Loading...
HomeMy WebLinkAboutR-96-0353J-96-361 4/12/96 W VT'i Cf1T.TTPTfIAT ATn 9 6 5 3 A RESOLUTION ACCEPTING THE BID OF HORIZON INDUSTRIES TRAILER, INC., A FEMALE/DADE COUNTY VENDOR, FOR THE FURNISHING OF TEN (10) TRAILERS TO THE DEPARTMENT OF PARKS AND RECREATION, AT A TOTAL AMOUNT OF $18,450; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF PARKS AND RECREATION FY -96 BUDGET, ACCOUNT NO. 580302-840; 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 August 14, 1995, for the furnishing of 10 trailers to the Department of Parks and Recreation; and WHEREAS, invitations were mailed to nine (9) potential bidders and three (3) bids were received; and WHEREAS, funds for this purchase are available from Parks and Recreation FY '96 Budget, Account No. 580302-840; and WHEREAS, on behalf of the city, the Parks and Recreation Department needs these trailers to transport equipment and materials to the various city facilities; 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 CITY CovnVUSSIQN MEETING or MAY 2 3 1996 Resolution No. 96- 353 FI I. thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid submitted by Horizon Industries, Inc., for furnishing ten (10) trailers to the Department of Parks and Recreation, at a total proposed amount of $18,450, is hereby accepted, with funds therefor hereby allocated from the Department of Parks and Recreation FY '96 Budget, Account No. 580302-840. Section 3. This Resolution shall become effective i immediately upon its adoption. 1 PASSED AND ADOPTED this 23rd day of /May 1996. ATTES WALTER 0 MAN CITY CLERK PREPARED AND APPROVED BY: I RAF'AEL 0. DIAZ DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: W793:CSK -2- 96- 353 CITY OF MIAMI, FLORIDA !; INTER -OFFICE MEMORANDUN 59 TO : Honorable Mayor and DATE . APR 15 1996 FILE Memb . of the City Commission SUBJECT : Resolution Award for Ten (10) Trailers Bid No. 94-95-183 { FROM : REFERENCES: Cesar H. Odio City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution awarding the lowest responsive and responsible bids received for the purchase of ten (10) trailers to Horizon Industries Trailers, Inc. a female firm located at 7100 NW 77 Court, Miami, Florida 33166. Funds for this purchase at a total proposed. amount of $18,450.00 are available in the 1995-96 budget of the Parks and Recreation Department Account Code No. 580302-840. BACKGROUND: Pursuant to public notice, sealed bids were received August 14, 1995 for the ten (10) trailers. Three (3) responsive and responsible bids were received. Total Amount of Bid: $18,450.00 i Source of Funds: Department of Parks and Recreation FY'96 budget Account Code No. 5803027840. 96- 353 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Judy S. Carter DATE FILE Chief Procurement Officer Department of Finance SUBJECT Ten (10) Trailers Bid No. 94-95-183 FROM : Alberto Ruder, irector REFERENCES Parks and Recreation Department ENCLOSURES: I This Department has verified with the Department of Finance, as applicable, that funds are available to cover the cost of subject purchase in the estimated amount of $18,450.00 from Parks and Recreation Budget FY'96 Account Code No. 580302-840. V-4-o+ten, TP[1 xP and annrnvarl hv- BID SHEET BID NO. 94-95-183 Price Per ITEM DccrvroTIQN Per Trailer Extension 1 For the furnsihing of approximately ten (10) trailers as or equal to Crosley LM50 in $1, 845.00 $ 1 S, 450.00 a=4:dance with bid specifications. HORIZON HUT61235HB (Manuf.8z Model No.) f WARRANTY 1 YEAR t EXCEPTIONS TO SPECIFICATIONS (if any) SEE ATTACHED Social Security of Federal Employer Identification Number: 59-147-0141 Occupational No.: 043896-0 Expiration Date: 9/3n1225 BIDDER. HORIZON INDUSTRIES TRAILER, INC. (company name) Signature: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID 5 96- 353 . of Miaei 1 (999999-1) VENDOR 2 (999999-2) VENI, S) + PRICE ANALYSIS (VITH EXTENDED TOTALS) ---------------------- '---'-'-----`----------' --'-- -�--------"---- TORINO TRAILER HORIZON INDUSTRIES TRA.LE MARWON EQUIPMENT CO E8 NO: PRO-5-95183 KIAKI FL 33166 MIAMI FL 33166 MIAMI FL 33166 ]PART: I/1 PEL-WfkY DATE: DUiER: Robin Boclair DELIVERY DAYS: DATE: TERMS: NET 30 NET 30 NET 30 1 TIME: O:OOP OTHER 1: JESTED: OTHER 2: BID NO. 94-95-183 BID NO. 94-95-183 DID NO. 94-95-183 JERED: 08/16/95 NOTE: IN1ED: 08/16/95 CODES: 1 TRAILERS AS OR EQUAL TO 10 EA 2343.080 1845.000t 3116.750 EST: 0.00 REQUISITION SUBTOTAL 23430.80 18450.00 L 31167.50 DISCOUNT 0.00 0.00X 0.00 0.00% 0.00 0.0011, M COMMENTS At VENDOR COMMENT E DEFINITIONS Low Did On Itei Eicessive Variance Low On All Iteas ry AWARD OF BID BID NO. 95-96-183 ITEM: FURNISHING OF TEN (10) 10 TRAILERS i DEARTMENT: PARKS AND RECREATION j TYPE OF PURCHASE: SHORT TERM REASON: TO TRANSPORT EQUIPMENT AND MATERIALS j TO VARIOUS CITY FACILITIES POTENTIAL BIDDERS: NINE (9) BIDS RECEIVED: THREE (3) FUNDING ALLOCATION: I Account Code: 580302-840 BID EVALUATION: Bid Invitations Bid Mailed Responses Responses ALL VENDORS' 9 3 MINORITY/FEMALE VENDORS 5 3 Within City limits .0 0 Registered with City 5 3 Black Vendors 2 1 Located within City limits 0 0 Registered with City 2 1 Female Vendors 1 1 Located within City limits 0 0. i Registered with City 1 1 Hispanic Vendors 2 1 Located within City limits 0 0 Registered with City 2 1 NON MINORITY VENDORS 4 0 Located within City limits 0 0 UNKNOWN VENDORS 0 0 Located within City Limits 0 p "No Bids" 1 �s- 9 353 IReasons for "No Bid" was as follows: 1. GENERAL ELECTRIC CAPITAL - "Trailers are not in our product line". i SID SECURIT7 LLNT DID ITXM-. TEN TRAILE16 DID NO. = 94-95-183 DATE BID(S) OPENED: AUGUST 140 1995_-- 10 : 30 a.", . DID BOND_jorj CASBIIIR'S CHECK ]BIDDER DID AMOUNT TOTAL TORINO TRAILER See attached bid HORIZON INDUSTRIES TRAILER, INC. MARATHON EQUIPMENT n it NO BID GENERAL ELECTRIC CAPITAL_______�__—�---- _a—____ _ ti„ ,R. A"I , reco-hrcd timely c(s of th:: rbove Jf,.tc and Atn�r U C' i riili, init"C( ill r` c-po'nz ® 1777707-1'4 UUCII ie I ClTljj, - ------------- - --------- f - - - - - - ----- - ------ - ---- - --- __._.,.------ —__L -- ----- -------- --------------- ----_—______—____—__ _l --j -- - - ------ ------- ---- - - - -- - ----------------- - -------- -------- `e --- - ------------ - ------ 4L&Inr-�zAZ_ _ _ _ received ( �) envelopes as behalf of e so r a c i nS id GSA SOLID WASTE -PR _U_R_E_M_EN_T DIVISION on (City ba a r t m e n t ) ___....r—__--_--- --- -- ----------- SIGNED:— -- ---------- rk) --- D putt C t' Cle LEGAL ADVERTISEMENT BID NO. 94-95-183 Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 10:30 an. August 14, 1995 for the furnishing of ten (10) Trailers as or equal to Crosley LM510 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 non -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 good 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 located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor- does not exceed 1 10 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readvertise. (Ad No. 2043) Cesar H. Odio City Manager cr =--4 rn Y ,.� ..�3 NJ • j City of Miami This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. 1. Department: 2, Division: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by ❑ Yes ❑ No r 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to bel 10. Type of advertisement: published: ❑ Leoal ❑ Classified ❑ Displav 11. Remarks: 12. Publication Ii.c.11i Rc- i.(_w MJ-Lasnd. Times Liar. i.0 Las Americas G. .A. Pro ur to ni Managgmpno, USE ONLY Date(s) of Invoice No. Amount Advertisement —t A �t < 'r m 7Tm •-� LD y `} Z ,J Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.R. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department