Loading...
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,