Loading...
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