HomeMy WebLinkAboutR-00-0296J-00-273
3/28/00
RESOLUTION NO. 00— 9 6
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF FLORIDA HYDRAMATIC
CORP., FOR THE PROVISION OF AUTOMOTIVE
TRANSMISSION REPAIR, EXCHANGE AND OVERHAUL
SERVICES, ON AN AS NEEDED CONTRACT BASIS FOR
ONE YEAR, FOR THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION, AT A TOTAL PROPOSED
ANNUAL AMOUNT NOT TO EXCEED $50,000, WITH THE
OPTION TO RENEW FOR THREE ADDITIONAL ONE-YEAR
PERIODS; ALLOCATING FUNDS THEREFOR FROM
GENERAL SERVICES ADMINISTRATION, LIGHT
FLEET DIVISION, ACCOUNT CODE
NO. 503001.420905.6.670, SUBJECT TO
AVAILABILITY OF FUNDS FOR SUCCEEDING FISCAL
YEARS.
WHEREAS, the Department of General Services Administration
has a need for a contract for the provision of automotive
transmission repair, exchange and overhaul services for City
fleet vehicles; and
WHEREAS, the contract is projected to save money by
utilizing factory rebuilt transmissions' for older vehicles in
lieu of purchasing new transmissions; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 99-00-045 were mailed to fourteen (14) potential bidders; and
WHEREAS, three (3) bids were received on January 3, 2000;
and
CITY COMOSSION
MEETING OF
APR 1 3 2000
e olution
�'40
e.,
WHEREAS, funds are available from General Services
Administration, Light Fleet Division, Account Code
No. 503001.420905.6.670; and
WHEREAS, the City Manager and the Department of General
Services Administration recommend that the bid received from
Florida Hydrama,tic Corp. 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 bid received on January 3, 2000, from
Florida Hydramatic Corp, for the provision of automotive
transmission repair, exchange and overhaul services, on an as
needed contract basis for one year, for the Department of General
Services Administration, at a total proposed annual amount not to
exceed $50,000, with the option to renew for three additional
one-year periods, is hereby accepted, with funds therefor hereby
allocated from General Services Administration, Light Fleet
q, r
Page 2 of 3
Division, Account Code. No. 503001.420905.6.670, subject to
availability of funds for succeeding fiscal years.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
PASSED AND ADOPTED this 13th day of April , 2000.
JOE CAROLLO, MAYOR
in accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
Us legislation by signing it in the designated p!P(1c prolild, 0, did logislCation now
Mmes effective with the elapse of ten (10) da, ;rom tip : du G c�i i;ommissi ° afi iron
regarding same, without the May / exer s)q to.
ATTEST:
W Iter J. �m, )ityCle'rk
WALTER J. FOEMAN
CITY CLERK
ATTORNEY
4259:RCL
ai 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.
Page 3 of 3
CITY OF MIAMI, FLORIDA CAwl
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members DATE: MAR 2 H 2000 FILE
o4H.
mission
FROM
haw
City Manager
RECOMMENDATION:
SUBJECT:
Resolution and Award of
Bid No. 99-00-045
REFERENCES:
Automotive Transmission Repair,
ENCLOSURES: Exchange and Overhaul Services
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Florida Hydramatic Corp., a local/non-minority vendor located at 461 N.W. 79 Street,
Miami, Florida 33150, for the provision of automotive transmission repair, exchange and overhaul
services, on an as needed basis, for the Department of General Services Administration, at a total
proposed annual amount not to exceed $50,000. This service is on a contract basis for a period of
one (1) year with the option to extend for three (3) additional one year periods, at the same prices,
terms and conditions stipulated in Bid No. 99-00-045. Funds are available from the Department of
General Services Administration, Light Fleet Division, Account Code No. 503001.420905.6.670, in
the first year amount not to exceed $50,000, and subsequent years are subject to the availability of
funds.
BACKGROUND:
The Department of General Services Administration has analyzed the bids received pursuant to Bid
No. 99-00-045. Fourteen (14) invitations for bids were mailed and three (3) bids were received.
Florida Hydramatic Corp. meets the Department's requirements and specifications and offers the
lowest most responsible and responsive .bid. The requested contract is necessary to provide needed
automotive transmission repair, exchange and overhaul services for older City fleet vehicles that are
not cost effective to repair utilizing factory rebuilt transmissions installed by OEM dealerships.
This contract is projected to save money by utilizing this service for older vehicles in lieu of
purchasing factory rebuilt or new transmissions.
D141�l
D Al
City of Muni
MNm mad
Oft 3 l� v 0
Tim
M'tetds-C-ry is
stets In cool kftmbw
"Pti. 4,2&gw- L. �67 o
SIGNATUpr
V V lir d- 'i.l
•
Budgetary Impact Analysis
(AMIPM)
AMOW of $ 4t r3,, X3'8 s
am able in S=Unt number
! g a o �O
WMed by: SIGNATURE
Department General Services Adm.. Division Fleet Management
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance/resolution:
For the provision-of.automotive transmission repair, exchange and
overha»► sere e-eG_ nn an a- n Pded ha�;� for the DeAartment of
General Services Administration.
4. _ Is this item related to revenue? NO: x YES of yes, skip to item #T.)
5. Are there sufficient funds in Line Item?
YES: _X_ Index Code See Below Minor Ob}. Code Amount $- 5 0, 0 0 0
NO: Complete the following questions.-
6.
uestions.6. Source of funds: Amount budgeted in the Line Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
7. Any additional comments?
Account Code No. 503001.420905.6.670, in the first year amount not
to exceed $50,000, and subsequent years are subject to the
availability of funds.
Approved by:
8. L )./
Department D' c /Designee
Da e
FOR DEPARTMENT OF hIANAGEMENT AND BUDGET USE ONLY
ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL
Verified by:
Index/M Mor Ob'ect/Pi ect No.
of Management and Budgetj�berfDesignee
Date 2&10,0
Budget Analyst
/ 00
From $
Da
To $
7. Any additional comments?
Account Code No. 503001.420905.6.670, in the first year amount not
to exceed $50,000, and subsequent years are subject to the
availability of funds.
Approved by:
8. L )./
Department D' c /Designee
Da e
FOR DEPARTMENT OF hIANAGEMENT AND BUDGET USE ONLY
Verif ed by:
Verified by:
la. ,Department
of Management and Budgetj�berfDesignee
Date 2&10,0
Budget Analyst
/ 00
Da
&AWARD RECOMMENDATION am
BID NUMBER: 99-00-045R COMMODITY/SERVICE: Automotive Transmission. Repair,,
Exchange and Overhaul.
DEPARTMENT / DIVISION: General Services Administration
TERM OF CONTRACT: Contract for one year with OTR for three additional one year..periods
NUMBER OF BIDS DISTRIBUTED: Fourteen (14) NUMBER OF BIDS RECEIVED:
Three (3)
METHOD OF AWARD: Lowest responsible and responsive bidder meeting Specifications.
RECOMMENDED VENDOR(S):
Florida Hydramatic Corp.
STATUS:
TOTAL:
CONTRACT -VALUE:
$50,000
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The Department of General Services Administration has
analyzed the bids received and Florida Hydramatic Corp.
meets the Department's requirements and specifications. The
resluestpa contract is necessary to provide needed automotive
trangmiSGinn repair, exchange and overhaul services for
Cify f1PPI vPhi[_1Ps_ This contract is projected to save
Money hV utili7,inq his service for older vehicles in lieu
ACCOUNT CODE(S):g n-jn n 1 _4 2 n A n ri_ 6.6 7 0 $50,000 ao►aiWk in account number
� i J
by: SIGNATURE
DEPARTMENT APPROVAL:
Lsz:=
Department Directo
Designee
BUDGET REVIEW APPROVAL:. PURCHASING APPROVAL:
Luie Brennan iDi
S. rte
Interim Director for
{OTHER FUNDING APPROVALS, IF APPLICABLE:
PAGE 2 OF 2
TITLE:
.0 9
Item No.
Caprice
Rear Wheel
Caprice
Rear Wheel
Cavalier
Front Wheel
Vans & Pick-ups
Rear Wheel
Vans & Pick-ups
Rear Wheel
Vans & Pick-ups
Rear Wheel
Vans & Pick-ups
Rear Wheel
Pickup 4x4
Rear Wheel
Misc. GM Vehicles Front Wheel
Misc. GM Vehicles Front Wheel
Crown Victoria
Crown Victoria
Taurus
Taurus
Vans & Pick-ups
Vans & Pick-ups
Vans & Pick-ups
Vans & Pick-ups
Pickup 4x4
C. Chrysler ,
K Car
K Car
Vans & Pick-ups
Vans & Pick-ups
Old Dodge
TABULATION OF BIDS
AUTOMOTIVE TRANSMISSION REPAIR, EXCHANGE AND OVERHAUL - BID NO. 99-00-04SR
Description
70OR4 O/D 4 Speed
4660E O/D Electronic
125C Auto 3 Speed
350 or 400 Auto 3 Speed
700R4 O/D 4 Speed
41,60E O/D Electronic
4L80E O/D Electronic
Additional Charge over above
TM440 O/D 4 Speed
4T60E O/D Electronic
Rear Wheel
AOD O/D 4 Speed
Rear Wheel
AOD O/D Electronic
Front Wheel
AXOD O/D 4 Speed
Front Wheel
AXODE O/D Electronic
Rear Wheel
C-6 O/D Auto 3 Speed
Rear Wheel
AOD O/D 4 Speed
Rear Wheel
AODE O/D Electronic
Rear Wheel
E40D O/D Electronic 4 Speed
Rear Wheel
Additional Charge over above
FL HYDRAMATIC CORP
$ 625.00 $
461 NW 79 STREET
$ 775.00
MIAMI FL 33150
$ 50.00 /hour
LOCAUNON-MINORITY
CATEGORYI
CATEGORY2
CATEGORY3
Overhaul
Exchange
Repair/Labor Rate
$ 625.00
$ 625.00 $
50.00 /hour
$ 750.00
$ 750.00 $
50.00 /hour
$ 625.00
$ 625.00 $
50.00 /hour
$ 395.00
$ 395.00 $
50.00 /hour
$ 625.00
$ 625.00 $
50.00 /hour
$ 750.00
$ 750.00 $
50.00 /hour
$ 1,175.00
$ 175.00 $
50.00 /hour
$ 75.00
$ 75.00 $
50.00 /hour
$ 875.00
$ 875.00 $
50.00 /hour
$ 975.00
$ 975.00 $
50.00 /hour
$ 625.00
$ 625.00 $
50.00 /hour
$ 775.00
$ 775.00
$ 50.00 /hour
$ 825.00
$ 825.00
$ 50.00 /hour
$ 975.00
$ 975.00
$ 50.00 /hour
$ 395.00
$ 395.00
$ 50.00 /hour
$ 625.00
$ 625.00
$ 50.00 /hour
$ 775.00
$ 775.00
$ 50.00 /hour
$ 1,200.00
$ 1,200.00
$ 50.00 /hour
$ 75.00
$ 75.00
$ 50.00 /hour
Front Wheel
404 Auto 3 Speed
$
645.00
$ 65.00
$ 50.00 /hour
Front Wheel
604 Electronic 4 Speed
$
975.00
$ 975.00
$ 50.00 /hour
Rear Wheel
Torque flight Auto 3 Speed
$
1
395.00
$ 395.00
$ 50.00 /hour
Rear Wheel
500 - 528 O/D Electronic
$
995.00
$ 995.00
$ 50.00 /hour
Rear Wheel
Unknown
$
375.00
$ 375.00
$ 50.00 /hour
Toyota 4 Runner
Rear Wheel
Unknown
Nissan Pathfinder
Rear Wheel
Unknown
Mitsubishi
Rear Wheel
Unknown
Jeep Cherokee
Rear Wheel
Unknown
SUV 4x4
Rear Wheel
Additional Charge over above
OPTIONS - Discount from OEM M.S.R.P. Parts Pricing
a. Compact Cars
b. Mid -Size Cars
c. Full -Size Cars
d. Light Trucks
e. Vans
f. Sport Utility Vehicles
g. Ford E40D
$ 1,295.00
$ 1,295.00
$ 50.00. /hour
$ 1,195.00
$ 1,195.00
$ 50.00 /hour
$ 1,195.00
$ 1,195.00
$ 50.00 /hour
$ 1,195.00
$ 1,195.00
$ 50.00 /hour
$ 75.00
$ 75.00
$ 75.00 /hour
10%
10%
10%
10%
10%
10%
10%
Prepared by Maritza Suarez, 1/14/00 k) Page 1
MOLINA GARAGE
BEACH AUTOMOTIVE INC DBA POTAMKIN NO DODGE
2091
NW 7 AVENUE
1850 NE 123 STREET
MIAMI FL 33127
NO MIAMI FL
33181
LOCAUHISPANIC
DADE/NON-MINORITY
CATEGORY 1
CATEGORY 2
CATEGORY 3
CATEGORY 1
CATEGORY 2
CATEGORY 3
Overhaul
Exchange Repair/Labor Rate
Overhaul
Exchange
Repair/Labor
$
856.00
$
981.50 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,098.00
$
1,218.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
728.00
$
950.00 $
50.00 /hour
no bid
no bid
no,bid
/hour
$
456.00
$
581.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
856.00
$
1,006.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,137.00
$
1,287.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,455.00
$
1,605.00 $
50.00 /hour
i* no bid
no bid
no bid
/hour
$
838.00
$
188.00 $
50.00 /hour
no bid
no bid
no bid
r
$
903.50
$
1,128.50 $
50.00 /hour
i no bid
no bid
no bid
$
1,553.00
$
1,778.00 $
50.00 /hour
no bid
no bid
no bid
/hour
i $
760.00
$
885.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,270.00
$
1,445.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,332.00
$
1,557.00 $.
50.00 /hour
no bid
no bid
no bid
/hour
$
1,552.70
$
1,777.70 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,872.00
$
1,927.70 $
50.00 /hour
no bid
no bid
no bid
/hour
$
760.00
$
910.00 $
50.00 /hour
no bid
no bid
no bid
/hour
1 $
1,267.00
$
1,417.00 $
50.00 /hour
no bid
no bid
no bid
/hour
j $
1,495.00
$
1,645.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
1,235.00
$
1,385.00 $
50.00 /hour
no bid
r
no bid
no -bid
/hour
I
t�
$
757.00
$
972.00 $
50.00 /hour
$ 538.00
$ 1,084.00
$ 52.60
/hour
$
1,168.00
$
1,393.00 $
50.00 /hour
$ 734.00
$ 1,121.00
$ 52.60
/hour
i $
1,332.00
$
1,482.00 $
50.00 /hour
$ 614.00
$ .1,017.00
$ 52.60
/hour
$
1,495.00
$
1,645.00 $
50.00 /hour
$ 841.00
$ 1,414.00
$ 52.60
/hour
$
487.00
$
712.00 $
50.00 /hour
no bid
no bid
$ 52.60
$
1,300.00
$
150.00 $
50.00 /hour
no bid
no bid
no bid
/hour
$
2,112.00
$
2,232.00 $
50,00 /hour
no bid
no bid
no bid
/hour
$
1,157.00
$
1,457.00 $
5000 /hour
no bid
no bid
no bid
/hour
$
1,423.00
$
1,723.00 $
50;00 /hour
no bid
no bid
no bid
/hour
$
1,527.00
$
1,727.00 no
bid. /hour
no bid
no bid
no bid
/hour
10%
30%
10%
1
30%
k
10%
30%
10%
30%
10%
30%
10%
30%
10%
30%
Approval:
3
Departmen
Dir tor/ esignee
BID ITEM:
BID NO:
DATE BIDS) OPENED:
16CITY OF MIAMI OF THE CITY CL6ERK
BID SECURITY LIST
AUTOMOTIVE TRANSMISSION REPAIR, EXCHANGE AND OVERHAUL
99-00-045
JANUARY 3, 2000
TIME 10:00 AM
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
FLORIDA HYDRAMATIC CORP. (only one copy)Tlt6(i�
D
BEACH AUT01 7TIVE INC. DBA POTAMKIN NOR'T'H DODGE
c
MDLINA GARAGE
NO BID:
PITTS ENGINE & TRANS
r o
75 S�lc
NEXTRAN TRUCK CENTER
D. KARON
No
( is Gr
QUALITY TRANSMISSION
14Za4,1 bOT
1+
"Off= frorn thin mendarshSterl hprpir,r
received timely as of the above opena
other
are hereby rejected as late."
q date and Same.
M
All
received ( ) envelops on behalf of
Person receiving bid(s)
PURCHASING DEPARTMENT on
(City Department)
SIGN .
Deputy City erk
(Date)
BID ITEM:
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
AU'T'OMO'T'IVE TRANSMISSION REPAIR, EXCHANGE AND OVERHAUL
BID NO: yy'cc—c4�
DATE BID(S) OPENED: JANUARY 3, 2000
TIME 10:00 AM
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
FLORIDA HYDRAMATIC CORP. (only one copy)
BEACH AUT'OMO'T'IVE INC. DBA POTAMKIN NORTH DODGE
MOLINA GARAGE
NO BID:
PITTS ENGINE & TRANS
NEXTRAN TRUCK CENTER
D. KARON
QUALITY TRANSMISSION
"Offers T d -o histed hrarnui
me the oinly
a
received timely as of the alcove open -mg
5
,.. a e✓ ;i
are hereby rejected as late."
date and t
i.' is
w. aif
me, All
any,
d
A111W l4A':;:received (T-) envelops on behalf of
Person receiving bid(s)
,,��
PURCHASING DEPARTMENT G2��� r on �� 0
(City Department) % (Date)
SIGN
Deputy City erk
LC IGS/PC •,503 Rev. .12/89 t Routing: Forward White and' Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department''
City of Miami,
REOUISITION'FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type,and attach a copy of the adverbs gm*!2nt with' thia
r2auisition.
1. Department:0
2.. Divisi n:
e_ n,.;, r a 1 l��.Cvic6s Adminis4cx*a:
S
Gtion
� A ,
i�lefz!t_
3. Account Code number: 1
4. Is this a confirmation: 1
'..F
pared by:
5. Prepared
503(x00.!. ."Al 2 DO 0 5 6 2103 7
❑-Yes 51 No
L6ut es.Looez
(305) 575--5130
6. Size of - advertisement:
7.-Sujriing date:
8. Telephone number:
12/16/99
(30D)483-7109
9. Number of times' this advelrbsement is to be10.
Type of advertisement:
published: unca
N Leal- Ej Classified ❑
Display
11. Remarks:
Automotive Tran.inissioii Repair E'xchanlge afid
Overhaul,,
B 1D 1,10. 99.-00-0451
12.
Publication
Date(s) of
Advertisement
Invoice No..
Amount
VLiami Times
Pil a ra Review
Diarib Las', Arae r c aa
1XD
_-4, 17• Fi
C
13.
ID/Aloproved.
'Disapproved
Ef
.'Department birect6r1/,bes`i9nAe bate
Approved for Payment
Date
LC IGS/PC •,503 Rev. .12/89 t Routing: Forward White and' Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department''
CITY OF MIAMI
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500
Pan American Drive, Miami, FI. 33133 for the following:
BID NO. 99-00-045R AUTOMOTIVE TRANSMISSION REPAIR, EXCHANGE AND OVERHAUL
OPENING DATE: 10:00 A.M. Monday, January 3, 2000
(Deadline for Request of additional information/clarification:
December 24 1999
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Florida 33130, Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE
COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD
PRINT).
AD NO. 4415
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
t
f
co
z
L..
:K{
j • P
O
>
X
CTN
CITY OF MIAMI OF THE CITY CLERK
BED SECURITY LIST
BID ITEM: AUTOMOTIVE TRANSMISSION REPAIR, EXCHANGE AND OVERTTATTL
BID NO: 98-99-160R
DATE BID(S) OPENED: OCTOBER 6, 1999 TIME 10:00 a.m.—
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
NO BID
PITTS ENGINE & TRANS, INC.
NEXTRAN TRUCK CENTER
received cf r rri
rr,.cn. r
... .......
Circ' hereby reiec,f,z;d crILCA,,i,
A—
X7 received envelops on behalf of
ereonWceiving bid(s)
PURCHASING DEPARTMENT on
(City Department) (Date)
6
CITY OF MIAMI
ADVERTISEMENT FOR BID
IN
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, Fl. 33133 for the following:
BID NO.98-99-16OR AUTOMOTIVE TRANSMISSION REPAIR, EXCHANGE AND OVERHAUL
OPENING DATE: 10:00 A.M. Monday, October 6, 1999
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906.
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO. 4410
...r:. �,t,�; , ... ...,,-,r�•�..,,it .rft-,S�r•:_,.-'ti., - ,..,,.. .v a�..,�y` 4'•" ':�,..r '+,rL -.... ..... -��,. �..:•u,�"'"1�,,,,,.f'�,,,._.�.,_.•yl„�i,u,,✓,•,�t ,tx..,�.•,r _e...r�,..i .. .
`- Glty of Miami •
This number must
REQUISITIONFOR ADVERTISEMENT'' appear in the
advertisement.
INSTRUCTIONS: Please a.'and attach a copy of the advertisement withthi r i i ion.
1. Department: !
2. Division
Clew-ral Services iMm1�1.isrra.t.:iori
o Light&. Heavy Fleet.
3. Account Code number:
4. Is this a confirmation:
5 O..repared by:
sc. remarkaI
❑ Yes ® No
i+anPt.r e Pere
6. Size of advertisement:
7. Starting date: !
B. Telephone: number:
9/21/99
(305) 575-5130
9. Number of times -this advertisement' � isement is to be
10. Type. of advertisement:
publish ed: Once
=� Legal ❑ •Classified ❑ Display .
11. Remarks:rT ;
A j•comoti•ve '.transms.ssion Repair, Exi�hange an(, Uverhaui.
Account Code Nos .503001.420905.6.287.7-$1-1".27
1509000 :,420901, 6.207 a• balance oa i,nv6ice amounts.
;yid llo. 98-99-1608
. Publlication
Date(s) of
Advertisement
Invoice No.. Amount
MIAMI TIVES 1
a
MIA141 REVIEW
DIARIO 11AS AMERICAS
•moi
£
M.
r
e
13 j
Approved ,. f
-
El,' Disapproved
Department Director%'besi,gp”Date
ee
Approved for. Payment Date
C iGS/PC 503 Rev. 12/89 .41RIouting•: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White'- G.S.A.; Canary - .Department
Y
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
„r„TT,.— AUTO. TRANSMISSION REPAIR
BID NO: 98-99-032 /
DATE BID(S) OPENED: MARCH 1, 1999 TIME 11 :00 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
WIWI TRANSMISSION
See attached
bid
BEACH AUTOMOTIVE INC.
We receiv
the bid which
d only one copp
was sent t
NO BID
PITTS ENGINE & TRANS. INC.
"Offers from the vene.ors listcd here"n
rre the
received tirnv7y as of 0,-n,
e0bn,r offerczCi ne-Ise '*s+"`i"! ^:ry x, f'1.
r....yx;•.i: ,p".,I�
i.i e�:i�',
are hereby rejected as Zito. /
received (% ) envelops on behalf of
son receiving bid(s)
PURCHASING DEPARTMENT on e3
(City Department) (Date)
SIGNED:(_
Deputy City Clerk
1i
R
jY
CITY OF MIAMI /
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FI. 33133 for the following:
BID NO. 98-99-070 Elevator Maintenance for Miami Riverside Center
OPENING DATE: 10:00 A.M. Monday, March 1, 1999
BID NO. 98-99-032 Auto Transmission Repair, Exchange & Overhaul, on an as -needed
-contract basis for the Department of General Services Administration
OPENING DATE: 11:00 A.M. Monday, March 1, 1999
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906.
Donald H. Warshaw
City Manager
AD NO. 5369 & 4401
CITY OF MIAMI
LOGO
IUD
Ah
"=
City of
Miami
'OFA.(, REQUISITION FOR
ADVERTISEMENT
This number must
r`oa`ms
appear in the
advertisement.
INSTRUCTIONS: Please type and attach a copy of -the advtratigtMent
with thireaijisition.
1. Departt�ment: o 1
exiera.l,ervi.ces#1�[.i11ii.?1.strc.t:Y.o,1
2. Division: 7 -
4.f&t "Mazagemcnt
3 Account Code number _
.4''U9fl5.5.'lui
4. Is this a confirmation:
❑
5. Prepared by: r a ;
DairePerez
l
Yes F]t:
No
6. Size of advertisement:
7. Starting date:
8. Telephone number:
'( 05) 57.5--5130
9. Number of times this advertisement is .to be:
10. Type of advertisement:.
published:
❑_ Legal ❑ Classified ❑
Display
11. Remarks:.
Autob,�ot -,ze T.x;a>.suii.s
,ioc7 haf�, .a r, x, c�zet� r am1 Overhaul
t
12.
E .
Date(s) of
Publication.
Advertisement
Invoice No.
Amount
I
!
+I
.
rrj
I
71—ir
3
CD
4
P
13.
!Y Approved !"• s
❑ Disapproved'
Y rt
�i I0 loo ISA
I i
Dep artm'en$-Di'rector/Designee Date •
Approved for Payment
Date
•
C IGS/PC 503 Rev. 12/89 j Routing: Forward White and Canary _to G.S.A. (Procurement Management) and retain. Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department
P