HomeMy WebLinkAboutR-95-0195J-95-200
2/22/95
RESOLUTION NO. 95- 195
A RESOLUTION AUTHORIZING THE LEASE/PURCHASE
OF ONE HUNDRED (100) 1995 CHEVROLET CAVALIERS
FROM MAROONE CHEVROLET AT A PROPOSED AMOUNT
OF $1,109,500.00, FOR THE DEPARTMENT OF
GENERAL SERVICES ADMINISTRATION/SOLID WASTE;
SAID VEHICLES TO BE ACQUIRED THROUGH A
36-MONTH LEASE/PURCHASE PLAN OFFERED BY A
FINANCIAL INSTITUTION; ALLOCATING FUNDS
THEREFOR FROM THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION/SOLID WASTE OPERATING
BUDGET, ACCOUNT CODE NO. 420902-880-509000;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THESE VEHICLES.
WHEREAS, pursuant to public notice, sealed bids were
received November 21, 1994 for the furnishing of 100 vehicles for
the Department of General Services Administration/Solid Waste;
and
WHEREAS, invitations for Bid No. 94-95-022 were mailed to
thirty-one (31) potential bidders and three (3) were received;
E
WHEREAS, these vehicles will be acquired through a 36-month
lease/purchase plan offered by a financial institution, with
funds for the lease/purohase plan to be available from the
Department of General Services Administration/Solid Waste
Operating Budget, Account Code No. 420902-880, Project No.
509000; and
CITY COIESSIO.N
KEETI.NG OF
MAR 0 0 1005
Resolution No.
95- 195
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services/Solid Waste
recommend the purchase from Maroone Chevrolet for a total
proposed amount of $1,109,500.00 be approved;
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 purchase of one hundred (100) 1995
Chevrolet Cavaliers from Maroone Chevrolet at a proposed amount
of $1,109,500.00 for the Department of General Services
Administration/Solid Waste is hereby authorized, said vehicles to
be acquired through a 36-month lease/purchase plan offered by a
financial institution, with funds therefor hereby allocated from
the Department of General Services Administration/Solid Waste
Operating Budget, Account Code No. 420902-880-509000.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for these vehicles.
Section 4. This Resolution shall became effective
immediately upon its adoption.
- 2 -
95- 195
PASSED AND ADOPTED this 9th day of March 1995.
ST13PHEN P. C ARK, MAYOR
ATTE
L4Z-16— .
MATT HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
zo�
RAFAEL 0. DIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO FO AND CORRECTNESS:
A. Q N JO S, III
CITY ATTORN Y
M4956:csk: D
95- 195
— 3 —
o:.
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 39
TO: The Honorable Mayor and Members DATE
of the City Commission
FROM : CesaVage
io
Cityr
RECOMMENDATION:
SUBJECT:
REFERENCES
ENCLOSURES:
FEB 2 4 1995 FILE :
Resolution Authorizing
Purchase of 100 1995
Chevrolet Cavaliers
CCM of March 9, 1995
It is respectfully recommended that the City Commission adopt
the attached resolution authorizing the purchase of one hundred
(100) 1995 Chevrolet Cavalier cars from Maroone Chevrolet, a non-
minority/non-local vendor, located at 8600 Pines Boulevard,
Pembroke Pines, Florida under City of Miami Bid No. 94-95-022 at
a total proposed amount of $1,109,500.
BACKGROUND:
The Department of General Services Administration and Solid Waste
needs to purchase one hundred (100) 1995 Chevrolet Cavalier cars
to replace general use pool vehicles that can no longer be kept
in service.
These vehicles are to be acquired through a 36-month lease
purchase plan offered by a financial institution, with funds for
the lease purchase plan to be available from the Department of
General Services Administration and Solid Waste Operating
Budget, Account Code No. 420902-880, Project Code No. 509000.
95- 195 .314
W
u
®FLORIDA '
tinued)
BID NO. 94-95-022
s BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
A& ED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
F SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
,ems; c-ri"s 3 (Include cash discount for prompt payment, if any)
Iditional discount of if awarded all items.
irranty and/or guarantee : -ea•� o Y' 3 OGo As'les & m-e i- is 5"iK , cy fXe4eji
j Aj no,-w► a a,*WFe^5nic.f
slivery:? 26 calendar days required upon receipt of Purchase Order or Notice
Award. --
( S_O Number of calendar -days -required to complete work after start.
accordance with the Invitation to Bid, the specifications, General Conditions, Special
mditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
dicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICER(S):
6 l D-,ev--T +E., M Q too)-"e A -es,
II y-
M i'C 4 a j A10 r0 0K c'• .k - Pi-e S i de .11J a. yt e c. h� d
List principal business ad ress: (street address.) L
Q i' 11.e.5 OLl (N V arT P I 'nes !- (4 a �C
List all other offices located in the State of Florida: (street address)
Please use the back of this page if more space is -necessary)
MINORITY PROCU EMENT CO PL••TANOE
he undersigned bidder acknowledges that (s)he has received a .copy of ordinance #10062 as
mended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
pplicable substantive and procedural provisions therein, .including%any amendme to thereto.
idder: /� O t actj p CA-e VJ1--c7�Signature: e CL
(conany name)
ate: �jGv. dt /, 1 9 Print Name: /L:7h Vd,% Ti co�s
ndicate if Business is 51% Minority -owned: (Check nne box only)
] BLACK [ ] HISPANIC. [ ] FEMALE
AIrPTRMATTVE ACTION PLAN
f firm has an existing plan, effective date of implementation:
f firm does not have an existing plan, the Successful Bidders)
tetabl-ish an Affirmative Action Policy,• pursuant to Ordinance #E10062 as
for sample. ))
judder: /113roo F C�iI/.L'/�7`S7-H r, Signature:
(company name)
:Are 11RF Tn r.nMPi FTF, STGN. AND RETURN TNI_S-H.RM MAY DISQUAI
S.
shall- be required to
amended. See Appendix
_
i�
CITY OF MIAMI
DEPARTMENT OF GENERAL SERVICES AND SOLID WASTE
Tabulation of Bids Received for Compact Cars
B i d No. 94 95-022
Warranty/
Bidder Make & Model
Unit Price
Delivery
Comments
1995
Ford Contour
$13,532
3 years-
'
36 K miles/
Hollywood Ford
60 days
1200 N. Federal Highway
Non -Local
Hollywod, Florida 33020
Black
1995
Chevrolet Cavalier
$11,095
3 years-
Lowest
36 K miles/
Responsive
Maroone Chevrolet
60 days
Bidder
9600 Pines Boulevard
Non --Local
Pembroke Pines, Florida 33024
Non -Min.
1995
Dodge Neon
$11,766
3 years-
36 K miles/
Maroone Dodge
60 days
21151 M.W. 2nd Avenue
Non -Local
Miami, Florida, 33169
Non -Min.
95 195 ,
ITEM
DEPARTMENT:
TYPE OF s
'•- -DU0 0,c-- ; BNOR
BIDS RECEIVED:
BID
TABULATION•
BID
EVALUATION:
Bid No. 94-95-022
Citywide Cars
Police
Short Term Contract
To supply the City with vehicles for use by
various departments.
31
3
Cars to be acquired through a 36-month lease
purchase plan offered by a financial
institution.
See Attached
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black (B) Vendors ..... ... ...........
Located within city limits.........
Registered with City ...............
Female (F) Vendors. .. .............
Located within city limits.........
Registered with City ...............
Hispanic(H) Vendors ..................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids"
Bid
Invitations
Bid
Mailed
Responses
31
3
5
1
0
0
5
1
2
1
0
0
2
1
0
0
0
0
0
0
3
0
0
0
3
0
26
2
0
0
-
1
95- 195
G
JLr 1 1 U I •1a l t l Vt 01 l LId11 r G- l I' UU r 1• U l l 111 1 1\lJl U1WI11J 11 dlU1r! 1.
l
J
Reasons) for NOT awarding to local vendor:
A local vendor did not rospond to this invitation Lu tild
:reason($) for NO BID are as followss
i
Blaka Chevrolet - No Rdason Given
i _ } .ti I V .\ ...".V no)l
uuuwul I u I r m Gr G
IT IS RECOMMENDED THAT AWARD BE Mh.DE TO
MAROONS CHEVROLET A NON -MINORITY, DADE COUNTY
VENDOR AT A TOTAL P,IOPOSED AMOUNT OF
$1,1091500.UU. /I
_ t-1
n
�Cmet Yroccuremepm utixcer
A /.' ') �
Date
95- 195
. It Tzar t 300 CARS
NOVEFR 21, 1994 10:00 AM
!1►SY �Tpt�' 0laKaDt MB
�..._�...........__...r__w...,.w._.e._..•.�..._.......
�,OStL �2D_501.'D�ot�
�DD� �a a�r�v_ws �isesi�+�R c�acR
MAROONE CHFVROLET, INC. $ 11,095.00
MAROONE DODGE 11,776.00
w wai
-HOLLYWOOD FORD 13,532.00
•
NO BID:
BLAKE aiEVROLET
_� �P.M.. d� w�a isd�•�
tirae'y c:s of tl".o a}:o D alpenillcr dcr.'c
of er O ers j UuMi 1 ttca i reStf011 L' tQ 11a FO�i cY~`ttti :on 1 RT1 r
r�ahc±h4r rE±lgrf.d UZ
�r�MOPPr_r.-fwi� w•�rsw r—ii_w_rd o..��P�+.—er—P P.r.o_•sr ra_
ii r•►_.•wr___w _�•.+sr_irr_.�row sPP—w+�_++�''�w r+'�•�w'i'
•
iiwM�.riM w+•ew � i-_.•ifii_- •►_�OrP �-r-�i MwwO •►-.lw
b+i rw�iw.!__f+r-•e 4+i iws_i_ Omrw r./w w•M_Wd'_d ►Mires
i--_-rww�w•f rw rr
ifrs-_w-�•d-ww
idd �-w di�wOrd dd••wdP•r•w
�� •����w�-w
r i•i'd-lest•-rw1_-
��rMii.r--rr �!
frr
�•��
rir-_r rP ir•r wM_r
idldiO r—d-wwi
wd-r d� P
r i.s-. r.w.r�eM•►Mi
_dsad w--_r deP
_MPS_-r-�P•-'dN rs PPrai
pr_�.rr-.--M�.Fs
�--dlsd id mew d�
_-M�d Mrm•1�d __-lddwe�
ra.r .►-wOM•►•► sl.d•MdMNM.-r .._MM.�_�fdrMror r�+�..•.
•
f+s l./f�wr •. M•►di _wiNi•I.w �9wdl��Mwrd +w-��r�s ..
-- _di-sd--i-rM_ _--M P��-wwww/dwr•�---•-
-w �idl-ri-r r+r --- Mid--rw--
O .hI
------------ -•.•ddaOri+•r+--_�---------r-_----------
(r is A tac !Z� b
a Solid Waste -Fro rement __r��w/y7V
i---------- ____,
( itJ to rtn;Ate
SIGNM
(Deputp c� cletu
-94 10f 21 AIO -Ojo
MA'i
0
LEGAL ADVERTISEMENT
c) a° �(7
D" ,
d; -r
BID NO 94-95-022
Sealed bids will be received by the City of Miami City Cherk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 10:00 a.m. November 211, 1994 for the
furnishing of approximately one hundred (100) - three hundred
(300) cars as or equal to 1995 Dodge/Plymouth Neon, GM Saturn,
Chevrolet Cavalier/Pontiac Sunfire, Buick Skylark/Oldsmobile
Achieva/Pontiac Grand AM, Ford Contour/Mercury Mystique, Chrysler
Cirrus/Dodge Stratus, or equivalent domestic, compact four (4)
door sedan for the Department of General Services
Administration/Solid Waste Division.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Black, Hispanic and Women Minority Business
EEnterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
LOCAL PREFERENCE
Section 18-52.1(h) of the City Code, as amended, states that the
City Commission. may offer to a responsible and responsive local
bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the
original bid amount submitted by the local vendor does not exceed
110 percent of the lowest other responsible and responsive
bidder.
The City reserves -the right to request copies of the occupational
license, professional and/or trade licenses, corporate charter
and tax return and any other documents to verify the location of
the firm's primary office.
All vendors whose primary office is located within the City of
Miami must provide a copy of their City Occupational License with
their bids.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1386)
Cesar H. Odio
City Manager
City of Miami
This number must
REQUISITION FOR. ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: Please jXge and attach a copy of the dv nt Vith this reguisitign,
1. Department:
2. Division:
WASTE,
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
❑ Yes No
.
JENNTRVEla
6. Size of advertisement:
7. Starting date:
8. Telephone number:
C
r
9. Number of times this advertisement Is to be
10. Tye of advertisement:
published:
Le al ❑ Classified ❑ Display
11. Remarks:
BID NO. 94-95--022
12.77
1r t:_SSI ..' ....
f . '..:s.. .... 'r f b-. ^`M.:'fl
.. .. i;•.�. y 6 Y
Date(s) of
Publication
Advertisement
Invoice No.
Amount
MIAMI .,
4
CD
Ti.
f
r^— _
13.
I Approved
❑ Disapproved
De p rilent D`r ctorOesignee . Date
Approved for Payment pate
C GS/PC''603 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Manaaementi and retain Pink coov_
UM i ninu 1 iun: wnne - Uti.A.; canary - Department
0