Loading...
HomeMy WebLinkAboutR-95-0313U-95-203 2/23/95 9 5- 313 RESOLUTION N0. A RESOLUTION ACCEPTING THE BID OF BLAKE CHEVROLET, BUICK & GEO, INC. FOR THE FURNISHING OF A CHEVROLET SUBURBAN AT A TOTAL PROPOSED AMOUNT OF $23,177.00 FOR THE DEPARTMENT OF PUBLIC WORKS; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 310301-840; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS VEHICLE. WHEREAS, pursuant to public notice, sealed bids were received January 25, 1995 for the furnishing of a Chevrolet Suburban for the Department of Public Works; and WHEREAS, invitations for Bid No. 94-95-052R were mailed to fourteen (14) potential bidders and two (2) bids were received; and WHEREAS, funds for this purchase are available from the Department of Public Works, Account Code No. 310301-840; and WHEREAS, this vehicle will be used by the city's Land Survey Office; and WHEREAS, the City Manager and the Assistant City Manager in charge of the Department of Public Works recommend that the bid received from Blake Chevrolet, Buick & Geo, Inc. be accepted as the lowest responsive and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY Corvi IISSION rdEETITIG OF MAY 0 1 1995 Resolution No. 95- 313 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 January 25, 1995 bid of Blake Chevrolet, Buick & Geo, Inc., for the furnishing of a Chevrolet Suburban at a total proposed amount of $23,177.00 for the Department of Public Works is hereby accepted, with funds therefor hereby allocated from the Department of Public Works, Account Code No. 310301-840. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said vehicle. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 1st ATT56T MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ DEPUTY CITY ATT EY M4962:csk:ROD _2,_ _ day of May 1995. ST PHEN P. CLAft, MAYOR APPROVED AS TO FORM AND CORRECTNESS: A. QU NN ES, III CITY ATTO EY 95- 313 CITY OF MIAMI, FLORIDA s INTER -OFFICE MEMORANDUM 56 TO Honorable Mayor and Members of the City Commission FROM Ce8 Odlo Cit nager RECOMMENDATION: DATE � FEB C 4 1995 FILE SUBJECT :Resolution Awarding Contract for Wagon Type Vehicle REFERENCES: ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Blake Chevrolet, Buick & Geo, Inc., a non-minority/Dade County vendor, in the amount of $23, 177.00, for the furnishing of a Wagon Type Vehicle for use by the City's Land Survey Office. BACKGROUND: The Department of Public Works has evaluated the bids received on January 25, 1995, and determined that the bid, in the amount of $23,177.00, from Blake Chevrolet, Buick & Ge o, Inc., a non - minority vendor whose principal address is 30401 South Federal Highway, Homestead, Florida 33030, is the lowest responsible and responsive bid. Funds in the amount of $23,177.00 are available from the operating budget of the Department of Public Works, Account Code No. 310301-840, to cover the total cost of the base bid. n 95- 313 Amount of Bid: $23,177.00 % of Cost Estimate 93% Cost Estimate: $25,000.00 Soource of Funds: Public Works Operations Budget Account Code No. 310301-840 Minority Representation: Public Hearing/Notice: No Public Hearing/Bid Notice Published Assessable Project: No Attachment: Proposed Resolution WEL/FM/aa I 95- 313 CITY OF MIAMI, FLORIDA z INTER -OFFICE MEMORANDUM TO: Judy S. Carter DATE January 27, 1995 FILE Chief Procurement Officer General Services Administration SUBJECT Bid #94-95-052R, Wagon Solid Waste Department Type Vehicle FROM : 1 / 1� REFERENCES Waldemar E. Lee, Director ENCLOSURES , Department of Public Works This Department has verified available funding with the Department of Management & Budget that funds are available to cover the cost of the subject bid in the amount of $23:177.00, Account Code Number 310301-840. BUDGETARY REVIEW & APPROVED BY: 14Nnohar Surana, Director YpartD ment of Management Budget WEL/FM/aa 95- 313 W, !4, i i TABULATION OF BIDS FOR WAGON TYPE VEHICLE Received by the City Clerk, City of Miami, Florida, at 10:30 A.M., on January 25, 1995 Bidder Blake Chevrolet, Buick Maroone Chevrolet, Inc. & Geo, Inc. Address 30401 S. Federal Hwy. 8600 Pines Blvd. Homestead, Florida 33030 Pembroke Pines, Florida 33024 City Limits No No Bid Amount 23, 77. 23,979.00 Irregularities Minority Owned No No Delivery 140 calendar days after receipt 50- 80 calendar days after of purchase order receipt of purchase order TOTAL BID: The Total Bid of Item 1 $230 77.00 $23,979.00 R A. No Power -of -Attorney The Department of Public Works has BID NO. 94-95-052R B. No Affidavit as to Capital & determined that the bid received Surplus of Bonding Company from Blake Chevrolet, Buick & Geo, C. Corrected Extensions Surplus Inc., for bid item 1 in the amount of Bonding Company of $23,177.00, is the lowest D. Proposal Unsigned or Improperly responsible and responsive bid. Signed or no Corporate Seal E. Incomplete Extensions F. Non -Responsive Bid W G. Improper Bid Bond Ea H. Corrected Bid wI. No First Source Hiring Compliance Statement J. No Minority Compliance Statement K. No Duplicate Bid (� Page 1 of 2 0 ..a ITEM DESCRIPTION: No. Mfgr/Brand and Product Number to be Supplied by Bidder Price � . One (I ) Wagon Type Vehicle with bid specifications MFGR/BRAND Chevrolet Suburban $230 77.0` c 1500 (cc 9 5 C.� F-� C�? Total Base Bid Item $23,i77.00 Page 2 of 2 a • , Suburban Public Works Single Purchase Vehicle for the use by the City's Land Survey Office. 14 2 Attached Department of Public Works, Account Code No. 310301-840. 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 14 2 3 0 0 0 3 0 1 0 0 0 1 0 0 0 0 0 0 0 2 0 0 0 2 0 11 0 95- 313 Reasons) for NOT awarding to local vendor Local vendor did not respond to this invitation to bid. Reason(s) for No Bids are as follows: Colonial Pontiac - production on suburban ended 10-94 Ed Morse Chevrolet - not available RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE N!." F TO j BLAKE CHEROLET, BUICK & GEO, IN( A NON- MINORITY/DADE COUNTY AS THE LOWEST R..I'ONSIBLE AND RESPONSIVE BIDDER AT A TOTAL AMOUNT OF $23,177.00. 4,xx C ief Procuremekft Of3ricer ate a SECURITY LIST ONE-1/2—TON_WAGON__N___------------------------------- SID ITEM: ------------------------------------------------------ DID 90. s 94-95--052R DATE BID(S) OPENED: jANUARY-25_-1995— 10:30 a.m. te TOTAL BID EOND_SorZ &� BIDDER B_ID AMOURT CASHIBR!5_CHECK __— BLAKE CHEVROLET ------------------ MARRONE CHEVROLET INC. See attached b.d -------------- We which was which was sent --------------------- y one copy en the bid to Procurement Depat. -- — ---- -NO BID COLONIAL PONTIAC ED MORSE CHEV., Offors from t o vex:.rT-cTa 1TrT. cad•—.iY.�.. rl•.��� hoz�.pin aro tho _S1;L`=.'1'_::,F_S':Sis��s' only offers - °'L�`�`o=,_l�?1 —_. ---_----- �._M—�_ 7�_.,�.:.' t( other oflcvci !�.'�)T :[ 1"� Z'�"}•;._. !� t:.;S r.:ti :�"i'.:aa<< _------------ if - - - - - - - - - - - "------------------------ ------ -- -- ------------------ ----------- --------------- ------------------------- ---------------- --------------------------------------- ---------------- --------- - ------ ------- ----- -------------- ------------- ------------- - - ------ -- --- 2- 4- -s---..---- -- = . 13------- .�_ �------------- ------------- --------------- t L---.---------------------------- ------- ------------------------� e -- - y ��v_T,._-- received (—) envelopes on behalf of (Parsoa eceiving bids) _ GSA/SOLID WASTE -PROCUREMENT DIVISION oa 2 —_---------------------------- ---------------- (City Department) ------- SIGNED:___________________ (Deputy Citq Clerk)— — RECE '95 JAN 25 AlO :30 MT A] CITY "LIFIRK CITY OF HWPULA. LEGAL ADVERTISEMENT BID NO. 94-95-052R Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 10.30 a.m. January25 , 1995 for the furnishing of One (1) 1/2 Ton wagon as or equal to the Chevrolet Suburban for the Department of Public Works. 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 Enterprises 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, 1_390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1961) Cesar H. Odio City Manager / City of Miami �a G��"tt "'� • RE This number must REQUISITION OR ADVERTISEMENT appear in the a advertisement. INSTRUCTIONS: Please type and attach a copy of the v' mgnt with t' n. 1. Department:. USA.JPROCUR)�M1 N1" (FOR) 72. Division: UBLIC WORKS 3. Account Code number: 3105010287 4. is this a confirmation: ❑ Yes U No 5. Prepared by: Jenn i f f er Miller 6. Size of advertisement: LEGAL 7. Starting date: JANUARY 20 1995 8. Telephone number: 575--5174 9. Number of times this advertisement is to be published: 1 10. Type of advertisement: [] Legal ❑ Classified ❑ Display 11. Remarks: BID NO. 94-95-052R 12. Publication PLQCUr t M Date(s) of Advertisement Invoice No. Amount MIAMI REVIEW MIAMI TIMES DIARIO LAS AMERID" 13. ❑ Approved ❑ Disapproved Department DireQlbr'/De nee Date I j Approved for Payment Date. C Gs/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Manaaement) and retain Pink coov. uw i rnou i surr rrnne - u.o.H.; canary - uepartment