HomeMy WebLinkAboutR-97-0276i
J-97-209
3/26/97
RESOLUTION NO. J 7 - 276
6
A RESOLUTION ACCEPTING THE BID OF SNAP -ON
TOOLS FOR THE FURNISHING OF EQUIPMENT FOR THE
POLICE DEPARTMENT'S FLEET SERVICE CENTER FOR
THE DEPARTMENT OF POLICE, AT A TOTAL PROPOSED
AMOUNT OF $93,872.88; ALLOCATING FUNDS
THEREFOR FROM THE FLEET SERVICE CENTER
GENERAL OPERATING BUDGET, ACCOUNT
NO. 503001.291301.6.850; 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 October 30, 1996, for the furnishing of equipment for
i
the Police Department's Fleet Service Center; and
WHEREAS, invitations for Bid No. 96-97-003R were mailed to
I
twenty-one (21) potential bidders and two (2) bids were received;
and
WHEREAS, said equipment will replace old, inoperable and
missing equipment required to properly maintain and repair city
vehicles; and
WHEREAS, the City Manager and Chief of Police recommend that
the bid received from Snap-On Tools, at a proposed cost of
$93,872.88, be accepted as the lowest most responsible and
responsive bid; and
WHEREAS, funds for said acquisition are available from the
Police Department's General Operating Budget, Account Code
No. 503001.291301.6.850;
CITY COMMISSION
MEETING OF
APR 0 2 1997
Resolution No.
97- 276
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 October 30, 1996 bid of Snap-On Tools for
the furnishing of equipment for the Police Department's Fleet
Service Center, at a total proposed amount of $93,872.88, is
hereby accepted, with funds therefor hereby allocated from the
Police Department's General Operating Budget, Account Code
No. 503001.29301.6.850.
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.
PASSED AND ADOPTED this 2nd day of April 1997.
i
I
CAROLLO, MAYOR
ATTEST:
4 '
�r d�-Q�I'r. �f,1•
WALTER F E CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
A ./ Q.
CITY
W1528:BSS
- 2 - 97-- 276
CITY OF MIAMI, FLORIDA 112.
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
DATE: VAR 2 5 1997 FILE:
SUBJECT: Proposed Resolution
FROM' arqueZ REFERENCES: Equipment for the Fleet
City Manager Service Center;
ENCLOSURES: Bid No. 95-96-003R
Recommendation:
It is respectfully recommended that the award of Bid No. 95-96-003R and a Resolution accepting
said bid be granted to Snap-On Tools, a non -minority, non -local vendor, which is owned by Snap -
On Tools, located at 2041 SW 70'' Avenue, Davie, FL, 33317, at a total cost of $93,872.88, be
approved. Funding is to be from the Fleet Service Center General Operating Budget, Account
503001.291301.6.850.
Background
This equipment is required to properly maintain and repair city vehicles. It will replace old,
inoperable and missing equipment.
On October 15`h, 1996, invitations for sealed bids were sent to prospective vendors. Bids were
opened on October 30', 1996, with two (2) responsive vendors. The Police Department reviewed
the bids received for the provision of these items. Mac Tools provided the initial lowest bid;
however, after careful verification against the specifications, it was determined that several items
do not meet the Department's requirements. Listed below are the specific reasons for disqualifying
their bid.
1. Items 1, 2 ,11 & 12 require 100% compatibility with each other as designated in the
specifications; however, they do not meet this requirement.
a. Additionally, the specification required items 1 & 2 to be engine diagnostic tools
designed to test engine performance, the air bag system and the anti -lock brake system. Mac Tools
equivalent for item 1 is a gas analyzer for emission testing and not an engine performance
diagnostic tool. Mac Tools equivalent for item 2 is a hand held multifunction scanner. The
scanner is not a specific diagnostic tool for air bag systems and anti -lock brake systems and does
not integrate with item 1.
�� 97- 276 �
Honorable Mayor and Members
of the City Commission
Bid No. 95-96-003R
Page 2
b. Item 11 is an alignment machine. The specifications required a machine that did not
need any types of ramps or platforms in order to align a vehicle. Mac Tools equivalent utilizes
ramps and does not integrate with item 1.
2. Items 3-5 & 7 are basically similar products in terms of function and capabilities; except
for item 7, Snap-On Tools is less expensive.
3. Mac Tools could not provide any detail description or any literature for comparison on
item 6.
4. Items 8 & 9 are A/C refrigerant recycling machines. Mac Tools equivalents do not
possess full automation with manual override, self diagnostics, 'programmable evacuation and
vacuum hold time and auto restart, as specified in the bid.
5. Mac Tools equivalent for items 10 & 13 are basically commensurate with the
specifications but are considerably more expensive than the Snap-On models.
In addition, regarding items of comparable features and functions, the Mac Tool equivalent was
generally more expensive. The items requested are sensitive, high performance diagnostic and
repair tools designed to effectively maintain and repair our fleet vehicles. Tools and equipment not
meeting our performance standards should not be considered.
It is, therefore, recommended that the bid be awarded to Snap-On Tools who is the second lowest
bidder. They met the specifications established by the Police Department.
2 9'7- 276
{
a
The Honorable Mayor and Members Bid No.
of the City Commission 96-97-003R
Amount of Bid: % of Cost Estimate:
$93,872.88 100%
Cost Estimate/Budgeted Amount;
$93,872.88
Source of Funds:
Fleet Service Center General Operating Budget
Account 503001.2913011.6.850
Minority Representation:
N/A
Public Hearings/Notices.'
N/A
I Assessable Project:
N/A
9'7- 276 3
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Judy S. Carter DATE: J A N 16 1997 FILE : LEG 7-2
Chief Procurement Officer
SUBJECT: Equipment for the Fleet
i Service Center;
..�, Bid No. 95-96-003R .
FROM: �Oriald H. Warshaw REFERENCES:
Chief of Police
ENCLOSURES:
This department has verified that funds are available with the Department of Finance to purchase
equipment for the Fleet Service Center, at a cost of $93,872.88. Funding is to be from the Fleet
Service Center General Operating Budget, Account 503001.291301.6.850.
BUDGETARY REVIEW & APPROVED BY:
Michael in
Director
Department of Finance
111
ADDITIONAL APPROVALS
(IF REQUIRED)
/1/ 1
Grant Sheehan, CIP Manager
Public Works Department
(This form properly signed is part of the bid evaluation and recommendation package to be
placed on the agenda and must be attached to the resolution cover memorandum.)
5
97- 276
CITY OF MIAMI, FLORIDA ' '1 - BID NO. 96-97-603R
BID SHEET (Continued)
.1MPO_ RTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IF SECURITY IS .REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
9 G"Ws
Terms: Lfo /o �O (Include crash discount for prompt payment, if any)
Additional discount of !U % if awarded all items.
Warranty and/or guarantee :2G
Delivery . :
calendar days required upon receipt of Purchase Order or Notice
of Award.
�30 Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Special
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
i
$' NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFTCER(S):
Loyr-r, �� — �r�SV2 F�
/Y11 � Sc�'z`�t
Pl2,ss, DeTQr- - it,3DUS;74
a) List principal business address: (street address)
I '20jj sr .� oS P� r 31L4
b) List all other offices located in the State of Florida: (street address)
6"V`Q -lI -'� 'l�ia-iJ Fi- `-� 33 17 — 3 S'! tj W 33Ro AVM. Pi (a
(0( UJIP.0 L5--VMnui L. 3 1 60CA-aA ot� I P-1 - PL_ 333a C�
(Please use the back of thib page if more space is necessary)
MINORITY PR=JREMFNT COMP .TANC`F
iThe undersigned bidder acknowledges that (s)he has received a copy
of Ordinance #10062 as
amended, the Minority Procurement ordinance of the City of Miami an
rees to comply with all
applicable substantive and procedural provisions therein, inclu a
amendments thereto.
Bidder: �1 A-P O N ?aDug 64 . Signature:
!'la
(co any name)
Date: /_ 2 7Print Name:
L
j Indicate if Business is 51% Minority -owned: (Check olie box
only)
[ BLACK / V ] [ ] HISPANIC [ J FEMALE
AFFIRMATIVE ACTTON PLAN
I
If firm has
an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s)
shall be required tc
establish an Affirmative Action. Policy, pursuant to Ordinance #1006
am ded. See Appendis
I for sample.
Bidder: Signature:
Aa70
i (company name)
FAILUREJ-0--MELETE. SIGN AND RET URN THIS FORM MAY DISQUALIFY
i
THIS BID. 7—
9'7- 276
VENDORS:
ITEM DESCRIPTION
1 MOD COMPUTER SYSTEM,
as or equal to Sun Electric Machine 500
Manufacturer:
Warranty:
Years Extended Warranty
2 SIMUTECH / ABS TECH, as or equal
to Sun Electric SIMUTECHPRO
Manufacturer:
Warranty:
Years Extended Warranty
ABS TECH CABLES
SIM TECH CABLES
3 TIRE CHANGERWIN RIM CONTACT
CHANGER, as or equal to FMC 8800AP
Manufacturer:
Warranty:
4 BC4200 BATTERY CHARGER/HVY
UTY 70 AMP FAST CGR
Manufacturer:
Warranty:
5 BC5500 BATTERY CHARGER/SUPER
CHARGER MAINT FREE CA
Manufacturer:
Warranty:
6 BRAKE CLEANING EQUIPMENT
Manufacturer.
Warranty:
7 WHEEL BALANCER CAR & TRUCK
Manufacturer:
Warranty:
Prepared by Mahtza Fresno, 11/5/96
BID NO. 96-97-003R
.,.lUIPMENT FOR THE FLEET SERVICE CEi— R
TABULATION OF BIDS
EST.
QTY.
1
SNAP -ON TOOLS
2041 SW 70 AVE D-3
DAVIE FL 33317
NON-MINORITY/NON-LOCAL
PRICE EXTENDED
PRICE
JIM DION MAC TOOLS
13891 SW 46 IANE
MIAMI FL 33175-7904
NON-MINORITY/DADS
• PRICE
EA $ 23,092.50 $ 23,092.50 $ 1033.95
EXTENDED
PRICE
$ 11,733.95
Snap -on Tools/Sun Electric
Mac Tools OTC BT3714
Factory warranty, Sun, 1 yr parts & labor
1 yr
2 YRS
$ 4,275.00 $ 8,550.00
NB
�N
I
1 EA
$ 12,746.25 $ 12,746.26
$ 3,625.95
0,
$ 3,625.95
Simutech/Edge
Mac Tools VETRQ��S
MASTERTECH
Snap-On /Sun 1 yr. factory warranty
(refer to bid) 1 �1
1 YR
$ 480.00 $ 480.00
NB
3 EA
$ 2,250.00 $ 6,750.00
NB
3 EA
$ • 2,250.00 $ 6,750.00
NB I
R
1 EA
$ 3,225.00 $ 3,225.00
I
$ 3,420.95
i
$ 3,420.95
John Beam/FMC
Mac Tools TC50bS
Factory 1 yr parts & labor Snap-On/Sun
1 yr
1 EA
$ 281.25 $ 281.25
$ 289.95
P
$ 289.95
Snap-On Tools Co.
Mac Tools BCH71
'A'
Snap-On Factory 1 yr. parts & labor
5 yrs, on rectifies
�sfirmer
1 EA
$ 378.75 $ 378.75
$ 437.95 1
$ 437.95
S IIIII
Snap-On
Mac Tools BCH71 6
Snap-On Factory 1 yr parts & labor
5 yrs. on rectifier transformer
I i
1 EA
$ 731.25 $ 731.25
$ 299.95 ! v
$ 299.95
Clayton/Snap-On
Mac Tools Shark
1 yr factory parts & labor
1 yr
1 EA
$ 3,108.90 $ 3,108.90
$ 2,995.00
$ 2,995.00
Snap-On WB260A
Mac Tools WB150
Snap-On 1 yr parts & labor
1 yr. '
1 of 2
Approval:_
97- 276 9
BID NO. 96-97-003R
JIPMENT FOR THE FLEET SERVICE CEN _R
TABULATION OF BIDS
VENDORS:
M DESCRIPTION
SNAP -ON TOOLS
2041 SW 70 AVE D-3
DAVIE FL 33317
NON-MINORITY/NON-LOCAL
EST, PRICE EXTENDED
QTY. PRICE
MOBILE RECYCLING CENTER, 1
as or equal to Sun Electric MRC312,
Manufacturer:
Warranty:
Years Extended Warranty 1
MOBILE RECYCLING CENTER 1
as or equal to Sun Electric MRC334
Manufacturer.
Warranty:
Years Extended Warranty 1
ANTIFREEZE/COOLANT RECYCLER 1
Manufacturer:
Warranty:
ALIGNMENT SYSTEM, as or equal to 1
Sun Electric FMC9696
Manufacturer:
Warranty:
INFORMATION SYSTEM, 1
as or equal to Sun Electric ALLDATA Series 250
plus 1 year ALL DATA SUBS.
Manufacturer:
Warranty:
LIGHT AIMMER
Manufacturer:
Warranty:
SUB TOTAL:
Additional Discount if awarded all items
TOTAL AFTER DISCOUNT
Prepared by Maritza Fresno, 11/5/96
110
EA $ 3,374.25
JIM DION MAC TOOLS
13891 SW 46 IANE
MIAMI FL 33175-7904
NON-MINORITY/DADE
PRICE EXTENDED
PRICE
$ 3,374.25 $ 1,885.00 $ 1,885.00
Snap-On/Sun Electric
1 yr parts & labor/ factory Snap-On
YR $ 448.00 $ 448.00
EA $ 3,524.25 $ 3,524.26
Mac Tools AC600 ELI2
1 yr.
N B n'
HIV i
$ 1,885.00 $ 1,885.00
I_
Snap-On /Sun Electric Mac Tools AC61� 134.
Factory Snap-On 1 yr parts & labor 1 yr.
I
YR $ 448.00 $ 448.00 NB
EA $ 2,796.00 $ 2,796.00 $ 3,795.95 $ 3,795.95
"i
Snap-On/Century Mac Tools AC61 -134
Snap-On 1 yr parts & labor factory 1 yr. n
EA $ 14,997.00 $ 14,997.00 $ 3,795.95 I �^' $ 3,795,95
Snap-On/John Beam Co.
Factory Snap-On/John Beam 1 yr
parts & labor
EA $ 2,895.00 $ 2,895.00
Snap-On/ALLDATA
1 yr. factory parts & labor
1 EA $ 244.69
Hoppy
1 yr from factory
2of2
$
$
1% $
V I
Mac Tools WAtso
1 yr. IN
$ 3,495.00 I Q $ 3,495.00
Mitchel on Demand
1 yr. v
244.69 $ 2,995.95 E $ 2,995.95
I
Mac Tools HAK 03B
1 yr.
94,821.09 $ 40,656.55
948.21 15% $ 6,098.48
$ 93,6
97- 276
558.07
BID NUMBER: 96-97-003R
COMMODITY / SERVICE: Equipment for the Flept service Center
DEPARTMENT/CONTACT PERSON: Police - Lt- _ Vera
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Procurement Management Division (PMD). The user department (s) is required to complete all remaining
sections of this form, including the funding source(s), contract value (if applicable), and all other
required approvals rp for to forwarding to PMD.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD,
ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by PMD to prepare the resolution memo
and the Resolution for submission to the Agenda Office for Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
PMD immediately. Emergency procurements are exempt:
i
Contact Ma i ty-a Fresna of the Bid/Contract Section at 4WiW or 416-1907 should you have
any questions.
�APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE: ?.-
Judy S. Carter ell
I Chief Procurement Officer
DATE: I %— e— / y
BIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES
11
y7- 276
BID AWARD RECOMMENDATION FORM
BID NUMBER: 96-98-003R COMMODITY/SERVICE: Equipment for the Fleet service Center
DEPARTMENT /•DIVISION: Police Department
TERM OF CONTRACT: Single Purchase
NUMBER OF BIDS DISTRIBUTED: twenty-one (21) NUMBER OF BIDS RECEIVED: two (2)
METHOD OF AWARD: Lowest moat rRspon-sible ana _responsive hia
RECOMMENDED VENDOR(S):
STATUS:
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
ACCOUNT CODE(S): 91 3 a
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL:
�Mko a' SEE ATTACHED MEMO
Department Director/
Designee Deputy Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
TOTAL:
TITLE:
CONTRACT VALUE:
i
APPROVAL:
S. of
:urement officer
PAGE 2 OF 2 PAGES J 276
12
'ID ZTZXt e1.,UT,-,SHQe; EQUIPNENTS
DID NO. s 96-97-003R
-w r Nwwsr�rri---�Nw--y-
DATZ SIDM OZSNZDI OCTOBER 30, 1996 11:00 a.m
w r w- w N NAM►-�-�-- N N----- O -wMw w r wwN N w- -��-
('J
�0 DID_ROMEf�2[2
SNAP ON TOOLS
See attached bid
JIM DION MAC TOOLS DIST.
We received only
was sent to Prdc
ne .copy o e i
rement Department
B.C. SANDERS/ALL TOOLS
..r
—a
NO BID
DTC TOOL CORP.
MIAMI DISCOUNT TOOL
"Offers from the vendors lWed
haraln are Ilia
M. 011pra
other offers tibmitted in rosj7onsr
aro Grey re;oc a as uie.
to i11':1 r;o''c.i�drli,
..aen.worw
----A�-�'--O'-
N�•�Me�O-r Mrwsw MN-r
rswN-w.wr��rw
r�•rsr
�w
r-�s-warr
w-ww--rw•Nwa
M wN�MM-r ONN
NNw�.�
MMMN��r-
.Nwf-w.�
-l-MraO�O-O NA�No
Nr r-�-Ord
MNMM M
VP
1�°4f ZZ
�-- received t.16 eavelople on ►*halt of
2
arse*► saes!♦ D 1! o)
GSA/SOLID WASTE -PROCUREMENT DIVISION /
___ MN+-N �NM r•r r.�V-NNr7.w-0���-eipNw�ir Yii--N rNr�N.�NNY�-�
(Cit' >na�arte-aat)
8I6
LEGAL ADVERTISEMENT
BID NO. 96-97-003R
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 than October 30, 1996 at 11:00 a.m.
for the furnishing of fleet shop equipment (i.e. MOD Computer System, Tire Changer,
Battery Charger, Brake Cleaning Equipment, Wheel Balancer, Mobile Recycling Center,
Alignment System, etc.) for the Fleet Service Center of the Miami Police Department.
(Bidders must bid on all items).
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.
(Ad No. 04190)
Merrett Stierheim
City Manager -, >
c, r'
1"7l
` -Irn
.r
-p
71
City of Miami
?,Ga� This number must
REQUISITION FOR ADVERTISEMENT
appear in the
advertisement.
a
INSTRUCTIONS: Please type and attach a copy of the adverti§pment with this r n.
1. Department:
Lj
2. Division:
3, Account Code number:
4. Is this a confirmation:
5. Prepared by:
❑Yes ❑ No
6. Size of advertisement:
7. Starting date:
B. Telephone number:
9. Number of times this advertisement is to be
10. Tye of advertisement:
published: 0 -„ r
Legal ❑ Classified ❑ Display
11. Remarks:
j.
r)1i' :L'IC: tI llii: oiP !-
12.
P11 ublication
Date(s) of
Advertisement
Invoice No.
Amount
All �• (Lr. 'i' i7, -
+ D
rn
_r
M
r�
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment Date
C GS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Manaaement) and retain Pink cnnv-
uis i ► itsu i iun: wmne - Wj.A.; canary - uepartment