Loading...
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