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