Loading...
HomeMy WebLinkAboutR-99-0518J-99-597 7/9/99 RESOLUTION NO. 5 9 518 A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BID OF AUTO EQUIPMENT CO., INC., FOR THE PROCUREMENT AND INSTALLATION OF AN IN -GROUND VEHICLE LIFT AT THE FIRE GARAGE, FOR THE DEPARTMENT OF FIRE -RESCUE, IN AN AMOUNT NOT TO EXCEED $68,750; ALLOCATING FUNDS THEREFOR FROM ACCOUNT NO. 313018.289401.6.840. WHEREAS, the Department of Fire -Rescue requires a new in -ground vehicle lift at the Fire Garage; and WHEREAS, the vehicle lift at the Fire Garage is more than 30 years old and has not been operable for the past five years because replacement parts.are no longer available; and WHEREAS, these circumstances have caused many repair delays and critical down time for emergency response vehicles; and WHEREAS, a new in -ground vehicle lift will allow flexibility to repair vehicle wheels, brakes and perform routine maintenance in a timely manner; and WHEREAS, pursuant to public notice Invitation for Bids J U L 2 7 1999 Resolution :No. -- 518 s • No. 98-99-089R was distributed to thirty-five providers; and WHEREAS, three bids were received on May 24, 1999; and WHEREAS, funds are available from Account No. 313018.289401.6.840; and WHEREAS, the City Manager and the Director of Fire -Rescue recommend that the bid received from Auto Equipment Co., Inc., be accepted as the most 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 May 24, 1999 bid submitted by Auto Equipment Co., Inc., for the procurement and installation of an in -ground vehicle lift at the Fire Garage, for the Department of Fire -Rescue, in an amount not to exceed $68,750, is hereby - 2 - • • accepted, with funds therefor hereby allocated from Account Code No. 313018.289401.6.840. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.' PASSED AND ADOPTED this 27th day of July , 1999. JOE CAROLLO, MAYOR Inarzov&nce with Miami Code Sec. 2-36, since the Mayor did not indicate approval of Ift &egislation by signing it in the designated place provided, said leglsiution no i ,bm.mmes effective with the elapse of ten (10) da . om the Tt of Commi acficn c arding same, without the Mavcpexerc�a to. ATTEST: WALTER J. FOEMbhi CITY CLERK APPROV 'AS O /RV/D ORRECTNESS It r1T TTORNEY W 89:RCL J. 5 , City Clark 1� 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. 3 - 99- 518 0 CITY OF MIAMI, FLORIDA 0 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: (na H. Farps�aw�� City Manager RECOMMENDATION CA-3 DATE: 1UL 1 L 1009 FILE FM-031.doc SUBJECT: Accepting bid for vehicle lift; Department of Fire -Rescue REFERENCES Commission Meeting 7/27/99 ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Auto Equipment Co., Inc., 518 Bufflehead, Johns Island, SC 29455 (Non-local/Non-minority provider) for the procurement and installation of a new in -ground vehicle lift at the Fire Garage, for the Department of Fire -Rescue, in the amount of $68,750. Funding is available from Account Code No. 313018.289401.6.840. BACKGROUND The Department of Fire -Rescue requires a new in -ground vehicle lift system for use at the Fire Garage. The present in -ground vehicle lift is over 30 years old, and has been inoperable for the past five years because replacement parts are no longer in production. This situation has caused many repair delays and critical down time to emergency response vehicles. The new system will allow the flexibility tc simultaneously repair wheels, brakes and perform routine maintenance in a timely manner. Enc. DHW/CAG/MLK/WWB/csk FM.031.doc 9 9— 518 TO FROM CITY OF MIAMI, FLORIDA 0 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of tFc$T'H. Commission oshaw City Manager DATE ^ 'Q^^ FILE : ZJJ SUBJECT: Bid No. 98-99-089 Local Vendor Participation/Response REFERENCES: ENCLOSURES: The subject bid opened 11:00 a.m. Monday May 24, 1999, for furnishing and installation of New Vehicle Lift. Invitation for Bids were hand -delivered through the City's Local Vendor Outreach Program and via mailed. As a follow-up, the vendor(s) who did not bid was contacted, to determine the reason(s) for not bidding: District Name of Vendor Vendor Response(s) Contact Person No. 1. Baez Equipment Co., Inc...... Specifications too tight Evilia Zarraga IV DHW:BWH:JSC:abf 99- 518 City of Miami, Florida Mailing Date: MAY 7, 1999 6.1 BID INFORMATION FORM 0 Bid No. 98-99-89 Buyer: Maritza Suarez _ Bid No.: 98-99-89 -ORIGINAL Telephone: 305416-1907 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. 075-44: FURNISHING AND INSTALLATION OF NEW VEHICLE LIFT We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. number of calendar days required to complete work after Notice to Proceed or issuance of purc ase order. number of calendar days required before commencement of work. Delivery will be made within 84 calendar days after receipt of purchase order. Terms: 2°/.-10 days Net 30 days V_*'� Additional discount of % if awarded all items. A644t - (include cash discount for prompt payment, if any) Other Discounts: Contact Person/Telephone: JwW A &i rr A DD 4.76 3 1 *P, Term of Warranty for equipment: a.d gAh 4 - ( yliQ Cs►1 /►! p j fD -ea Q Term of Warranty for Iabor: N/A All exceptions to this bid have been documented in the section below. EXCEPTIONS: A L S M E 110 -60 IS B,D As A %Z44rf Osdi n e-b J&1ae A"4 w f:r I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, fim, or person submitting a bid for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: Principal Business Address: S' 1 1 Mailing Address: S4#% Telephone: 8 00 #-?(G 3 Fax: B f 3- 'a - 712.3 Name: Title: T' Authorized Si azure: 7—NA.-�W aa�& Beeper: 9 9 - r1 8 h of Miami, Florida Bid No. 98-99-89R 6.;^ kOR BACKGROUND INFORN—AN INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word( giwl li�b1P'; s appropriate. Please print. 516 SUFFLEHEAD d01 NS ISLAND, SC 29455 COMPANY NAME: COMPANY OFFICERS: rr President d F,F_ bU lei Vice President r Secretary f Cy ., . ��'j" Treasurer COMPANY OWNERSHIP: _____ , j bl. &-A T __LQQL_% of ownership % of ownership of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. N� i► (attach copy with bid) , r 2. 'Occupat onal,License'Classification.: ; 3. Occupational License Expiration Date: 41 rti "4 Metro -bade County Certificate of Competency 10.- ' .,, A/a (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 57 EXPERIENCE: 6. Number of Years your organization has been in business: �+ 7. Number of Years experience BIDDER/PROPOSER (person, principal of fin7n, owner) has had in operation of the type required by the specifications of the Bid or RFP: 16 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: I Q 57 99- 518 AUC-20-96 11.01 FROM•MIAMI FIRE RESCUE ID•30S 416 1693 PACE 2/10 DEPARTMENT OF FIRE -RESCUE CITY MANAGERS OFFS REQUEST FOIL FORMAL SOLICYTATION FoFW AUG ', AM 9t 15 FOR PURCHASE OF GOODSMMVICES, EQUTY'*M-Zr EXCMMING S4,500, AND CONMUMON EXCE®ING SI0,000 Desaripbi m of theyroaondyarchsa lnstalofNew Vehicle Lifis at fibs Firs G;qp Estimsied Cost; $0.000.00 wkboutwomm ?,/ 30/8 Line Iftm is S'Y Bad-3~2S9401.6340 Advestlsl w BmIgat Account Codr. 001000.2WMI.6287 E wylk2d w Services Agoobmt Qdc Uant in 1tFY sm wft efomumm ,.... ,i I ,, r :�► a rpl ► r- ►Y • .7 BID NUMBER: 98-99-089R BID AWARD RECOMMENDATION FORM DEPARTMENT / DIVISION: Fire Rescue TERM OF CONTRACT: Short -Term contract COMMODITY/SERVICE: Furnish and Install New vehicle Lift at the Fire Garage NUMBER OF BIDS DISTRIBUTED: thirty-five (35) NUMBER OF BIDS RECEIVED: three (3 ) METHOD OF AWARD: Lowest responsible and responsive bidder meeting q.peci fi .a ions. RECOMMENDED VENDOR(Sh Auto Equipment Co liic 518 Bufflehead Johns Island, SC 29455 STATUS: CONTRACT VALUE: TOTAL: $ 68 , 750 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Advantage 'M210 Hp 60 is the nnl;Z bid response for an in ground lift. The managpmpnt staff at the Fire Garage feels that this system will allow us to have the greatest flexibility to accomplish our work Over 80% of our work necessitates the removal of all four wheel ass&blies. This type of system allows us to simultaneously perform wheel and brake repairs and periodic maintenance (Routine lubricant service) This new unit will replace an existing unit that is over thirty five years old The old unit has been inoperative for the last five years. The unavailability of this vehicle lift continues to cause delays and additional down time of our emergency response fleet. ACCOUNT CODE(Sh 313018. 289401. 6. 840 DEPARTMENT APPROVAL: Departme Director/ Designee BUDGET R IEW APPROVAL: Luie Brennan OTHER FUNDING APPROVALS, IF APPLICABLE: 99- �� TABULATION OF BIDS FURNISH AND INSTALL A NEW VEHICLE LIFT AT THE FIRE GARAGE BID NO. 98-99-089R VENDOR Item Description 1 Cost for all labor, parts, materials and equipment necessary for the furnishing and complete installation of a new surface level lift, as or equal to Advantage Lift Systems Model ALS 50/26 Manufacturer/Model No. Bid: Warranty: Exception to Specifications: 2 Cost for all labor, parts, materials and equipment necessary for the furnishing and installation of a new in -ground lift, as or equal to Joyce/Dayton Corporation Mechanical Vehicle Lift Model 15H15C Manufacturer/Model No. Bid: Warranty 3 Cost for all labor, parts, materials, and equipment necessary for the removal and proper disposal of i the existing vehicle lift (Globe Hoist SER 212, Model PB103623) Prepared by Maritza Suarez 5/27/99 Stertil-Koni Atlantic Auto Suppliers Auto Equipment Co., Inc. 1900 Benhill 141 NE 24 Street 518 Bufflehead Baltimore, MD 21226 Miami, FL 33137 Johns Island, SC 29455 Non-Local/Non-Minority Local/Hispanic Non-Local/Non-Minority Est. Unit Ext Est. Unit Ext Est. Unit Ext Price Price Qty. Price Price Qty. Price Price 1 $ 47,995.00 \ea $ 47,995.00 1 $ 55,695.50 \ea $55,695.50 1 $ 60,920.00 \ea Omer Model #Vega 200 Open Floor 2 yrs. warranty (parts & labor) See bid response no bid \job No Bid \job Page 1 Mohawk TR50-30 5 yrs. guarantee parts & labor includes motors and pumps no bid \job $ 4,500.00 \job Advantage 50/26 Surface Mount 2 yrs on 50/26 $ 68,750.00 \job Advantage M210 HP 1 yr on M13210-60 $ 5,450.00 \job Approval: Department Dir or/Designee • Ae CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: FURNISHING AND INSTALLATION OF NEW VEHICLE LIFT Bid No. 98-99-089 AWARDED TO: Auto Equipment Co., Inc. ($68,750.00) TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1998 to Present NONE PRIOR CONTRACT AWARD: NONE SUMMARY OF CONTRACTS. DOC 99- 518 BID ITEM: r CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST FURNISHING AND INSTALLATION OF NE6-J VEHICLE LIFT BID NO: 98-99-089 DATE BID(S) OPENED: MAY 24, 1999 TIME 11:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK STERTIL—KONI See attached bid AUTO EQUIPMENT CO. INC. ATLANTIC AUTO SUPPLIERS " NO DID i EPPERSON CRANES, INC. PEP BOYS VEHICLE MAINTENANCE PROGRAM ARI HETRA SNAP ON TOOLS BAEZ EQUIPMENT CO. TRANSTAR INDUSTRIES, INC. �^ received envelops on behalf of Person rec 'ving bid(s) PURCHASING DEPARTMENT on (City Department) SIGNED: " Deputy Ci4 Clerk 5 �y^9� (Date) • • 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. 98-99-105 Police Swat Vehicle OPENING DATE: 10:00 A.M. Monday May 24, 1999 BID NO. 98-99-089 Furnishing and Installation of New Vehicle Lift OPENING DATE: 11:00 A.M. Monday May 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. Donald H. Warshaw City Manager AD NO. 4249 & 7570 CITY OF MIAMI LOGO }T7 a,!' r( �, v., yrf.ra.._ „g y.,,w-r4tiJr�, -t�, r"`i �.�..•+vj"-`.. 'M^y: r:�p'-1. 1�.. +i^,w.r �^` v'� `uj,. „a' ,�., .,. ���' V+�I1F.�fi�"ir,i •� 1/ r ,. �,�,-.J. .-ie-•vU � L-1 �'t�.... �` ""Y" ,',J.rl", �1 .�•,1 :r w`";"d�} S ��h,T. +.,,.,t'r,r'�„ yl•"'-•Srr�•'" 'i,: Cof. Miami ' y ;:< •This'number:�must' REQUISITION.:; F �.,�®V��TI ���idlT` a ear in,the' a "� R') . ;, r' j'•' ". advertisement: INSTRUCTIONS::P'lease e`'arid attach •a•"co' of .the advertis m nt with thi Y 1: Departrnen#'.°' 2. Division: ` '. ,;;`; F`"r'e—Rescue 'Techncal:Zervices Accoi ntr•,Gode :niim6^: '; 4:''Is' this" a,.confirmatiori: 5: f?�epared :by:; 28010;1-287 0No''MoL'e' Kemp Yes' t: Size.>of. advertisement 7,: Starting":date:.. 8: "Telephone'* -nunibe�: 5' 7 99 305 '416-1603 .'9Nu'f , 10.Tf advertisement:.:b tb' ublished:Onee e ® 'Leg al Classified Dis la 11. Remarks:' :tid•: No ' -,98-9''i44 y t �,". :,4'.L••'f'.': .. .ire �:F` .,it` �.A: j. ,,�.:, 1 Publication - Date(s) of ) '~ Advertisemenf. r Invoice�.No. .`Amount f ` as hn;ami ;Review' lJIj, Dacia Americas' M', ..., - ., M. r . 0FNj J. 13, r `A'pproved Disapproved` 1.0 •t9'1 - r 9 +F. "+ D m`rit•'Dir' 't'r%Deli nee' Date A roved for Pa merit '` Date;P.? epart e, ,ec o 9 PP Y C G9%,PC 5Q3,'Rev,12'%89'.;:.;Routin F,orward:Wfiite arid Cana..;'to G.S:A Procuremerit Man ern and retain, ink:'co 9: rY ( 9 ) PY DISTRIBUTION:,' White GSA;, Canary s Department l: