Loading...
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