Loading...
HomeMy WebLinkAboutR-00-0889J-00-873 10/11/00 RESOLUTION NO. 8'19 `" A RESOLUTION OF THE MIAMI CITY COMMISSION RESCINDING IN ITS ENTIRETY RESOLUTION NO. 00-296 WHICH AWARDED A BID TO FLORIDA HYDRAMATIC CORP., UNDER INVITATION FOR BIDS NO. 99-00-045R, AND ACCEPTING THE BID OF MOLINA GARAGE 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 THE BUDGET OF THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, LIGHT FLEET DIVISION, ACCOUNT CODE NO. 503001.420905.6.670, SUBJECT TO AVAILABILITY OF FUNDS. WHEREAS, pursuant to Resolution No. 00-296, adopted April 13, 2000, the bid of Florida Hydramatic Corp. was accepted for Invitation for Bids No. 99-00-045R ("ITB") 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; and WHEREAS, Florida Hydramatic, Corp. failed to provide the proof of insurance coverage required pursuant to Section 6.3 of CITY COWMISSION MEETING Or 0 CT j 2 2000 Resolution 0U-��� the ITB and it is, therefore, necessary to rescind Resolution No. 00-296 and award the bid to the next lowest responsive and responsible bidder; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that pursuant to Invitation for Bids No. 99-00-045R be awarded to Molina Garage to provide such services; and WHEREAS, funding is available from the Department General Services Administration, Light Fleet Division, Account Code No. 503001.420905.6.670; 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 and incorporated as if fully set forth in this Section. Section 2. Resolution No. 00-296 which accepted the bid of Florida Hydramatic Corp. is hereby rescinded in its entirety. Section 3. The January 3, 2000 bid received from Molina Garage pursuant to ITB No. 99-00-045R 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 Division, Account Code No. 503001.420905.6.670, subject to availability of funds. Page 2 of 3 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 12th day of October 1 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate apprnv�,l of this legislation by signing it in the designate lace provided, s 11 01&^Ij 'ig "te -s e becomes effective with the elapse of to 0 s f r(--, m t h s. d.,-, Le of action regarding same, without the May ei�Vv� 'pr rci ' a AL -111r") ATTEST: WALTER J. FOEMAN CITY CLER APPROVED AS TO FO CI'27x, ATTORNEY I /4742:lg:L]3:13SS CORRECTNESSt/ City Clerk ., 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 19 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members o the City C ission ez FROM: City Manager RECOMMENDATION DATE: SEP_ 2 9 2000 FILE: SUBJECT: Rescinding of Award Resolution No. 00-296 REFERENCES: City of Miami Bid No. 99-00-045R ENCLOSURES: It is recommended that the City Commission adopt the attached Resolution rescinding award to Florida Hydramatic, Corp., awarded under Resolution No. 00-296, and awarding to Molina Garage, Hispanic/Local vendor, the next lowest responsible and responsive bidder under Bid No. 99-00-045R, at a total annual amount of $50,000.00. Funds are available from General Services Administration Light Fleet Division, Account Code No. 503001.420905.6.6 70. BACKGROUND Resolution No. 00-2961 adopted April 13, 2000, accepted bid of Florida Hydramatic, Corp., awarded under Bid No. 99-00-045R, for the furnishing of automotive transmission repairs, exchange and overhaul services,. on as -needed contract basis for one year with the option to extend for three (3) additional one year periods, for the Department of General Services Administration, at a total annual amount not to exceed $50,000.00. Florida Hydramatic Corp. has failed to provide proof of their insurance coverage; therefore amending Resolution No. 00-296, to rescind award to Florida Hydramatic Corp. and award to Molina Garage, the next lowest responsible and responsive bidder. CAG:JSC:GM:MS:ms CoverMemoOvrHdDrsMaintDCB C1 ,u�-ia-nn rRi 11 :59 AM T. 8-3-"0tt0" INA P.01 SENT BY: C I TY OF M t AM 1 7- 6- 0 ; 1; 33PM PROCUREMENT iNfi'MdTT. -. 3 2/16 kult T Jai x qkq Os. JUDY S. CARTER U►te'tor : : C.ARLOS A. OMENQ leo Oct City Manager r a. vacs' .July 6. 2000 Mr, Robert Molina SENT VIA FAX Molina Garage 2091 NW 7°1 Avenue Miami, FL 33127 Ref: Bid No. 99-00-045R Automotive Transmission, Repair, Exchange & OvBfiaul Door Mr. Molina: On April 13, 2000, the City of Miami awarded the above subject contract to Plerida Hydramatie Corporation, The City is in the process of rescinding such award, due to the vendor's inability to provide proof of insurance, in accordance with the Terms and Conditions of the Bid document, and recommend award to the next lowest bidder. Your company submitted the second lowest responsible and responsive bid, and we are; therefore, requesting that you advise whether you would stili honor the prices bid and abide by all terms and conditions. See attached copy of your bid. By signing and returning this document to the Purchasing Department, you are acknowledging agreement to the prices given, pursuant to Bid No. 99-00-0458. To expedite the process, please fax us this signed acknowledgment Immediately to 305- 4116-192S. Attn: Maritsa Suarez Agree: Signature r Nance: Title: Date; r7--'7 - av 00- 889 i S:tis 6.4. PRICE SHEET B. Ford Vehicles Drive Model CATEGORY 1 -CATEGORY 2 CATEGORY 3 Crown Victoria A. GM Vehicles Drive Model Overhaul Exchange Repair/ Labor Rate Caprice Rear Wheel 700R4 O/D 4 Speed $ & S%.. SG $ q 8 ti . S t7 $ 50. oo /hour Caprice Rear Wheel 4660E O/D Electronic $ ► p qg, o a $ ► ;a l g .ot7 $ 50.00 /hour Cavalier Front Wheel 125C Auto 3 Speed $ *7a2r. o o $ gSo.pa $ SO.Oo /hour Vans & Pick-ups Rear Wheel 350 or 400 Auto 3 Speed $ Lk S". c.,a $ Sg k. oa $ So .c)o /hour Vans & Pick-ups Rear Wheel 700R4 O/D 4 Speed $ gs�„ oC::, $ 1 o 0G. cm $ S. Q,o o /hour Vans & Pick-ups Rear Wheel 4L60E O/D Electronic $ 1 137. oa $ 11�1.131.CV $SO.00 /hour Vans & Pick-ups Rear Wheel 4L80E O/D Electronic $ 1-I SS c>c> $ 1 Io o5.0o $ Sc). oo /hour Pickup 4x4 i I Rear Wheel Additional Charge over above $ S 37F . as $ 1?r63 - oa $ So - a o /hour Misc. GM Vehicles Front Wheel TM440 O/D 4 Speed $ cuo S. SU $11'a.8p $ 5o.o0 /hour Misc. GM Vehicles Front Wheel 4T60E O/D Electronic $ ►553_ oo $ 17g Qp $ s o . oo /hour B. Ford Vehicles Drive Model Overhaul Exchange Repair/ Labor Rate Crown Victoria Rear Wheel AOD O/D 4 Speed $ `7G p pa $ SS S. oo S So �a o /hour Crown Victoria Rear Wheel AOD O/D Electronic $ ► ; -10. ' —; I S ! Wts nc I S r -:n :hour . Taurus Front Wheel AXOD O/D 4 Speed $ 33 ;z _ as $ ► _S 5"?. oto $ Sty- oo /hour Taurus Front Wheel AXODE O/D Electronic $ ►55 a fl $ 1 -191).-7 O $ Saoo /hour Vans & Pick-ups Rear Wheel C-6 O/D Auto 3 Speed $ 19 -7 Q. o D $ ► q',\ -7-10 $ So. oo /hour Vans & Pick-ups Rear Wheel AOD O/D 4 Speed $ 7 p, M $ 9 ► p. d o' $ S0.00 /hour Vans & Pick-ups Rear Wheel AODE O/D Electronic $ 1 2167. oa $ t 4►'1. on $ Sp. oo /hour Vans & Pick-ups Rear Wheel E40D O/D Electronic 4 Speed $ ► y q s, oa $ 1 bXtS. o v $ So_ oa /hour I Pickup 4x4 Rear Wheel Additional Charge over above $ ► a n,S.$ ! 3 S. oa $ S o. o a /hour C. Chrysler Vehicles Drive Model. Overhaul Exchange ., _ Repair/, Labor Rate K Car Front Wheel 404 Auto 3 Speed $ T -7. c, Z> $ g7a.o0 $ So-oo /hour K Car Front Wheel 604 Electronic 4 Speed $ it b8 • v c7 $ %'3q S. o a $ S o. oa /hour Vans & Pick-ups Rear Wheel Torque flight Auto 3 Speed $ ► 3 3 D. o o I $ 1tit is a.oD 1 $ So. co /hour Vans & Pick-ups Rear Wheel 500 - 528 O/D EIectronic $ 1yq S. o $ 11. -AS. oD $ So. c* /hour Old Dodge Diplomat Rear Wheel Unknown $ 4'8 7. �, $ 7i a. oa $ So.00 /hour D. Misc. Vehicles Drive Model Overhaul Exchange Repair/ Labor Rate Toyota 4 Runner Rear Wheel Unknown $ t 30o. e6 $ 15D. CA> $ 5o. oO /hour Nissan Pathfinder Rear Wheel Unknown $ �:) ►1a.oa $ a'Aa.oa $ So.oc, /hour Mitsubishi Montero Rear Wheel Unknown $ 11 S -7. oa 9 14 57. 00 $ So.00 /hour Jeep Cherokee Rear Wheel Unknown $ 14 a; 3 • oD $ 1-7'a3.00 $ 5 o. o D /hour SUV 4x4 Rear Wheel Additional Charge over above 15 a. -l. po 0 2 7. eci> Above overhaul and exchange prices shall include a rebuilt torque converter and installation. Warranty shall cover 100% parts and labor for a minimum of 12 months or 12,000 miles. All replacement parts shall be the same as or equal to OEM replacement parts. .r 4 Page 1 of 2 `°` 889 City of Miami, Florida Sheet (Continued) OPTIONS - Discount from OEM M.S.R.P. Parts Pricing a. Compact Cars p % b. Mid-Size Cars to c. Full-Size Cars Its d. Light Trucks. 10 % e. Vans 10 f Sport Utility Vehicles to .. g. Ford E40D IO % ' Bidder: Mol l iyi- C1t co CA P— Authorized Signature: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DIS UAL THIBID. ITEM: DEPARTMENT: TYPE OF PURCHASE: RESCINDING OF AWARD BID NO. 99-00-045R Automotive Transmission Repairs, Exchange and Overhaul Services General Services Administration Rescinding Award and award to next lowest bidder RECOMMENDATION: It is recommended that the contract awarded to Florida Flydromatic, Inc., in the amount of $ 50,000, be rescinded for failure to provide proof of insurance coverage, and award contract to Molina Garage, who is the next lowest responsible and responsive bidder, to provide said services, at a total annual amount not to exceed $50,000. AwardStateContract J-00-273 3/28/00 QU�CNC'f�-�.DR` ZOpp�l'r�� P `'RTNENr t9 /2.29 RESOLUTION NO. 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 COMMSSION I�EETIATG OF �e�olntion I�tp. ' w " WHEREAS, funds are available, from Generai 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 Hydramatic 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 $50,00'0, 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 Page 2 of 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. 2-30, since the Mayor did not ind',cats approval of legislation byVfg�li it `tt,"', ,14:1 \{ becomes e„ectiVe vai'Li; Li,:- - regaruing same, without the qLy/^ WALTER J. FOEMAN CITY CLER$000f lev CTNESS: a NDRO VILARELLO ATTORNEY 4259:RCL v 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. 10- 889