HomeMy WebLinkAboutR-95-0745J-95-856
10/18/95
RESOLUTION NO. 5 - 745
A RESOLUTION ACCEPTING THE BID OF ANTHONY
ABRAHAM CHEVROLET FOR THE ACQUISITION OF
EXTENDED VEHICLE WARRANTIES FOR ONE -HUNDRED
SIXTY (160) 1995 CHEVROLET CAPRICE POLICE
PURSUIT VEHICLES AND ONE -HUNDRED (100) 1995
CHEVROLET CAVALIER AUTOMOBILES FOR THE
DEPARTMEITF OF GENERAL SERVICES
ADMINISTRATION/SOLID WASTE, AT A PROPOSED
AMOUNT OF $488,300.00; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE NO. 420901-670,
PROJECT NO. 509000; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR SAID
ACQUISITION.
WHEREAS, pursuant to public notice, sealed bids were
received September 13, 1995, for the acquisition of extended
vehicle warranties for the Department of General Services
Administration/Solid Waste; and
WHEREAS, invitations for Bid No. 94-95-205 were mailed to
ten (10) potential bidders and two (2) bids were received; and
WHEREAS, the Department of General Services
Administration/Solid Waste, Vehicle and Equipment Administration
Division, is in need of acquiring Major Guard Protection
(extended manufacturer's warranty) and Maintenance and Wear Plan
(dealer prepaid maintenance services) for one -hundred sixty (160)
1995 Chevrolet Caprice police pursuit vehicles and one -hundred
(100) 1995 Chevrolet Cavalier automobiles covering a service
period of five (5) years of 60,000 miles; and
CITY COMMISSION
MEETING OF
OCT 2 6 1995
Resolution No.
95-- 745
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration/Solid
Waste recommend that the bid received from Anthony Abraham
Chevrolet be accepted as the lowest responsive and responsible
bid; and
WHEREAS, funds for said purchase are available from Account
Code No. 420901-670, Project No. 509000;
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 September 15, 1995 bid of Anthony Abraham
Chevrolet for the acquisition of extended vehicle warranties for
one -hundred sixty (160) 1995 Chevrolet Caprice police pursuit
vehicles and one -hundred (100) 1995 Chevrolet Cavalier
automobiles for the Department of General Services
Administration/Solid Waste, at a proposed amount of $488,300.00,
is hereby accepted, with funds therefor hereby allocated from
Account Code No. 420901-670, Project No. 509000.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for said acquisition.
Section 4. This Resolution shall become effective
immediately upon its adoption.
- 2-
26th October
PASSED AND ADOPTED this day of 1995•
'PHEN P . CLARK, MA
ATTEST:
ALTER Jl FqtMAN
CITY CLERK"
PREPARED AND REVIEWED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORN
APPROVED AS TO FORM AND CORRECTNESS:
A. QUI JO E III
CITY ATTOR?7
BSS:W366
i
3
95- 745
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO The Honorable Mayor and Members
of the City Commission
DATE GOT 13 1995 V,LL-
SUBJECT Resolution authorizing
the award of Major
Guard plus Maintenance
and Wear Plans
FROM Cesar REFERENCES CCM Of October 26, 1995
City M r
ENCLOSURES
RECOMMENDPTION:
It is respectfully recommended that the City Commission pass
the attached resolution authorizing the award of Major Guard and
Maintenance and Wear Service Plans, under City of Miami Bid No.
94-95-205, to Anthony Abraham Chevrolet, a local, non -minority
vendor located at 4181 S.W. 8th Street, Miami, Florida 33134,
for a total proposed amount of $488,300.
BACKGROUND:
The Department of General Services Administration and Solid
Waste, Vehicle and Equipment Administration Division, needs to
acquire Major Guard Protection (extended manufacturer's warranty)
and Maintenance and Wear Plan (dealer prepaid maintenance
services) for one hundred and sixty (160) 1995 Chevrolet Caprice
Police Pursuit cars and one hundred (100) 1995 Chevrolet Cavalier
cars covering a service period of five (5) years or 60,000 miles.
Funding for the acquisition of these services is available from
the Department of General Services and Solid Waste, Vehicle and
Equipment Administration Division's, FYI 1995-1996 Operating
Budget, Index Code No. 420901, Account Code No. 670 and Project
Code No. 509000.
95- 745 //'
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
To . Manohar S. Surana DATE FILE
Assistant City Manager
SUBJECT
Major Guard plus Maintenance
and Wear Plans
Funding Approval Bid No. 94-95-205
FROM Ron E. Williams REFERENCES
Assistant City Manager ENCLOSURES
This division has verified available funding with the Department of Finance that funds are available
to cover the cost of the subject bid in the amount of $488,000.00 from the FY'95-96
Operating Budget, Index Code No. 420901-670, Project Code No. 509000..
BUDGETARY REVIEW 8z APPROVED BY:
Manohar S. Surana
Assistant City Manager h
95- 745 �
MIAMI, FLORIDA
•ET (Continued)
,: BID SHEET AND ATTACHMENTS
ATTACHED ENVELOPE IDENTIFIED BY BID
IF SECURITY IS REQUIRED, A BID WILL
BOND IS SUBMITTED IN THIS ENVELOPE.
arms
NET 30 DAYS
BID NO. 94-95-205
MUST BE RETURNED IN TRIPLICATE IN THI
NUMBER, TIME AND DATE OF BID OPENING
NOT BE ACCEPTED UNLESS THE. DEPOSIT 0.
(Include cash discount for prompt payment, if any)
iditional discount of 0 % if awarded all items.
arranty and/or guarantee: GRI FLEET CUSTO1l CARE & GAI PROTECTION PLAN
alivery: 30 calendar days required upon receipt of Purchase Order or Notic
f Award. *NOTE: NEED TO PIiYSICALLY INSPECT ALL VEHICLES INVOLVED,OBTAIN ODOTIETER READINGS $
VIN,NO.
1 Number of calendar days required to complete work after start.
n accordance with the Invitation to Bid, the specifications, General Conditions, Specir
onditions, and General Information to Bidders, we agree to furnish the Item(s) at Pricl
ndicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
ANTHONY ABRAHAAf
NAMES OF COMPANY OFFICER(S):
ANTHONY ABRAIJAhf GENERAL PARTNER
List principal business address: (street address)
4181 S.W, 8th STREET MIAMI,FL, 33134
List all other offices located in the State of Florida: (street address)
NONE
Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT s'OMPLIAN
fte undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062
vended, the Minority Procurement ordinance of the City of Miami and agrees to comply with
uplicable substantive and procedural provisions therein, incly ng any endments thereto.
idder: ANTHONY .ABRAIIAAi CfIEVROLET CO. ,LTD ��, Signature : ! �—,—�
company name)
C,
ate: 9�1 ��9' Print Name: LEO hf. LI-NONIS
ndicate if Business is 51% Minority -owned: (Check one box only)
BLACK [ j HISPANIC [ ) FEMALE :N1NE
AFFTRMATIVF A .Z,IDn PLAN 8/29/91
firm has an existing plan, effective date of implementation:
firm does not have an existing plan, the successful Bidder(s) shall be required
atablish an Affirmative Action Policy, pursuant to Ordinance #10 as am ed. See Appen,
for sample.
idder: ANTHONY ABRAHAbf CTIEVROLET CO„ LTD Signature :
(company name)
(M :. 'Mt A k
AWARD OF BID
BID NO. 94-95-205
ITEM:
Extended Vehicle Warranties
DEPARTMENT:
i
General Services Administration and Solid Waste
TYPE OF PURCHASE:
Service contract for five (5) years or 60,000 miles
REASON:
To provide Major Guard Protection (extended i
manufacturer's warranty, maintenance and wear
plan) for 160 1995 Chevrolet Caprice, and 100
1995 Chevrolet Cavaliers.
POTENTIAL BIDDERS:
ten (10)
i
BIDS RECEIVED:
two (2)
FUNDING ALLOCATION:
FY' 1995 -96 Account Code No. 420901-670;
Project No. 509000
BID TABULATION:
See Attached
BID EVALUATION:
Bid
Invitations Bid
Mailed Responses
ALL VENDORS
10 2
MINORITY/FEMALE VENDORS 1 0
Within City limits
0 0
Registered with City
1 0
Black Vendors
0 0
Located within City limits
0 0
Registered with City
0 0
Female Vendors
0 0
Located within City limits
0 0
Registered with City
0 0
Hispanic Vendors
1 0
Located within City limits
0 0
Registered with City
1 0
NON MINORITY VENDORS
9 2
Located within City limits
1
745
RECOMMENDATION:
IT IS RECOMMENDED THAT AWARD BE MADE TO ANTHONY ABRAHAM
CHEVROLET A LOCAL, NON -MINORITY VENDOR AT A TOTAL PROPOSED
AMOUNT OF $488,300.00
95- 745
4
SEPTEMBER 26, 1995
CITY OF MIAM1 - DEPARTMENT OF GENERAL SERVICES AND SOLID WASTE
EVALUATION OF EXTENDED WARRANTIES AND DEALER PROVIDED PREUENTIUE MAINTENANCE BIDS
NOTE: ONLY TWO VENDORS SUBMITTED BIDS: PATROL AND
PATROL AND POOL CARS
POOL CARS ANTHONY
MAROONE ABRAHAM
CHEVROLET CHEVROLET
1995 CHEVROLET CAPRICE (160 UNITS)
MAJOR GUARD
COVERAGE
5 YEARS/60 K MILES
$610
1610
(1)
MAJOR GUARD
COVERAGE
5 YEARS175 K MILES
$805
$805
(t)
MAINTENANCE
AND WEAR PLAN
5 YEARS160 K MILES
$1,320
$1,320
(t)
MAINTENANCE
AND WEAR PLAN
5 YEARS/75 K MILES
$1,650
$1,650
(/)
1995 CHEVROLET
----------------------
CAVALIERS
(100 UNITS)
MAJOR GUARD
COVERAGE
5 YEARS/60 K MILES
1475
1475
ttl
MAJOR GUARD
COVERAGE
5 YEARSi75 K MILES
$615
$615
(t)
MAINTENANCE
AND WEAR PLAN
5 YEARS/60 K MILES
11,320
11,320
(0)
MAINTENANCE
AND WEAR PLAN
5 YEARS/75 K MILES
11,650
$1,650
ttl
1994 CHEVROLET
----------------------
CAPRICE
(300 UNITS)
MAJOR GUARD
COVERAGE
5 YEARS160 K MILES
$610
1610
ttl
MAJOR GUARD
COVERAGE
5 YEARS/75 K MILES
$805
1805
111
MAINTENANCE
AND WEAR PLAN
5 YEARS160 K MILES
$1,320
11,320
ttl
MAINTENANCE
AND WEAR PLAN
5 YEARS/75 K MILES
$1,650
11,650
(1)
it
t
t FOR ALL
ELIGIBLE VEHICLES OVER 18 MONTHS OR
18,000 MILES
FROM
WARRANTY START
DATE, ADO 150.00
tt (A) GM
REQUIRES PURCHASE OF OPTION 11 WHEN
PURCHASING OPTION 12
It (8) GM
REQUIRES A $50
ADDITIONAL FEE FOR EACH VEHICLE THAT HAS BEEN
IN SERVICE
FOR A PERIOD OF
18 MONTHS, OR HAS 18,000 MILES.
l41 ANTHONY
ABRAHAM IS THE
RECOMMENDED LOWEST,
MOST RESPONSIBLE AND RESPONSIVE BIDDER
EVEN THOUGH
PRICES ARE EXACTLY
THE SAME, ANTHONY ABRAHAM IS
A CITY OF
MIAMI "LOCAL-- DEALER
MAROONE CHEVROLET
1S LOCATED IN BROWARD COUNTY.
95- 745
IDNO. s 9 4 -9 5 -10___._.......______..._-.,,_____-...._...__-__-______
STH AIDO 0FRNi3U. �ShPThA9liLR 13,_ 19�95 _.._ �_�� �lU -i.: n'.:__.....,a,...-.,-_....,,----_.----
'c
TOTAL DID DOND_So r1
AIDDRR ISID AMOUNT CASHIRR! S�CHECR�-_
AN'I'HONY M1,BM11AM CHLV.
5c_I_! aLLarhud
1 11
)i.cl
._.. --- - - - - - - -
MAR00N1 Cll13VIZOLI T INC.
*' "Offers from 1i.,R � ,,
� 1z Ff, t1 ,___. 1-.
�1� c4fers
� z�hy[�Cj(^1�i�^c,
R'�idlor off l °�li�' w..�—.wrw. a.w...i
+a,eT®a. � a.�►wJwaTw.
All
y. gY�r.�g'! ' 1—s.—
—ems__ _
are bcrelny
r—
w------_---w
—— —��_--
1
--------..-......wL------------w
11
�
-------------------
--- --...--------------
—.._
rnon r6c Tian is)
2� roccived (E-) onvelope® an behalf of
GSA/SOLID WASTE-P CUFtEMENT DIVISION an �
(City
SIGNED /i--
xpeputy City Clerk)
la
tv
LEGAL ADVERTISEMENT
BID NO. 94-95-205
Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan
American Drive, Miami, Florida 33133 not later 1 1:00 a.m. September 13, 1995 for
the purchase of Extended Warranties for Chevrolet Caprice Police pursuit Vehicles and
Chevrolet Cavaliers already in service for the Department of General Services
Administration and Solid Waste.
Bids submitted past such deadline and/or submitted to any other location or office shall be
deemed non 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 good 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 located at 300 Biscayne Blvd. Way, Suite 210 (305) 579-6845.
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 chart 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.
The City Manager may reject all bids and readvertise.
Q z
(Ad No.206 3)
Cesar H. Odio <c
7
?I
City Manager
z�
4,
i
!
J
City of Miami
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please
type and attach a_a2a of the the advertisement with this rpguisition.
1. Department: 2. Division:
3. Account Code number: 4. Is this a confirmation: 5. Prepared by:
Yes ❑ Na j
6. Size of advertisement: 7. Starting date: 8. Telephone number:
9. Number of times this advertisement is to be i 10. Type of advertisement:
L
_published: e q4l El Classified EJ
Display
11. Remarks:
i,;. ca d! 0 9 9, 5 - 05
5
12.
Publication
G.S.A. (Procurement
Managementl
USE ONLY
Date(s) of
Advertisement
Invoice No.
Amount
lv!i.qmi Review
Mi ami Timt--,
Waric) Lac; Americas
13.
0 Approved
El Disapproved
Department Director/ Designee Date
Approved for Payment
Date
C JGS/PC 503 Rev. 12/89]
Routing: Forward White and Canary to G.S.A. (Procurement Manaaement) and. retain Pink coDv.
um i niou i ivm wnize - U.b.A.; uanary - Uepartment