementManagement 4. Yellow Pages Telephone No minority response received. BID EVALUATION: All s iset anth analysisecif i of iothe Followin9 Invitation to Bid: Number of Bid Number of Invitations Mailed Responses Category Prior Bidders 0 0 Black American 6 0 Hispanic American 1 0 Women Owned ..11 4 Non -Minority New Bidders 1 0 Black American 0 0 Hispanic American 2 0 Women Owned 8 0 Non -Minority Courtesy Notifietions 21 0 4 •"No Bids" 0 Late Bids — Totals 50-=� 8 • A F. i° . T 5 -ri 10 - h2 5t fi'•e ' 9e686h6 for "eta bid" were as followst .. Linder Industrial -"gib* not handle 'this type of equipfient"• 2.. municipal Equipment -. "N6t a supplier of this equipMent"o 30 rtuehauf Corp. .. "Unable to manufacture to required speed*., y 4. Navistar 'International Fleet "unable 'to respond in time frame allowed". RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE. MADE TO HENTZELMAN'S TRUCKS IN THE AMOUNT OF $511,065.00 AND PALMETTO TRUCK CENTER IN THE AMOUNT OF $41,$00.00 FOR A TOTAL PROPOSED AMOUNT OF $552,865.00. Procurement Supervisor Date page 2 of 2 ti r - ... r• a+a.. f..M la .aY is a.. .. ♦•.. ! a.♦ ..a 7, Y"k ,z1'fr>-r..: TAnt3?�?�TIC�N GF i37n5 Yr.l...• •• f]if.L`F;IVEL9 k'OF' Ri34PI!i11 i+N ��A'N��i�l�i`� PICKUP • 9 .�• ].. Ir(�rr. w. - . � ki3t3 9U1] r r � ..' �•.iNM��MM�.IMr. iM, M.yV.f�y ---- '-i_►.wr.•�i_S-aw:r.:...•M.M.NON=`�.Ji.'4.NI►afti.t�iwiR.Y.NAI.f..T YRMMIVI.Y.AIti1w MJ1. '�.I.N MM•H1�M.MfMM r..t w.•M ►. +.. NM�►�ItiY.YIyy... _�.� +4 „.M •�.f�� 'i 3LD My,'. .. BIDDER Ut:�IT PRICE OPTIONS TOTAL, WARRANTY DELIVERY .. DESCi L T3�N a✓►MA�Y�FMi/w MM ....LET MAKB, fx 110DEL . PRICE � p. T'v w . ? �N :..rf .. —IWYa i. •-_— -_`—.- 11.iY 1„w ♦ MN..i�AMrI�N#Yi.r�I,M«Y+u_-0.++aV.wM•� . - MrJ_w.w.. • 1r!) _Rubbish' Pilck-lup Cedarville 14fg., Inc. $88,000,00 Valid for ~, 352,000.00 M,2chanical Component lst On, it lioni►linar.ityp � } 120' Days Pacts Supplies Cranes Douglassville 9 120 Da -:,i Y {5) Months 2nd Unit. -Sy Mehra Tech � - tryf Item ti PA 19518 Last Day Structural 95-Days_ Equip Miami _' Devault Crane 9/l/90 Components One- Unit Fla, (4) Fom 1990/91 CMI (2) Years Every 20 Model-CMI- Da s y 25 T14I Thereafter :- 25T/15+10 Shelley $113,700.00 $11137F000. a Mechanical 2 Units Non Minority n Tractor a d FcL 9fl Days � Components 120 Days Equipment Good till (5) Months One addi- HiaLeah, FL 7/14/90 Structural tional 1990 Bucyrus Components Unit Model. H3 (2) years Every 30 Hy:•3rocrane Days After PO Box 2331 the First Hialeah, FL 2 Units. Neff Machinery $106,900.00 Orders 326,700.00 Truck 2 Yeare 120 to 150 Hispanic Miami, Fla Valid for Placed Cranes 1 Yetr Days Has outtigget 1990 Ford 90 Days After Parts 90 Days No Springs CP 8000 32 July-15 7/14/90 Labor -Lockout Warrior Crane 1990 Price Will have 4343 n1W 76 Ave includes a 4%. Miami, FL Truck and Increase 3 .TMM 33166. Crane IP tea' ? '. ♦ . .. �.. .. � ,Y. ��..y+sg.. =tPY ., �. .'q .:. r-.,-. _. + FYI �r .r�d.-ann •, .+4 ..tS T'Y:N"�+ "Y"r l� 3.._. . S..rc� �` :_�-,. ._�.� �..;; � _. _ '. �. .. : _ .., �. �. s •. 'yV• Sr':�' .�?r�'�+...t �y S. I ORt;UtJEFi11L SERVICE: I�U S�.MMI• ra. ..N a-.. ..• w.. ;Ji;�'nt2�ICi3T Aft � t z. `n �' .. r.. a. a+waMV .a •-i• •. y. NM FLEET MANAGEMEN'P DIVISION N+- an... ar. •. E ,. �, a'�y' �.�.r.rr.a.w4..rw�...N r . an.N�-ar. IV Ilt T A.TION OF SIDS. RECEIVED FOR 25 YD RED L P1�ME _ _ �■ � - BID ,89-90 116,...,, ITEM Iv WAaMNTY DEi, V E Y CO E : O � 1 - £R BIDDER ar ' P RI C E OPTIONS TOTAL r NI --- _ NNa. .... PRIC E p'IJN MACE ...«,..-. G r, $27,284.00 #1 $2418.75 $136,420.00 (1) Year 30 to 45. Days Non Minaritlr hear ,Steps on 25 _ 3tard outhland S - #2 $4196 25 +Option s 3tef+use 'Packer Equip,, Corp. valid for 90 Days 0� 13 $($957.00- $; 37 860._ o4dea Qnly Hydraulic Pump Body 19.0 EZ pack $28,442.00 40 Gal Vs. $I74,280.00 Only'30 GPM Item 1V Goliath Rear For the 80 Gal.) instead -of Loader Model Remainder 42'.GPM GL-370-25 of the P.O. Box Production 1046 Bartow Year FL 33830 10/1/90 - - - - - - — -- — — -. • _. a _ S a. Metro Tech $ 20,975.00 #1 #2 $18UU-UU $2725.00 ;?1u4,01U•WW + Options •'"• `."'."..' -Days Equip. Corp. 1990 Leach Valid for 120 Days or #3 $1090.00 $ 28.075.00 2R11 For Remain- $132,950.00 25 Yard ing of Packmaster Current Pro- 2960 NW 73 St. duction Year Miami, FL Ending 33147 11/30/90 RayPace-Is $24,040.00 #1 $1000.00 -$120,200.00 (1) Year optional 5 30 to Days 45 Non Meetsinority Equip. - wasteYears Valid for 90 Days #2 # 3 $1450.00+ $ 300.00 Options 13 7 0 00 •_-� --� - Years Affirmative Action- ReC,( uire- 1990 Load- master 25 Y or till $133,950.00 $3500.00 . menus-io full cu. vd- EdgE. 7/1/90 width rear step degg' ,,=,..aq, {r��NG4"Y '•s'�r-:' .,. 3,.^:. �.: a"Y �,r„ 7 -. :;iT _ -. •-. : - .._. '. }t. '?H^ :. 0 -to` 45 No .i nor , ty Ray Pace's $24►440.00 #1 $1000.00122,?UO.�IU f'1)=Year + Options optional 5 Days. K06ts Waste equip• valid for $2 $1450.00 C�- 13 750.00 Years 0 90 Days #3 $ 300.00 ....,.,.�......,..... Action, Rert�ie; 19.,o Load- master ©r till $135,950.OQ $3500.00 ments,410.fU :r Model Lt+l 425 7/1/90 width rear step 2201 SW 59 as .per ANSI ti Ave. West standard. Hollywood FL 33023 30 to 45 Non. Minority Municipal $23.680.00 41 $1960.00 $+10�tiQnsO (Additional Days �. Sales .and Valid For #2 $2440.00 P Leasing 90 Days #3 $ 670.00 5 25.350-'00 Year a $143-750.00 $1500.00 1990 Pak-t or' or till i/90 R-325 B.- Po Box 90306 Lakelandr FL 33804 a ,,.u. i, .7i. .. kw33'.µ u+ka.. i:'rbi*.'".;�. g.t, e. ,,... .,• ,;. .:.k ...-::... K 'i�� xC'={. 7 i+ .�.�. .. _ _ ,- ._._ _: __ � - :a _:dr -.+.t n'q� �.Sp t. .,' _ ... a. �..a. •w a•yKaw a1• �..t ' f :T A11AGE!�t:N l IUI J i• ' �.: �: .fit �c <,. „v s , .FI 'a.Er.a..w -i•a.r.. TABULATION OF RIDS RECEIVED K- BIO89--90--1 •I••• `+.+... eyL�ff.°+,- rwa.wr�vr.YYn�1. .a. wua•♦ - { S ••' rwxYY�►MI.Y•IiMKI.r IKI.1•/i►/�I\.�•'••�d' . .. ' WAFRANTY D LIVE {rtY fir• CQM ENTS Y3 TSTL.£.5 RIDDEtt UNIT .PRICE OPTIONS TOTAL ..,....•..K.... S t APT ON KE & MODEL PR .ICE $42,308.86 $211,540:30 sasic 12 Months. 90 to 180 oni4inc�rity, i Cab + Palm Peter- or 100,000 Days 1 Chassis for bile Valid for Miles Major 2!5 Yard GMG 1991 the remain- Components Packer make -Peter- inq prod'. 36 Months or '' itemV bilt Year 300,000 Miles i — trodr�_.. 320 10/31/90 I 2441 S. State P_oad 7 Ft. Laud. FL 33317 Palmetto $40,000.00 Trucks Valid for 1990 90 Days ;V Make -Ford 7245 NW 35 Si. Miami# FL 33i66 $200-000.00 (1) Year Un- 90 to 120 limited En- Days gine and Drive Train 2 Years un- limited 100% Losada Truck $50,910.00 $2.54,550.00 12 months or 90 Days and Equipment Valid.for 100,000 Miles-. Make White 90 Days Power Train 36 Months or OMC 300,000 Miles Model MIG-64 6000 NW 77 Ct. Miami, FL 33165 Non Minority 'P .4 b *q OF G E 0 E.1 *'L SER I I M ADk S' 1'4 Al I I DEPART* T PURCUSE F EV"q- ' - - ..AFT r i6�6 -H. BID # 89-90-042 S;DTITLE DESCRIPTION BIDDER MAKE & MODEL UNIT PRICE TOTAL PRICE.- WARR _hNTY_ DELLVERX-: QM1%NTS ----------- item no. I Cab- S Chassis To Mount (3) Palm Peterbilt GMC Trucks Ft. Lauderdale, FL 1990 GMC C7H042 $27,618 $82,854 Variable 120 Days Non- Hihority, Bucyr-us Erie Cranes Palmetto Truck Center Miami, FL 1990 Ford F 800 $27,,200 $81,600 Variable- -.90-Day4 Non - Minority 11hp Heintzelman's Trucks Orlando, FL 1990 Ford- F 800 $26,511 $79,533 One Year & Variable 90 Days Non- Minority Lowest Responsive Bidder iy t„Fk-x^^r. ....tea r. ,..: �. _s Y+, 1..... .. .- .�*ei. .�... �_ -.. .,. .: .•,;.�. zTv. ':C. iy. ',i."". . „ate n_..:� .:. t .:,. ., d::.• .. '�..., ..: � p„�"�, b m ,, D_E_P_AR_TMEN_T�OF CFNERR&L-SFRYI ASNDMINI.......... S ATE h TA3U1ATION OF BIDS RE E 9ED 12HEAVYIPMENTPu s, „ti,r.wr r.�rrrrw+sr�+r.w...w r ._.....w.r�-.�.,........ --BID # 89-90-042 N ^+ 810 TITLE is . � O E S�PT Ii� N $IDDER ._.___...,._.._....._..~MAKE MODEL UNIT PR,�ICE- yTOTALQRICE ~WARRANTY,._ ,,DEL, I1ER ....._.._qR . •* alm Peterbi 1 t , 1990 GMC $36,18.0 $506, 520 Variable ` 1W .Datys Non►- tu Rio. Ii 0netitv yard Rubbish ip Trucks �12'T�SLVB GMC Trucks Ft. Lauderdale, FL almetto Truck enter iami, FL eintzelman's rucks rlando, FL ay Pace waste quipment, Inc. ollywood, FL ay Pace waste nuioment, Inc. C7H042 1990 Ford F 800 1990Ford F 800 1990 Ford F 800 1990 Ford F-800 $36,500 $35,961 $36,651 $35,371 $511,000 $.431,532.00 $513,114 $495,194 Variable one Year variable Variable. Variable 90 Days Non-. iminoglty 13.5' Days Non-. iHin6rity 120'Day6 Non - Minority _ Alternate �..: ;,y�. ��`. RIM ,}�. a: ^c w a =+ a. � ;, `�+h' ?sa s;;:• �� � ,,_{y,, .. . tea- , - _: , .. .. ' a'z '.� x��' 1 -«!. ',.: � ... i ,2.....;. f ;�r - ..x, , v.rt ; .. r .'... :• .. - ".w t >'t*. +, 1 , f? ..i, 35. `Rt `t `.._ tlR � •�''✓ ' •' ., �, .; .: .. - Tl:. .. ,� T.. �, r .•.. , 1 :. c .'.. t: 1. �; I ref, . .,1 T . �.F. s . ..� r' , �, '` i "°gym :�FT� . i . � .'1- •, �` � ',;�: �.....'• �xrl: �lti Alr,.:1 N: t.� �!.t)5 .!'I, t~�.. :.'�' I :t��r• p.� �6 1�2 ' ... _.. iN i S I D' T T>LE DESCRIPTION r.,. .. BIDER .... _n-._wr...rr ... . MAKE & -MODEL .....wrrr......r.. r. UNIT PRICE ,, I .r.,...srr r... r0TAL PRICE .,-.. .. •.......,....... ,w'rr......�.n..a.�rr Y?ARR�ANT7f " E DELIVERY k w..•wr /`.GMi4S1"rF5 � r+iw�r� ,I tem -No, V Palm Peterbilt 1990.GMC $37,917 $37,917 `Variable, -_120'.Days :Hon-- 10 Yard Dump GMC Trucks C7H064 Minoritlr Truck Ft. Lauderdale, FL Subatitted letter Witheravina Bid Palmetto Truck 1990 Ford $41,800 $41,800 Variable 120 Days, [fan- u Center FT 900 minority Miami, FL Lowest Respon,sivre Bidder • t Heintzelman's 1990 Ford $44,556 1 $44,5 6 One Year 90 Days "ion - Trucks LNT 8000. Variable jMina_il-y Orlando, FL Ray Pace Taste 1990 Ford $44;813 $44,813 Variable- 135 Days Non - Equipment, Inc. LNT 8000 ( C�9inority ; Hollywood, FL '-Ford � Raw Pace Waste 1990 $46;189. $4.6,189 Variable 135 Days � Equipment, Inc.. .SAltetr�atej ' LNT 8000 � � � � Ilion- minority. r�! :"4N �yDE COUNTY Np. �1�=3�`1CC CW C?w f ar PROPOSAL. f0R t k ECONOMY SIZE UTILITY VEHICLES ±marteuse assassaa»=ssrta_ars;_ssswesfsasauresrsmarasassas..etarsaslesstsls�ssnsstertrsss as5ltt __:cost M Quantity Description Unit Price sssesaamaaseesass=satss!>�m:; 2saansassleasysslass+esssssssltssssll++rsrtsesshtsacsasstlsrYadilen=��=':.+ Q. �991 1. Two.nty-four (4L4) Economy Size Utility Vehicle fain as per Bid Technical Specification 00.9 . (1989-90) MAKE AND MODEL: 1,.. (''I eV'r0 ENGINE: 'Above Vehicle complete with all equipment. per Bid Specification for the sum of: j„ "ik*vxj►,1 Fig-e K -red t*e^T Ca K (state Bid Amount in Words) Del iv.ery in d 0 _ f S'n Calendar days from receipt of order. State Authori zed' Factory Service- Representative �AehA�a ' St t., C-hi•vho/or �'te e,1rh,, j r®a.� vro/s w�oF1or,� `iota � D paler °C j^ 2 J 2 j T�t�k ICe�1 -- �. ontact person 2. ITEMS TO BE 910 AS OPTIONS: (QUOTE ON A PER UNIT BASIS) A. warning. light:- a .12 volt amber four (4) beam viarh ng light Federal Model 'IR or. approved equal-. The light shall be centered in the Cab roof over the '' operator's cotapartant, C►pletely insta3led:and ready fQr fined Otte operation. .....................,..0....Ag.,....U.....,...A..F -MWE b MODEL: �e d ep'd 1 ! rF�R 1 I��� YI�A rl � .b• � �� iF B. Entire unit to be painted DuPont Lime Yellow N7744D........... C. ]TAwol., speed -transfer case, part time 4-,wheel drive.,, with automatic locking' front, hubs..•f*011..U..,.,..2..6. 9.......�r...a.i�I..,.�.s:#!� V, s Outtide pare. tire. rarrier . w..�...s.•.......♦.....sip•...•...*.a...����,��'""x: - E.iyt (50dye4r Wrangler i g RV U&I 14toi1 1;4 ri ti s I," tK w.7hee TIC ,,, #S' s f'• �� . 1.Res.tr*s1s.�1r►f►air+tl�s�A90.4#*too 04104*000 04s,100010 a# tt► MA 081191 W 08 : 34 0300761083 GSA PROCUREMENT . .y METROPOLITAN DADE COUNTY BID NO. less•Oft-CW 010 -PROPOSAL FOR: 1/2 TON PICKUP TRUCKS sssaarsssssssetssasaarnessssssstsssesassss+s..sessssssssessssses ssra.e.ssar.r... as:as.oaaoass== em Quantify Description Unit Price swessusssspssssussssssssssss�esesssssssssaAfN*lrsaaas=uuuaasssaaaasza.orsiwAtaasCltss 1. Approx. Pickup Trucks (1/2 Ton) Model Year 1990 127 Each per Bid Specification No. #0.1 (1989-90) GrnSTe YEAR MAKE AND MODEL BID: _ J_9 9 0 Ch a vi-oA4? �; C I0 903 ;6k?�� p.ora 1 MAKE MADEL ENGINE: Above vehicle complete per bid specifications for the sum of: - %1►i n� Tiw��nl F� v� 1'�`c•� T iE.• +t �o Ool 1 ars 5.��c�a. - (State Bid Amount in Wor4) Delivery in A —/-1dcalendar days from receipt of order. �. Please, Old on the following Bid Options: Quote on a per unit price basis to be added to the venicle base bid price above. )) Manufacturer's stepside or equivalent body no less than 78" Amt. iA .liue of fleetside. ; 2) V-8 cylinder engine with no less than (302 CID. 170 Net HP (EFI) Chryslar:- 5.2L 318 CID 170 Net NP EFI F' ford: 5.0L 302 410 185 Not HP EFi; F GM SAL 305 CID 175 NET HP (Bpi) s le Ea. 3)Facir9ry installed amp.•or voltaeter, oil pressure and water temper#turr -gauges. Power tailgato: A power tailgumper ate for fleetside or stspsits ty 0 body with recessed rear and electric • hydriul is 9 "�'*x'� i dritie. ' Litting a�tpacity of oo Ims. th n 750. lbs. i 2a. "l ' raga«'eA t,I"' & FIRM AM MWEL Ott):• _'Tl1e.-TAJimah 7 Lli1A.ur.� X_ 5 Mtrnin light: A iZ v0t.40"r four (4) beeo warning light ;# Fedor*) Mode) 1W or approved- equal, Ti-s light shiall be "�. centered on the cab roof over the Operator's 4 00artment. it V Complotely installed and rf ady or i iato operation. ; 4 t4�►t NAicS AN I+iOEI. NO; leg A 1C rW. ��t3 Tomsk ,� t,gAd':*,�v��l�,��s • � �a�� f�' �" � • r all r