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