Loading...
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