HomeMy WebLinkAboutR-94-0473J-94-557
6/16/94
RESOLUTION NO. 9 4 -4 Fly 102
A RESOLUTION ACCEPTING THE BID OF ATLANTIC
AUTO SUPPLY FOR THE FURNISHING OF TWO (2)
ASYMMETRIC HYDRAULIC LIFTS FOR THE DEPARTMENT
OF GENERAL, SERVICES ADMINISTRATION AND SOLID
WASTE/MOTOR POOL DIVISION AT A TOTAL
PROPOSED COST OF $9,190.00; ALLOCATING FUNDS
THEREFOR FROM THE GENERAL, SERVICES
ADMINISTRATION AND SOLID WASTE/MOTOR POOL
DIVISION ACCOUNT CODE NO. 42:1.707-840, PROJECT
NO. 503001; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS ACQUISITION.
WHEREAS, pursuant to public notice, a sealed bid was
received April 29, 1994 for the furnishing of two (2) asymmetric
hydraulic lifts to the Department of General Services
Administration and Solid Waste/Motor Pool Division; and
WHEREAS, invitations for Bid No. 93-94-095 were mailed to
sixteen (16) potential bidders and one (1) bid was received; and
WHEREAS, funds for this purchase are available from the
Department of General Services Administration and Solid
Waste/Motor Pool Division, Account Code No. 421701-840, Project
No. 503001; and
WHEREAS, these lifts will assist mechanics in the Motor Pool
Division as they repair City owned vehicles; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste recommend that the bid received from Atlantic Auto
Supply be accepted as the only responsible and responsive bid;
CITY CORKISSIO.K
OF.
Resolution No.
94- 473
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 April 29, 1994 bid of Atlantic Auto
Supply for the furnishing of two (2) asymmetric hydraulic lifts
at a total proposed amount of $9,190.00 for the Department of
General Services Administration and Solid Waste/.Motor Pool
Division, is hereby accepted, with funds therefor hereby
allocated from the General Services Administration and Solid
Waste/Motor Pool Division, Account Code No. 421701-840, Project
No. 503001.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this acquisition.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th day of July , 1994.
STE HEN P. CLAPJK, MAYOR
ATT S
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A. -Q`UfNN J S, II
CITY ATTO EY -2-
94- 473
CITY OF MIAMI, FLORIDA
' INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members DATE )I11 - 5 199d FILE
of the City Conmlission
SUBJECT Bid No. 93-94-095
•e/ IN
Asymmetric Lifts
FROM : C2S
Ivd io REFERENCES
City nager
ENCLOSURES
RECOMM$NI AT-11D I
It is respectfully recommended that the City Commission pass the
attached resolution, awarding the subject bid for the furnishing
j of two (2.) asymmetric hydraulic lifts to Atlantic Auto Supply a
local, Hispanic vendor located at 141 N.E. 24th Street Miami,
Florida 33137, the only responsive and responsible bidder_ in
accordance with Bid No. 93-94-095. The cost of this purchase is
estimated to be $9,190.00 for which funds are available from the
Department of General Services Administration and Solid
Waste/Motor Pool Division, Account Code No. 421701-840, Project
Code No. 503001.
BACKGROUND:
The Department of General Services Administration and Solid Waste
has analyzed bids received pursuant to Bid No. 93-94-121, for
furnishing of two (2) asymmetric hydraulic, lifts for the Motor
Pool Division. One (1) bid was received from Atlantic Auto Supply
a local, Hispanic vendor for a total proposed amount of
$9,190.00. Funds for this purchase are available from the Motor
Pool Division Account Code No. 421707-840.
Attachments
f
94 03
C��f
CITY OF MIAMI, FLORIDP
BID SHEET (Continued)
BID NO. 93-94-095
IMEORRTMU, BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN TH
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENINU
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT 0
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: 30 _____(Include cash discount for prompt payment, if any)
Additional discount of — 2 % if awarded all items./ 10 DAYS.
Warranty and/or guarantee: 5-YEAR WARRANTY PARTS & LABOR
Delivery: 4 calendar days required upon receipt of Purchase Order or Notic
of Award.
2 Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, SpeciF
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Price
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICER(S):
JOSE SUAREZ. PRESIDENT,
CARMEN MIRANDA. VICE-PRESIDENT.
VIVIAN SUAREZ. SECRETARY.
a) List principal business address: (street address)
141 NE. 24th ST.
b) 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 PRQCUR_F.MENT CQMPII ANC .
The undersigned bidder acknowledges that (s)he has received,a copy of ordinance #10062
amended, the Minority Procurement ordinance of the City of Miamija d agrees to comply with a
applicable substantive and procedural provisions therein, incluc�}/ii aryp amendments thereto.
Bidder: ATLANTIC AUTO SUPPLIERS, INC.Signature:_
(company name)
Date: APRTT. 19th- 1994 Print Name:
Indicate if Business is 51% Minority -owned: (Check ,One box only)
BLACK [X] HISPANIC [ ] FEMALE
If firm has an existing plan, effective date of implementation: NO
If firm does not have an existing plan, the Successful Bidder(s) shall be required
establish an Affirmative Action Policy, pursuant to ordinance #10062 s amended. _See Appen
I for sample.
An
Bidder: ATLANTIC AUTO SUPPLIERS, INC. Signature:
(company name)
4- % 13 -
3
JUN-20-94 MON 9142 CITY OF MIAMI BUDGE FAX NU, 3Ubb(UbU 1 r,us
SENT BY:CITY OF MIAlfI 5-94 : 3:29PM : PROCURE -MEW MGMT. 1/ 1
f
CITY OF rt11AMl, FLOnIDA
INTER -OFFICE MEMORANDUM
1'U . .Ludy S . Carter DATE FILE
Chief Procurement Officor
Procurement Management Divis ion 5''DJErT For the purchasing of
two (2) Asymmetric
Hydraulic Lifts
FROM: REFERENVLS
Ron E. Williams
Asst. City Manager
ENcLnsuRr.5
i
The Department of General Services Adm.in_lntration and Solid
Waste has verified funding with the Department of Budget that
funds are available to cover the coat of the subject bid in the
amount of $9,190.00. Funds are available from the General
Services Administration and solid Waste Department, Motor Pool
Division Account Code No. 421701--840,
BUI ETARY REVIEW & APPROVED BY:
11
iviano i r Suran :sistant-City Manager
Department of M agement
and Budget
Post -It" b and fax transmittal memo 7 1
N of gage- ► 2_. -
To ik
From
Dept.
Phoned
Fax N
Fax 0
94- 473 �
AWARD OF BID
Bid No. 93-94 095
ITEM: Two (2) Asymmetric
Hydraulic
Lifts
12EAP ��i NT: General Services
Administration and Solid
Waste/Motor Pool Division
TYPE OF PURCHASE: Single Purchase
BZZ5QN; To assist mechanics in
servicing City
vehicles.
PQTENTIAL BIDDERS: 16
B D U IVED• 1
FUNDS.: General Services
Administration
and Solid
Waste/Motor Pool
Division,
Account Code No.
421701-840.
BID TABULATION: Atlantic Auto Supply - $9,190.00
BID -EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
16
1
MINORITY/FEMALE (M/F) VENDORS..........
8
1
Within City limits ..................
1
1
Registered with City ................
6
0
Black (B) Vendors ......................
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
Female (F) Vendors .....................
3
0
Located within City limits..........
0
0
Registered with City ................
3
0
Hispanic (H) Vendors ...................
5
1
Located within City limits..........
1
1
Registered with City ................
3
0
NON MINORITY (NM) VENDORS ..............
8
0
Located within City limits..........
0
0 i
"No Bids'. ..............................
-
3
Reason(s) for NO BIDS are as:
Neff Machinery - not in our field of business
American Truck Crane Inc.- we do not sell this type of equipment
i Office Systems of Florida - we do not handle this type of equipment
j
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO
j ATLANTIC AUTO SUPPLY A. LOCAL, HISPANIC VENDOR
i AT A TOTAL PROPOSED AMOUNT OF $9,190.00.
i
i
Chi f rocu en O ficer
Da e
j
i
j
!
{
I
j
j
i
i
i
94- 473
'tID_BECOFI4T_LIST `
'ID L ... TWO ASYMMI:'1'RICI{YllRAULICLITS, ,-
112D NO-* 93-9
4--095 ----___r--
PATY 11ID(S) QPINIDS APR11.—'9_-lyyq_— 1.0:30 a.m.
TOTA2.
2DD81� VD Ab07C71T CASEIIA'S-CHECK-�
ATLANTIC AUTO SUPPLIERS INC.
.NO BIDS:
NEFF MACHINERY
AMERICAN TRUCK -CRANE INC.
OFFICE SYSTEMS OF FLORIDA
We received only one copy of the bid
-t .ill-wn i tQ ' �r lent Ue �.�rttnent
.._ L-------------
- - -------------
r-------..�..-�_..��
Ltiz4nlli ffi Aids'
GSArSolid na te-Procurement Division 02_ G
(Citr Topartm;nt)-
(Cl�ric�-
LEGAL ADVERTISEMENT
BID N0. 93-94-095
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 !D-.,3 Q a,m. April 29, 1994
for the furnishing and installation of two (2) Asymmetric
Hydraulic, Lifts as or equal to Mohawk, Model A-7 in accordance
with bid specifications for the Department of General Services
Administration and Solid Waste/Motor Pool 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
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 any other documents to verify the location
of the firm's primary office.
Detailed specifications for the bids are available upon request
at the City Procurement Office located at 1390 NW 20th Street,
2nd floor or call 575-51.74.
The City Manager may reject all bids and readvertise.
(Ad No. 174 )
Cesar H. Odio
City Manager
4cc
LLI
au�
.(...... ...... . 1. City of Miami
This number must
�0 REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: Please type and attach a copy of the ldygr1isement with this rQ-Q-ujqitiQn.
1. Department: 2. Division:
3. Account Code number: 4. Is this a confirmation: 5. Prepared by:
❑ Yes No
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to e
published:
t10. Type of advertisement:
Legal El Classified ❑ Display
11. Remarks:
9 3 - - 9' 4 — 0 1) 5
1�5.'F)16YAJLIC LIFTS
12.
Publication
G.S.A. (Procurement
Managementl
Ujr; QHLY
Date(s) of
Advertisement
Invoice NO.
Amount
13.
❑ Approved
❑ Disapproved
Department Director/ Designee Date
Approved for Payment Date
03 Rev. 12/89 ] Routing: Forward White and Canary to G.S.A. (Procurement Manaaementi and retain Pink r--nnv
via inioumirc wmie - u.o.tA.; canary - Uepartment