HomeMy WebLinkAboutR-80-0657t5,
re,
RESOLUTION S 0- 6 5 7
A RESOLUTION ACCEPTING THE BID OF FLORIDA MUNICIPAL SALES CO.
FOR FURNISHING 3 STREET SWEEPERS FOR THE DEPARTMENT OF BUILDING
AND VEHICLE MAINTENANCE, AT A TOTAL COST OF $129,252.00: ALLOCA-
TING FUNDS FROM THE DEPARTMENT OF SOLID WASTE-POLUT'ION CONTROL
BOND FUND; AUTHORIZING THE CITY MANAGER AND THE PURCHASING AGENT
TO ISSUE THE PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were received July 11,
1980 for the furnishing of 3 Street Sweepers for the Department of Building
and Vehicle Maintenance; and
WHEREAS, invitations were mailed to 3 potential. suppliers and 3 bids
were received; and
WHEREAS, funds for this purchase are available in the Department of
Solid Waste -Pollution Control Bond Fund; and
WHEREAS, this equipment will be used by the Department of Building
and Vehicle Maintenance for the purpose of replacing worn equipment; and
WHEREAS, the City Manager and the Department of Building and Vehicle
Maintenance recommend that the bid received from Florida Municipal Sales
Co, be accepted as the most advantageous bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COTMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The July 11, 1980 bid of Florida Municipal Sales Co.
for furnishing 3 Street Sweepers for the Department of Building and Vehicle
Maintenance at a total cost of $129,252,00 is hereby accepted with funds
hereby allocated from the Department of Solid Waste Pollution Control Bond
Fund.
Section 2. That the City Manager is hereby authorized to instruct
the Purchasing Agent to issue the Purchase Order for this equipment.
PASSED AND ADOPTED this 15 day of
"SUPPORTIVE
DOCUMENT a
FOLLOW?
Att t: _� a
City Clerk
PREPARED AND APPROVED BY: APP
ROBERT F. CLARK
ASSISTANT CITY ATTORNEY
SEPTEMBER 1986.
MAURICE A. FERRE
M A Y 0 R
"DOCUMENT INDEX
ITEM NO. 2-4 "
AS (O FORM AND MRRECTNESS:
GEORG . F. KNOX,
CITY TORNEY
CITY COMMISSION
MEETING OF
E P 15 1980
RE80LPON W8 O 6 5
REMARft ...........................
15.
Mr. Joseph R. Crassie
City Manager
A. L. Mullins
Purchasing Agent
August 26, 1980
Recommendation for Resolution and
Award of Did: No. 79-80-95
Heavy Equipment
a
Award of Did, Resolution
Pursuant to public notice, sealed bids were received July 11,
1980 for furnishing 3 Street Sweepers for the Department of ■
Duildi and Vehicle Maintenance:
ng
Invitations were mailed to 3 potential suppliers and 3 bids
were received as fol.l.ows :
Bidder
Unit Price Total
Florida Municipal Sales Co. $43,084.00 $129,252.00
H. F. Mason Equipment Co. $43,546.00 $130,638.00
Debra 'turf S Ind. Equip. Co. $18,000.00 $ 54,000.00
Funds for this purchase are available in the Department of
Solid Waste, Pollution Control Bond Fund.
The bid from Debra Turf and Industrial Equipment Co, was an
alternate and did not meet the specifications.
This purchase is being made in order to replace equipment which
Is beyond economical repair and is needed to provide services
to the citizens of Hiaml.
It is recommended Lhat the award be made and a resolution be
passed accepttnf; the most .advantageous bid as received from
Florida Municipat Sales Co. for furnishing 3 Street Sweepers -
Model 2-993A11 at a LoUllcost of $.129,252.00.
The Depar.tmunt of Building and Vehicle ;kfl ntonancc concurs
with this recommendation.
ALAI: an
11S V n P
-)PTI E
a��ALLOW„Ur�/rs
1EN `/
F
80-657
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
v
AWARD OF BID
Bid No. 79-80-95
3 Street Sweepers
Building and Vehicle Maintenance
Single Purchase
Replacement of worn equipment
3
3
Bidder Unit Price Total
Florida Municipal Sales Co. $43,084.00 $1.29,252.00
It. F. Mason Equipment Co. $43,546.00 $130,638.00
Debra Turf 5, Ind, Equip. Co. $18,000.00 $ 54,000.00
FUNDS: Department of Solid Waste,
Pollution Control. Bond Fund
r
CERTIFIED A5 'f'0 AVAILABILITY OF FUNDS/SOURCE /� '
1`—
Department of Finance
BID EVALUATION: The bid from Debra Turf and Industrial Equipment
Co. was for an alternate unit that does not meet
the specifications. Tile bid from Florida Municipal
Sales Co. is the lowest bid which meets the specifi-
cations. Tile following is an analysis of the
Invitation to bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders 3 3
New Bidders -0- -0-
Minority Bidders -0- -0-
Courtesy Notifications -0- -0-
"No Bids" -0-
TOL4119 3 3
RECO,MENDATI.ON: IT IS RECOMMENDED THAT THE AWARD BE MADE TO FLORIDA
MUNICII'AI. SAI,F.S CO.
The Department of Building and Vehicle Maintenance
concurs.
(� I'urchusing-Al;ent
l- --I'/ Da t 0