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