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 is hereby rescinded in its entirety.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