Loading...
HomeMy WebLinkAboutR-94-0636J-94-671 8/17/94 RESOLUTION NO. 9 4- 636 A RESOLUTION BY A 4/5THS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING THE. CITY MANAGER'S FINDING THAT AN EMERGENCY NEED EXISTED, WAIVING COMPETITIVE SEALED BIDS AND APPROVING THE REPAIR OF THREE (3) POLICE PATROL VEHICLES, AS HEREIN SPECIFIED, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/MOTOR POOL DIVISION AT A TOTAL PROPOSED AMOUNT OF $16,044.45; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/MOTOR POOL DIVISION ACCOUNT CODE 421701-670, PROJECT CODE NO. 503001; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE REPAIRS. WHEREAS, the Department of General Services Administration and Solid Waste/Motor Pool Division needs to have three of the City's police patrol vehicles repaired; and WHEREAS, the Department of General Services Administration and Solid Waste/ Motor -Pool Division has a large number of wrecked police patrol vehicles with significant mechanical and body damage; and WHEREAS, informal bids were obtained and the City Manager has approved the emergency repair of the three police patrol vehicles by Tropical Chevrolet, Crony Body Works and MJM Auto Care, the lowest responsible and responsive informal bidders; and WHEREAS, funds for are available from the Department of General Services Administration and Solid Waste/Motor Pool Division Fund Account Code 421701-870, Project No. 503001; and CITY C9mS5Iom Ad££TING OF SEP 0 8 1994 11E0auti= Na I 94- 636 ' ! 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. By affirmative vote of 4/5ths of the members of the City Commission, after a duly advertised public hearing, the City Manager's written finding that a valid emergency need existed for the repair of three police patrol vehicles by the three following vendors who provided the City with the lowest informal bids: Crony Body Works, in the amount of $5,620.43; Tropical Chevrolet, in the amount of $4,768.14, and MJM Auto Care, in the amount of $5,655.88, for a total proposed amount of $16,044.45, is hereby ratified, approved, and confirmed, with funds therefor hereby allocated from the Department of General Services Administration and Solid Waste/Motor Pool Division Account Code No. 421701-670, Project No. 503001. Section 3. The requirements for competitive sealed bids is hereby waived for the Department of General Services Administration and Solid Waste's repair of said vehicles. Section 4. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for these repairs. Section 5. This- Resolution shall become effective immediately upon its adoption. -2- 94- 636 i r PASSED AND ADOPTED this 8th day of Se tember 1994. F'*v - ST21PHEN P. CLARk, MAYOR ATTE MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: RAFARL O: DIAZ DEPUTY CITY AT APPROVED AS TO FORM AND CORRECTNESS: CITY ROD:osk:X059 -3- 94- 636 V�7 , CITY OF P.;IAIM;, FLORIDA INTER -OFFICE MEMORANDUM 10 TO : Honorable Mayor and Members DATE FILE of the City Commission AUG 5 1a9 SUBJECT: Resolution for the Ratification of Emergency Repair FROM : CeSa io REFERENCEPf Police Vehicles CityV r ENCLOSURES: 7A It is respectfully recommended that the City Commission pass the attached resolution ratifying, approving and confirming the City Managers emergency action in waiving competitive sealed bids for the repair of body and mechanical damage to three (3) wrecked police patrol vehicles for a total amount of $16,044.45 from the lowest responsive and responsible bidders for De artment of General. Services Administration and Solid Waste Motor Pool Division. BACKGROUND The Department of General Services Administration and Solid Waste/ Motor Pool Division, has a large number of wrecked police vehicles in need of repair. Due to the limited capacity that the City has to handle body repair work, bids were obtained from three (3) vendors, Tropical Chevrolet in the amount of $4,768.14, Crony Body Works in the amount of 5,655.88 and MJM Auto Care $5,620.43 were the lowest most responsive and responsible bidders for a total amount of $16,044.45. Funding is available from the Department of General Services Administration and Solid Waste/Motor Pool Division Account Code No. 421701-670, Project No. 503001. Ki ADMMfROTiVurfI RIDA GENERAL SERVICES ao Clt 61dT I1;WAWM0RAN DUM To : Cesar H . OdlO DATE FILE 1 City Manager Emergency Request - su�JECT : Body Repair Work for tL f Police Cars 4 FROM : Ro �E . Wi.l liams REFERENCES: ! Assistant City Manager ENCLOSURES: This memorandum is to request your approval in authorizing an emergency award to Tropical Chevrolet in the ount of $4,768.14, MJM AutoCare in the amount of $5,655.88, anweecked rony Body Works in the amount of $5,620.43 to repair three (3) police patrol Cars, City numbers 5645, 6034 and 5713, at a_ total cost of $16,044.45. BACKGROUND The Department of General Services and Solid Waste, Motor Pool Division, has a large number of wrecked police patrol cars in need of repair. Given the limited capacity that the City has to handle body repair work, it has solicited written repair estimates from qualified body repair shops to do the job. The Police Department has a great need for these vehicles and it is, therefore, most important that this work be expeditiously awarded to the lowest most responsive and responsible body repair shop bidders to assure that these units are returned to patrol service as promptly as possible. RECOMMENDATION Please indicate with your signature below your approval of the above -noted emergency procurement. Legislation to ratify this 'action will follow for inclusion in the next available City Commission agenda. Approved: Cesar H. Odio City Manager 94— 636 `� BETTER Hu SINESS FORMS Mama. FL — (J051 502.1060 1, a '+EC.3+ °t a 'i City of Miami P e"Enc fAArSU n Y ` ,2. Bate o` R5 x 7R{WSJ, 303 REQUEST FOR PURCHASE T 3.$PreEncumbbred 8y 4. nn TB4'rx a ��.,.94 Instructions: 1. _ Check BE200 for available balance before pre -encumbering estimated E 5 Minonty Ststus when vendor is amount DO NOT SUBMIT FORM if funds not available. T �rpredPtermmed a. 2. USE TYPEWRITER to fill in shaded areas numbered 1-15 only. A $, Suggested Source;,`..,.:.:'; 3. Each Requisition must be for items which are obtainable from Lt - MLIM AUTOCARE' $5`;•655 ; 88 the same vendor. _ R �ROPICAL'•`sGHEV '$5, 816; 03 Vendor No: Social Security No: E CUBANSHZNE$6 , 024. 33 -: Tax ID No: A CRONY BODY 'WORKS$6,'349 9 M�'M AUTOCARE E R WORLD 'MOTOR S$6;750:38 . 3950 NW 25 ST Entity Tyl D MIAMI FL 33142 ❑ Sole Proprietorship S 0 Cl Corporation R ❑ Partnership VENDORS CONTACTED rl 'deliver To: �:+ •... (a) `CITY OF.''MIAMI ,MOTOR? -POOL i 1901"NW '12 AVE:. MIAMI FL' 3 313 6 ' (b) F.O.B. DESTINATION (c) Quote By: Quote Date: Terms: Delivery: B.:Prepared `ey 9 it3ept/Div (d) 10.'Date.'. ? 1f: rA" riz u (e) t9 Lfi(/i -- 42 iPhone �No ; 13 ,A.yc'coUfiV.. (n ( 4. r ,202 �::od6(7s): 917 14.: - ; ;CITY .L.—ILL 15: tDESCRIPTION - `UNIT PRICE EXTENDED PRICE ,,11993 ' CHEV. CAPRICE'' • 6034;' $5, 655. 8 .•,'l TO.; BE .REPAIRED .WITHff';NEW F'AR`1'S `P,ND; DAMAGE: -AREAS REP:AINTE):.AND'''RETURNED ..:; TO :*THE; CITY .OF' -MI AMI M.rP:. , b IN =OPERATIONAL > COND.i.TION, ' YR ATTACHED DESCRIPTIO OF":WORK AP1D '-'SPECIFICATION. } . ; ` ., FRONT END'FRAMEWORK. STRAIGHT 'END ,AND A.LIGMENT + Q AS' -:PER SPECIFICATION. ; TOWING -OF VEHICLES TO a rq AND 'FRUM: M.P. IN OPERATION T L CONDITION AS PER . SPECIFICA':'; TION) `TO BE' RETURNED :TO MOTOR POOL..IN APPRX..30 DAYS ..... ! FY. W TOTAL 4 0 4 Funds Certified City Manager Approval, if VENDOR QUOTATION .—\ "1 C. 94 �CO lb J t in. "' D� f . r••� BETTER BUBINEBB FORMB .4 W-, FL — (30W 592-1060 01 t _c iY E r r >< �$ City of Miami PiPie:ncrAinount >'•2;8atch,No REQUEST FOR PURCHASE R 4 ,3Eo3 3 �F're'-Encumbered By L� 4 , date T M E } , Tt�-,�ik .:, ,e. pi: 7 9 4. Instructions: 1• Check BE200 for available balance before pre -encumbering estimated 5. •Minority _Status when;vendar%is' amount DO NOT SUBMIT FORM i1 funds not available. N predetermined , V,`< ` 2. USE TYPEWRITER to fill in shaded areas numbered 1-15 only. T A 6 Suggested -:- 3. Each Requisition must be for items which are obtainable from the same vendor. L R ; l )TROPICAL ,CHEU $4,, 768 1 2 )MJW 'AUTOCARE$5 A'76 ' 96. Vendor No: Social Security No: M 3) CRONY BODY WORK$ 5 , 2 05.9 Tax ID No: V S TROPICAL CHEVROLET q F •. - ` N 8880 BISCAINE BLVD. R Entity Type: D MIAMI FL 33138 ❑ Sorole Prietorship p K O ❑ Corporation R ❑ Partnership VENDORS CONTACTED 7. 1)eflver To: 'CITY OF MIAMI , MOTOR POOL (a) 1901 NW 12.AVE. -MIAMI FL 33136 (b) F.O.B. DESTINATION (c' Quote By: Quote Date: Terms: Delivery: 8 Prepared �By. 9. Dep I : d, Y ,,uTORBEN 'BROBERG " 'GS /PLC` M y. ti'O:ipate. ; 11, thoTiz i f r . eJ . 4/27/94 12.'`Phone No: ..,.-575-5202 11 Account'•C do(s): �~ . 421701--670-503001 (� 14: •QTY,., DESCRIPTION UNIT -PRICE EXTENDED " . PRICE 1 1991 ;CHEVXAPRICE #. '5645 4 , 768. 1 I TO " BE REPAIRED WITH `NEW F.;PARTS_AND DAMAGE AREAS - - REPAINTED AND RETURNED TO_ y, {THE::CITY OF MIAMI M:P. IN :OPERATIONAL CONDITION....;: f.,. AS PER, ATTACHED.,DESCRIPTI,O ; OF'�WORK AND SPECIFICATIONS' .iFRONT END FRAMEWORK. 'STRAIGHT END AND ALIGMENT AS PER SPECIFICATION. TOWING OF VEHICLES TO. AND• ._: FROM ,.M.P. IN,OPERATIONAL ' s1f�• CONDITJON AS PER SPECTFICA`� TON. TO BE.RETURNED TO.,MOTOR PO L "IN APPRX., 30 DAYS. . VENDOR QUOTATION FY. TOTAL 4,768.1 r o :unds Certified City Manager M � v Approval, if a y / 3v �l lidBETTER at-tBINEBB FORMS 1219924 Mw-, FL - )005) 592.1060 �,,,+tt,, D y}��o: ?�4fo ma's City of Miami p sir Pre nc fAnnbunt iF x;f3atc1h,� o REQUEST FOR PURCHASE R � 620'''A3 -. 3`01 'By S Pre-F_ncuinbered 4 i7ate , , I T E Instructions: 1. Check BE200 for available balance before pre -encumbering estimated 5. Minority,Status when vendor isYa� amount. DO NOT SUBMIT FORM it funds not available. predetermined 2. USE TYPEWRITER to fill in shaded areas numbered t- +5 only. T A 6., Suggested :Source: 3. Each Requisition must be for items which are obtainable from L -' ' the same vendor. R 1) CRONY BODY;;WORKS $ i 5 3 Vendor No: Social Security No: E 2) CUBANSHINE $ 5, 734 .51 Tax ID No: V CRONY BODY WORKS q ,3'}MJM '$6, 082 03 , N 724 NW 21 DT R Entity Type: D MIAMI FL 33122 ❑ Sole Proprietorship S O ❑ Corporation VENDORS CONTACTED R ❑ Partnership 7. Deliver To: CITY OF MIAMI,MOTOR POOL (a) 1901 NW 12 AVE. MIAMI FL 3313 6 (b) (c) F.O.B. DESTINATION Quote By: Quote Date: Terms: Delivery: d) e) 8.'Prepared By: TORBEN BROPER! 9. Dept/Div: GSA/SW MGT. 10. -Date: 11. Authorized Signature: 4/29/94 7(f) 12. Phone iNo: 13., Account Code s): 421701-67�-503001 .575-5202 1.4- 15. UNIT EXTENDED VENDOR QUOTATION QTY, DESCRIPTION PRICE PRICE (a) (b) (c) (d) (e) (f) 1 '1991 CHEV.CAPRICE # 5713 5,620.4 TO BE REPAIRED WITH NEW PARTS AND DAMAGE AREAS REPAINTED AND RETURNED TO CITY OF MIAMI,M.P. IN OPERATIONAL CONDITION AS PER ATTACHED DESCRIPTION OF WORK AND SPECI'ICATION. "FRONT END FRAMEWORK. STRAIGHT END AND ALIGMENT AS PER SPECIFICATION. TOWING OF VEHICLES TO AND FROM M.P. IN OPERATIONAL ':CONDITION AS PER SPECIFICATION. TO BE RETURNED TO M.P. IN APPRX 30 DAYS. 13 1 FY. TOTAL 1 5, 6 2 0. 4 ►— cr_ W Funds Certified City Manager —,'r a ¢ M -X a �O° 00 Approval, if o"a y c By: applicableh a 94- 636 _ / Y RATIFICATION OF EMERGENCY ITEM; For the repairing of the City's Police patrol vehicles DEP ARTMENT: : General Services Administration and j Solid Waste/Motor Pool Division mvpE OF PURCHASE: Short Term Contract I RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO CRONY BODY WORKS IN THE AMOUNT OF $5,620.43, MJM AUTOCARE IN THE AMOUNT OF $5, 655 . 88 AND TROPICAL CHE`TROLET IN THE AMOUNT OF $4,768.14 FOR A TOTAL PROPOSED AMOUNT OF 16,044.45. C ief re nt Officer Da e l s4- s L 1 36 I CITY OF MIAMI. FLORIDA " INTER -OFFICE MEMORANDUM TO Matty Hirai i City Clerk DATE : FILE sueJecr : Request to Publish Notice for Public Hearing FROM . Ron E . Williams REFERENCES Assistant City Manager - ENCLOSURES: Please make arrangements 'to publish a Notice of Public Hearing to entertain objections to the waiving of competitive sealed bids regarding the emergency authorization to repair the City's _ Police vehicles from MJM Auto Care, Crony Body Works, and Tropical Chevrolet for the Department of General Services Administration and Solid I Waste/Property Maintenance Division. h -at and time at ofG, this public hearing will be / ci APPR ED' a°o j1 Josefina Argu in Assistant to City Manager II i 0 4" A public hearing will be held by the City commission of the.City of Miami, Florida on , at M. in the City Commission Chambers at City Hall, 3500 Pan American Drive, Miami, Florida, for the purpose of hearing any objections by the City Commission from any interested parties affected by a Resolution ratifying the City Manager's action in waiving com>atitive sealed bids and authorizing the emergency repair of thF City's Police vehicles from Crony Body Works, Tropical Chevrolet and MJM Auto Care. All interested persons are invited to appear and may be heard j concerning this item. Should any person desire to appeal any j decision of the City Commission with respect to any matter considered at this hearing, that person shall ensure that a verbatim record of the proceedings is made, including all testimony and evidence upon which any appeal may be based. f 94- 636