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: