HomeMy WebLinkAboutR-05-0742City of Miami
Legislation
Resolution: R-05-0742
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 05-01465 Final Action Date: 12/15/2005
A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE
PROCUREMENT OF TWO (2) FP-5 FLAMELESS POTHOLE PATCHERS
(ASPHALT PATCH EQUIPMENT),WITH OPTIONS, FROM BERGKAMP INC., FOR
THE DEPARTMENT OF PUBLIC WORKS, OPERATIONS DIVISION, UTILIZING AN
EXISTING CONTRACT NO., ITB-DOT-02/03-9045-LG, P0387, EFFECTIVE
FEBRUARY 28, 2005 THROUGH FEBRUARY 27, 2007, SUBJECT TO ANY
FURTHER EXTENSIONS OR REPLACEMENT CONTRACTS, WITH THE STATE OF
FLORIDA DEPARTMENT OF TRANSPORTATION, AND THE PROCUREMENT OF
TWO (2) FREIGHTLINER M2 CABS AND CHASSIS (ASPHALT PATCH TRUCKS)
WITH OPTIONS, FROM FREIGHTLINER OF TAMPA, LLC, UTILIZING AN
EXISTING BID NO. 05-13-0822, EFFECTIVE OCTOBER 1, 2005 THROUGH
SEPTEMBER 30, 2006, SUBJECT TO ANY FURTHER EXTENSIONS OR
REPLACEMENT CONTRACTS, FROM THE FLORIDA SHERIFF'S ASSOCIATION,
FLORIDA ASSOCIATION OF COUNTIES, AND FLORIDA FIRE CHIEFS
ASSOCIATION, FORA TOTAL CONTRACT AMOUNT NOT TO EXCEED $207,230;
ALLOCATING FUNDS FROM CAPITAL IMPROVEMENTS PROJECT ACCOUNT NO.
352296, B-30156.
WHEREAS, Contract ITB-DOT-02/03-9045-LG, P0387, was issued by the State of Florida
Department of Transportation ("FDOT") for the acquisition of FP-5 Flameless Pothole Patchers
(asphalt patch equipment) from Bergkamp Inc., and Bid Award No. 05-13-0822, was issued by the
Florida Sheriff's Association, Florida Association of Counties, and Florida Fire Chief's Association for
the acquisition of Freightliner M2 Cabs and Chassis (asphalt patch trucks) from Freightliner of Tampa,
LLC; and
WHEREAS, pursuant to Section 18-111 of the City of Miami Procurement Code, the Chief
Procurement Officer has reviewed both the FDOT Contract and the Florida Sheriff's Association,
Florida Association of Counties, and Florida Fire Chief's Association Contract and has determined
them to be in compliance with City laws; and
WHEREAS, the City Manager and the Director of Public Works of the City of Miami ("City")
recommend that the City purchase two (2) FP-5 Flameless Pothole Patchers, with options, from
Bergkamp Inc., as a piggyback pursuant to existing FDOT Contract ITB-DOT-02/03-9045-LG, P0387,
and purchase two (2) Freightliner M2 Cabs and Chassis, with options, from Freightliner of Tampa,
LLC, as a piggyback pursuant to existing Bid Award No. 05-13-0822, from the Florida Sheriff's
Association, Florida Association of Counties, and Florida Fire Chief's Association, and it be approved;
and
WHEREAS, said purchase is necessary to strengthen and improve the Department of Public
Works, Operations Division, level of readiness and effectiveness in providing the repair of potholes
along the City's streets; and
City of Miami
Page 1 of 2 File Id: 05-01465 (Version: 2) Printed On: 12/14/2016
File Number: 05-01465 Enactment Number: R-05-0742
WHEREAS, the total contract amount shall not exceed $207,230, with funds allocated from
Capital Improvements Project ("CIP") Account No. 352296, B-30156;
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 adopted by
reference and incorporated as if fully set forth in this Section.
Section 2. The procurement of two (2) FP-5 Flameless Pothole Patchers, with options, from
Bergkamp Inc., for the Department of Public Works, Operations Division, utilizing an existing Contract
No., ITB-DOT-02/03-9045-LG, P0387, effective February 28, 2005 through February 27, 2007,
subject to any further extensions or replacements contracts with FDOT, and the procurement of two
(2) Freightliner M2 Cabs and Chassis, with options, from Freightliner of Tampa, LLC, utilizing an
existing Bid No. 05-13-0822, effective October 1, 2005 through September 30, 2006, subject to any
further extensions or replacement contracts, from the Florida Sheriff's Association, Florida Association
of Counties, and Florida Fire Chief's Association, for a total contract amount not to exceed $207,230,
is authorized, with funds allocated from CIP Account No. 352296, B-30156.
Section 3. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor. {1 }
Footnotes:
{1} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar
days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become
effective immediately upon override of the veto by the City Commission.
City of Miami Page 2 of 2 File Id: 05-01465 (Version: 2) Printed On: 12/14/2016