Loading...
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