HomeMy WebLinkAboutR-95-0116J-95-118
1/27/95
RESOLUTION NO. 9 5 - 116
A RESOLUTION ACCEPTING THE BID OF
TRANSPORTATION EQUIPMENT, INC., FOR THE
FURNISHING OF THREE (3) 40-FT. STORAGE
CONTAINERS ON A LEASE/RENTAL BASIS FOR THE
DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION/SOLID WASTE AT A PROPOSED
AMOUNT OF $6,690.00; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE NO. 429901-340,
PROJECT NO. 311018; 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 December 19, 1994 for the furnishing of three (3)
storage containers to be placed at the Solid Waste and Motor Pool
facilities for the Department of General Services Administration
and Solid Waste; and
WHEREAS, invitations for Bid No. 94-95-032 were mailed to
eighteen (18) potential bidders and three (3) bids were received;
and
WHEREAS, funds for this purchase are available from Account
Code No. 429901-340, Project No. 311018; and
WHEREAS, as a result of the sale of the Municipal. Shop
tract, the city no longer has a storage area for office supplies
and motor pool equipment; and
WHEREAS, the lease of the storage containers is essential to
provide additional storage space; and
CITY COMMISSION
WEETING OF
FEB 0 9 1995
Resolution No.
95-- 116
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration/Solid
Waste recommend that the bid received from Transportation
Equipment, Inc., be accepted as the lowest responsive and
responsible bid;
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 19, 1994 bid of Transportation
Equipment, Inc., for the lease/purchase of three (3) 40-foot
storage containers for the Department of General Services
Administration/Solid Waste at a proposed amount of $6,690.00 is
hereby accepted, with funds therefor hereby allocated from the
department's General Operating Budget, Account Code No.
4299901-340, Project No. 311018.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for this equipment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
95- 116
-2-
PASSED AND ADOPTED this 9th day of February 1995.
STE HEN P. CLA MAYOR
ATT
MAT Y HIRAI, CITY CL K
PREPARED AND APPROVED BY:
RA AEL 0. DIAZ
DEPUTY CITY ATTORNEY
M4913:osk:ROD
APPROVED AS TO FORM AND
CORRECTNESS:
r
A QII JOX30, III
CITY ATTO
95- 116
-3-
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM CA=6
Honorable Mayor and Members 3 1995
TO : of the City Commission DATE : JAN FILE
FROM : Cesa O
City er
Resolution Authorizing
sue�ECT : the leasing of three ( 3 )
40 ft. Storage Containers
REFERENCES:
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission pass the
attached resolution, authorizing the leasing of three (3) 40ft.
storage containers from Transportation Equipment, Inc. a non -
minority Dade County vendor located at 1451 SE 9th Court,
Hialeah, Florida.33010.
The Department of General Services Administration and Solid Waste
has analyzed bids for received pursuant to Bid No. 94-95-032 for
the furnishing of three (3)'steel storage containers. Three (3)
bids were received and Transportation Equipment, Inc. was the
lowest responsive and responsible bidder.
The Department of General Services Administration and Solid Waste
needs to lease three (3) 40 ft. storage containers for one (1)
year to be stored at 1390 NW 20 Street and 1901 NW 12 Avenue,
from Transportation Equipment, Inc. for a first year cost of
$6,690.00. As a result of the sale of the Municipal Shop Tract,
the City has lost the location of the office supply and motor
pool storage areas. The new location is about 1/3 the size of the
previous storage capacity therefore, the leasing of storage
containers is essential in order to provide additional storage
space. Funds for this acquisition are available from Account Code
No. 429901-3470-311018.
Attachments
)L.A % 1 111 - 1. 1 1 1 Vl dl 1 iruti l + a' 1 - UU + L U 1 G-lt4+I + 1 1kvUUIU.. VIUN 1 IYIUAI 1 . — UUU0001 1 U (+ n It q
1r1:U 1 w wcu ai111 U1I1 Ur 111ru11 QWWvC1 rrin INU, Juvoltlowl hU1
i
SW SY CITY OF YlAI�I i 1�g1-85 : 3.23PM ; FWLRt;HCa NW- .. ODIZ70600110 9/ 9
CITY OF MIAMI. FLoniDA
1NTBR-OFF109 dlr WORANQUM
Td QATC .tts t
iudy 9. Gaxteac
Chte t PxocuXO vnq off laor a r . Cant4
pvOcurs"nt Rana •txent o lv ielon Vann itoragethree 133) 40
fnom . ►fir eaewCa� :
Ron 1. Wiliam
Aneistanx City Manager cw(�te�tlaeo
The Vapart0Gnt of cieW61 $ervice• hdmLnilr l.rat10n and Molid Waste
has verified with the Department of Mnagament and Rudget that
funds ago available to vover th* coat. of the subJevt bid in the
aawunt o9 $6,690.00 from Account Code No. 429901-340•31101e.
apDmirmy mvieW 6 "PRoven By
OI .r
env �r rana# die ®tent C�,ty manavur
Departt Of aianagernant
and sudq t
P'oatap brand tjAx %f W *mftt@41nM1'1r0 If71 10 Ot P"16 r
&
0_011,1_�-Iz� inrOUO'.
M �74
V;_ LP
I "Man v,
IMP A
V &W vim
'40
PT a I
41l
N.
S AI' KA. O 1, il
W!; 0"
.10.
T"I".1
4
chase:Order-or Notice
D ,gx calendar 'x f,= x4f&-!,
V.
I. . . . . . . . . . I
-`Inv tik" 61
Phe Sp ",k1k4b,stioria `i 1 1
ft/G, Ionera Condit *no,-. 8 ROCL&3
andi Gen ,"And'. Inf4mati bBidders :-we a9v in ---the:` Itain a):.... at Pricer
ad - bd'. shoo
PAMESTOP.
COMPMV..'
W .0.
.; rAi
;V.MS `0 'COMPAN)e
OFFICER(eS)
e C-t<
7Y;n
1"1 ma U 40T�
"A
U,
M14 1 "1
pit4i i 1-11* '.�y+R4Ru���; y�7 rlr�'�''Fi^�;:!1:'- , {,i <uvr � . -t r i -1J
_.. 4
-V -�i
th " Up �
ax.Pf
.
in"
A416062 M' lagwinde
6rdii�anco
%Z2
td'
1..F ,CcmyLy with a
T
p,,-theretc.
A
A!"A
J(a (F
4 L. C
Fr _0
men
�V.Mkpr,.: off 'I. tichr-
6.,
have on,• tW, 8 as h if., firm does n exiardlo. P or (a) a all be required
7.0stablistr-an Affirmative ActLon.Pdlicy, pursuant,to-Ordinance #10062 as amended....See Appose
11 for sample.
Bidder: C%.) F4,40 -Signature:
(company name)
CAT111Rr Tn rnmPiFTF. RTAN. AND RFTURO THIS. FORM MAY DISQUALIEY THIS BID.
TABULATION OF BID NO. 94-95-032
THREE(3) 40 FT. STEEL CONTAINERS
FLORIDA EQUIPMENT LEASING(NM) $800.00 PER MONTH
9737 NW 41ST STREET
MIAMI FLORIDA 33178
TRANSPORTATION EQUIPMENT INC. (NM) $165.00 PER MONTH
1481 S.E. 9TH COURT (Lowest responsive
HIALEAH FLORIDA 33010, bidder)
INSTANT -STORAGE OF FLORIDA (NM) $290.25 PER MONTH
13850 NW 105TH AVENUE
HIALEAH FL 33016
95- 116
V
1 •�
IMOIJIM
•:_
Bid No. 94-95-032
Three (3) 40 ft. Steel Containers
General Services Administration and Solid
Waste
Lease/Rental Basis
To provide additional storage space for the
Motor Pool and Office Supply Stockrooms
18
3
General Services Administration and Solid
Waste, -Account Code No. 429901-340-311018.
SEE ATTACHED
ALLVENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black (B) Vendors .....................
Located within City limits.........
Registered with City ...............
Female (F) Vendors ....................
Located within City limits.........
Registered with City ...............
Hispanic (H) Vendors ................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids"
Bid
Invitations
Mailed
18
4
3
4
0
0
0
2
1
2
2
1
2
1
1
Bid
3
0
0
0
0
0
0
0
0
0
0
0
0
3
0
1
95- 116 9
Reasons) for NOT awarding to local vendor:
Local vendor did not respond to invitation for bid
Reason(s) for NO BID is as follows:
Storage Container Inc. -leasee must be self employed
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO
TRANSPORTATION EQUIPMENT, INC. A NON -MINORITY
DAR% TO'Y, VENDOR AT A TOTAL PR OUNT
0 ,F $6, 690 • � /'�
ief Trdcurdment Off,&—cer
Date
is
it TTut THREE 40' STEEL CONTAINERS
-
r-►r�rr► ��rr-.r.-.ems
DID 90• s 94-95-032
DATI ArV(j) QjjWjDt DECEBER 19,- 1994 11:00_a.m. -..-- ►�..►w_��,,
DOTAL AID 80itD�e82 (�
�DD=1t AID �1e0�71Y �ISEItIt�i CIiECIC
FLORIDA EQUIPMENT LEASING
INSTANT STORAGE OF FLORIDA
'TRANSPORTATION EQUIPMENT INC.
NO BID:
r A-- nnwTm ATMLID TL'AC TN('_ TNC_
See attached 'lid
it
11
"Offers from the vendoqlate."
rn reln aro the
Only alleys
received timely as o t
opeME
`-
•Do
this s0 ic;tct+
on, if crny.
Mi - c y.
are hereby reiected as
.��_-Mr�r r►_M��rlOw r! !r �MM-r�-a��-
l - -.M+�w ...y-M� N •►-iM! r M��.r� N ! -1 --� M�a�
_ram•-��-! _---^------•��_ /!--7.----------1-__
-_----__--l------M-_ --------
---------- —---- ------
rgy
i
i
:�tf_�, ✓!____ rocoi�o� (Y oavoSopes obebop os
(Porsaa y-'alcielvingbids)
GSA/Solid S ,ia te-Procurement Division
(city TeFetteeat)-'_
u'ty Ci y'Clotk)
R E
'94 Ed' 19 All '00
MAIT;
CI VI :;LLRK
CITY OF Fif
LEGAL ADVERTISEMENT
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 11:00 a.m. DECEMBER 1 2 ,1994 for the
furnishing of approximately three (3) 40' Steel Containers on a
lease/rental basis for one (1) year 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 not 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
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 Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
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
110 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 charter
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.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1395)
Cesar H. Odio
City Manager
0
City of Miami
This number must
REQUISITION: FOR ADVERTISEMENT appear In the
advertisement.
INSTRUCTIONS: Please tvr-)e and,-attacb a c2py of the ddygrUsement with' this rgaulsition.
1. 89K%8&REMTNT (FOR)
3. Account Code number:
421303-287
4. Is this a confirmation:
El Yes 29 No
6. Size of advertisement:
LEGAL
7. &1V*hl t e�• •
g%hqe 1994
8, Telep e number:
M 75-51
9. Number of times this advertisement is to be
publish d:
10. Type of advertisement:
El Le al El 'Classified Ej Display
11. Remarks:
Bid No. .94-95-032
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
MIAMI TIMES
DIARIO LAS AMERICAS
13.
El Approved
El Disaporoved
,Department Director% esigrtee Date
Approved for Payment Date
C IGS/PC 503 Rev. 12/89 T Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy,