HomeMy WebLinkAboutR-96-0086J-96-156
2/20/96
RESOLUTION NO. 9 6 - 8 6
A RESOLUTION ACCEPTING THE BIDS OF A & A/U.S.
AUTO GLASS COMPANY IN THE AMOUNT OF
$10,000.00 AND SAFELITE GLASS CORPORATION IN
THE AMOUNT OF $4,000.00 FOR THE FURNISHING OF
AUTO AND TRUCK GLASS REPAIR SERVICES FOR THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
AND SOLID WASTE/VEHICLE AND EQUIPMENT
ADMINISTRATION DIVISION, ON A CONTRACT BASIS
FOR ONE (1) YEAR, WITH THE OPTION TO EXTEND
FOR TWO (2) ADDITIONAL ONE YEAR PERIODS, AT
AN ANNUAL COST OF $14,000.00; ALLOCATING
FUNDS THEREFOR FROM THE FY '95-96 OPERATING
BUDGET, ACCOUNT CODE NO. 420901-670;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR SAID SERVICE AND THEREAFTER TO
EXTEND SAID CONTRACT FOR TWO (2) ADDITIONAL
ONE (1) YEAR PERIODS, AT THE SAME TERMS,
PRICE AND CONDITIONS, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received November 13, 1995 for the furnishing of auto and truck
glass repair services for the Department of General Services
Administration and Solid Waste/Vehicle and Equipment
Administration Division, on a contract basis for one (1) year
with the option to extend for two (2) additional one year
periods; and
WHEREAS, invitations were mailed to twenty-four (24)
potential bidders and four (4) bids were received; and
WHEREAS, said service will provide glass repair services for
the City's cars and trucks; and
r SIC ci _ Til
tE=.
-CITY COMMISSION
MEETING OF
FEB 2 9 1996
Resolution No.
96- 86
WHEREAS, the City Manager, and the Assistant City Manager
responsible for the Department of General Services Administration
and Solid Waste recommend that the bids received from A&A/U.S.
Auto Glass Company for Items 1, 5, 6, 7 and 8 (as specified in
Bid No. 95-96-014), and Safelite Glass Corporation for Items 2, 3
and 4 (as specified in Bid No. 95-96-014), be accepted as the
most responsible and responsive bids; and
WHEREAS, funds for said service are available from the
FY 195-96 Operating Budget, Account Code No. 420901-670;
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 November 13, 1995 bid of A&A /U.S. Auto
Glass Company in the amount of 10 000.00, and Safelite Glass
P Y $
Corporation in the amount of $4,000.00, for the furnishing of
auto truck glass repair services for the Department of General
Services Administration and Solid Waste/Vehicle and Equipment
Administration Division, on a contract basis for one (1) year
with the option to extend two (2) additional one year periods, at
a proposed annual cost of $14,000.00, is hereby accepted, with
funds therefor hereby allocated from the FY '95-96 Operating
Budget, Account Code No. 420901-670.
- 2 -
Section 3. The City Manager is hereby authorized!/ to
instruct the Chief Procurement Officer to issue a purchase order
for said service and thereafter to extend said contract for two
(2) additional one year periods, at the same terms, price and
conditions, subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 29th
ATTES
WALTER J.(-FOEMhN
CITY CLERK
PREPARED AND APPROVED BY:
RAFAE 0. DIAZ
DEPUTY CITY ATTORX9Y
APPROVED AS TO FORM AND CORRECTNESS:
)"' �- )It C-//j Z// A'd'd
V62Y4:BSS
UINN JONES III
L/ATTORNEY
February
day of 1996.
STEP EN P. CLARK, MAYOR
i� The herein authorization is further subject to compliance
with all requirements that may be imposed by the City
Attorney, including but not limited to those prescribed by
applicable City Charter and Code provisions.
- 3 -
96- 86
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE:
of the City Commission
SUBJECT
FROM : REFERENCES:
Ces io
Cit er ENCLOSURES:
RECOMMENDATION
FEB 12 1996 FILE :
Resolution Authorizing
award of Bid No. 95-96-
014 Auto and Truck Glass
Repairs
It is respectfully recommended that the City Commission approve
the attached resolution for the provision of auto and truck glass
repair on a contract basis for one (1) year to be awarded to the
following vendors at a total annual cost of $14,000:
Items 1,5,6,7,8 A & A/U. S. Auto Glass Company $10,000
2757 S.W. 8 Street
Miami, Florida 33135
(Local/Non-Minority)
Items 2,3,4 Safelite Glass Corp. $ 4,000
16503 N.W. 8 Avenue
Miami, Florida
(Dade/Non-minority)
TOTAL
$14,000
Funds are available in the Department of General Services and
Solid Waste/Vehicle Equipment Administration Division FY 195-96
operating budget, Account Code No. 420901-670.
BACKGROUND:
The Department of General Services Administration and Solid Waste
(GSA/SW) has analyzed bids received pursuant to Bid No. 95-96-014
for the furnishing of auto and truck glass repair service to the
GSA/SW Vehicle and Equipment Administration Division (VEA). Four
(4) bids were received: one (1) from a female vendor and three
(3) from non -minority vendors. The quote of A & A/U. S. Auto
Glass was the lowest responsive and responsible bid received for
Items 1, 5, 6, 7, and 8 at an estimated cost of $10,000.00;
however, Safelite Glass Corporation was the lowest responsive and
responsible bidder on Items 2, 3, and 4 at an estimated cost of
$4,000.00. The total annual cost of $14,000.00 is available from
the FY '95-96 operating budget of the Department of General
Services and Solid Waste/Vehicle Equipment Administration
Division, Account Code No. 420901-670.
96- 86 1
CITY OF MIAMI, FLORIDA
i
INTER -OFFICE MEMORANDUM
JAN 31 19%
TO ' DATE : FILE
Judy Carter
Chief Procurement Officer
SUBJECT: Bid No. 95-96-014
Auto and Truck Glass
4 f,� FROM : REFERENCES Repair
Ron Wil isms
Assistant City Manager ENCLOSURES:
The Department of General Services and Solid Waste has verified
with the Department of Finance that funds are available to cover
the cost of the subject bid in the amount of $14,000.00, Account
Code No. 420901-670.
BUDGETARY REVIEW & APPROVED BY:
Manohar Surana
Assistant City Manager/Director
Department of Finance
96- 86 3
.CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
BID NO. 95-96-014
IMPORTANT: 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 OF
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: GJ%30 (Include cash discount for prompt payment, if any)
Additional discount of % if awarded all items.
Warranty and/or guarantee: �_►rg—jiRt- ds L)ck&-,yNjg1p A25- _ ',
Delivery: calendar days required upon receipt of Purchase Order or NoticE
of Award.
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 Pricee
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): rNAMES OF COMPANY OFFICER(S):
WL'L I AA
a) List principal business address: (street address)
�DPPOWrrt AM S 2 L'U3-Skx_6 S —1 25`74 Ic/t-o �DL 2 3671�
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 PB=UREMENT CO P .T N . .
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 of
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al:
applicable substantive and procedural provisions therein, including an am ents thereto.
Bidder: Ai-AllU.S, A,-,r &A55 Signature• --
(company name) AAee
Date: ( S Print Na
Indicate if Business is 51% Minority -owned: (Check ont-_ box only)
[ ] BLACK [ ] HISPANIC [ J FEMALE A'
AFFIRMATIVE ACTION MAN C'0'Ws4
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 t,
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi:
I for sample.
Bidder: 41dS. AZ" &0S r, Signature: C
company name) /
FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISOUA IFY THIS BID. 5
06- 86
CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
BID NO. 95-96-014
'IMPORTANT: 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.
Terms: NET 30 (Include cash discount for prompt payment, if any)
Additional discount of % if awarded all items.
Warranty and/or guarantee: L I F E 7-1 Mr-- �30 T) 0 N W L(21 E- V)6rztZ#i N Ty
Delivery: calendar days required upon receipt of Purchase Order or Notice
of Award.
(SE�--19ELow) Number of calendar days required to complete work after start.
aF.e,F=nutc_F- wiLL. bE pvzouidr-6 w1Tk1u zyhouvig 14Frrvz F,vzsT ►aoT1cr�
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(e).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICER(S):
GRf2.f-:N K. 4hG+0
-� o I� ►� F. R rLLo w---P2es, d:�: ►,7T"' -F-- C p U
boVC-LA-S PE12YLON C-F
a) List principal business address: (street address)
105 SckntAck -:PCAC1- S1 6z2 CoLU"bUS 1 011 ip y3ZZ17
b) List allother located in the State of Florida: (street address)
s"ncic- OF
(Please use the back of this page if more space is necessary)
MINORITY PROCUR_PMRNT COMPLTANG$
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder: Signature:_
(company name)
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check am box only)
BLACK ( 1 HISPANIC f 1 FEMALE
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shal be required tc
establish an Affirmative Action Policy, pursuant to Ordinanc 006 as am ded. See Appendix
I for sample.
Bidder: EP F-Et-ITE 6-L6S S Signature C� '
(company name)
w
VEHICLE AND EQUIPMENT DIVISION
TABULATION OF BIDS
BID No. 95-96-014 GLASS REPAIR
Discount off List Price:
Page 1
VENDOR Item #1
Item #2
Item #3 Item #4
Item #5
Item #6
Item #7
Item #8
Auto Glass
AutoTempered
AutoTempered AutoTempered
TruckWindshield
Truck Tempered
Truck Tempered
Truck Temper
Windshield
Door Window
Rear Window Vent Window
Vent Window
Door Window
Rear Window
Vent Window
A & A
80%
2757 SW 8 St.
Miami, Fl 33135
Charlie's
70%
7051 SW 12 St.
Miami, FL 33144
Harmon
75%
12454 NE 13 Pl.
Miami, FL 33161
Safelite
74%
16503 NW 8 Ave.
Miami, FL 33169
CTJ
1 �
00
67%
67%
67%
80%
67%
67% -
67%
60%
60%
60%
70%
60%
60%
60%
55%
60%
55%
55%
55%
60%
55%
60%
60%
60%
74%
60%
60%
60%
VEHICLE AND EQUIPMENT DIVISION
TABULATION OF BIDS
BID No. 95-96-014 GLASS REPAIR
Flat Rate, Including Labor and Soft Parts:
Page 2
VENDOR Item # 9
Item #10A
Item #IOB
Item #11
Item #12
Item #13
Item 914
Item #15
Item #1
Installation: Auto
AutoDoor
Auto Door
Auto Rear
Auto Vent
Truck
Truck
Truck Rear
Truck
Windshield
Glass -Manual
Glass -Electric
Window
Glass
Windshield
Door Glass
Rear Window
Vent
$10.0c
A & A -0-
$25.00
$25.00
$25.00
$10.00
-0-
$25.00
$25.00
2757 SW 8 St.
Miami, FL 33135
Charlie's -0- $30.00
7051 SW 12 St.
Miami, FL 33144
Harmon -0- $65.00
12454 NE 13 Pl.
Miami, Fl 33161
Safelite -0- -0-
16503 NW 8 Ave.
Miami, Fl 33169
$30.00 $30.00 $10.00 -0- $20.00 $20.00 $10.0
$65.00 $65.00 $65.00 $65.00 $65.00 $65.00 .0
-0- -0- -0- -0- -0- -0- -0-
0
Special Notes:
Page 3
VENDOR
Delivery
Warranty
Minority Status
Terms
Additional Discount
A&A
Same day on
Orders received
before noon/l day
After receipt of order
Lifetime
(NM)
Illinois
Net 30
-0-
VEHICLE AND EQUIPMENT DIVISION
TABULATION OF BIDS
BID No. 95-96-014 GLASS REPAIR
CHARLIE' S
4 hours from receipt
of order
Lifetime
(F)
Local
2% 10 Days
Net 30
10%
HARMON
One (1) day
After receipt of
order
Lifetime
(NM)
Dade
Net 30
-0-
SAFELITE
One (1) day
After receipt of
order
Lifetime
(NM)
Dade
Net 30
-0-
Item Description
VEHICLE AND EQUIPMENT DIVISION .
TABULATION OF BIDS
BID No. 95-96-014 GLASS REPAIR
Sample Extension. of Net Pricing
NAG' S NAG' S
Part No. Price
1
Cavalier 1995-96 4-door Sedan - Windshield
DWI 191
$
1,344.45
2
Dodge 1981-89 Aries K - Front Door Window
DD6260
$
300.05
3
Chevrolet 1991-96 4-door Rear Window
DB7839
$
706.05
4
Dodge 1981-89 Diplomat - Vent Window
DV6110-11
$
124.05
5
GMC 1988-96 Pickup Truck - Windshield
DW 1217
$
956.85
6
GMC 1988-96 Pickup Truck - Door Window
DD8305
$
480.55
7
GMC 1988-96 Pickup Truck - Rear Window
DB8315
$
928.80
8
GMC 1988-96 Pickup Truck - Vent Windows
DV6334-35
$
259.90
* Based on Discount, Less 10% for all items, Less 2% for prompt payment 10 days.
List prices taken from NAGS (National Auto Glass Specifications) Fall
1995 Price List.
NET PRICES
(Mfgr's List Price, Less Vendor's Discount, plus Labc .
A & A Charlie's* Harmon Safelite
w
$ 124.01
$ 257.99
$ 50.92
$ 191.37
$ 183.58
$ 331.50
$ 95.47
$ 349.55
$ 135.01
$ 312.42
$ 53.41
$ 248.78
$ 188.19
$ 391.52
$ 100.96
$ 336.11
$ 200.02
$ 347.42
$ 120.82
$ 495.58
$ 281.24
$ 482.46
$ 181.95
$ 349.55
$ 120.02
$ 282.42
$ 49.62
$ 248.78
$ 1! 2
$ 371.52
$ 103.96
AWARD OF BID
BID NO. 95-96-014
ITEM:
Auto and Truck Glass Repair
DEPARTMENT:
i
GSA/SW - Vehicle and Equipment Administration Division
TYPE OF PURCHASE:
Contract for one (1) year with the option to extend for two
I
(2) additional one (1) year periods.
REASON:
To provide glass repair services to the City's trucks and cars
j POTENTIAL BIDDERS:
Twenty-four (24)
BIDS RECEIVED:
Four (4)
FUNDING ALLOCATION:
General Services and Solid Waste, Vehicle Equipment
Administration Division, FY '95-96 Operating Budget,
Account Code 420901-670.
BID TABULATION:
See Attached
BID EVALUATION:
Bid
Invitations Bid
Mailed Responses
ALL VENDORS
24 4
MINORITY/FEMALE VENDORS
9 0
Within City limits
3 0
Registered with City
9 0
Black Vendors
3 0
Located within City limits
0 0
Registered with City
3 0
Female Vendors
2 0
Located within City limits
0 0
Registered with City
2 0
Hispanic Vendors
4 0
Located within City limits
3 0
Registered with City
4 0
NON MINORITY VENDORS
14 4
Located within City limits
i
2 1
"No Bids"
3
96- 86
13
Reasons for "No Bid" were as follows:
t . Mack Sales of South Florida - "We do not supply auto glass"
2. Maroone Dodge - "We do not offer this product"
3. Rechtien International - "We do not handle this product"
RECOMMENDATION:
IT IS RECOMMENDED THAT AWARD BE MADE TO A 8z A/U.S. AUTO GLASS
COMPANY, A NON-MINORITY/LOCAL VENDOR; AND SAFELITE GLASS CORP., A NON-
MINORITY/DADS COUNTY VENDOR; FOR A TOTAL PROPOSED AMOUNT OF
14 96- 86
BID arc• s 95-96-014
----------------- ---------- ----- -------- --
DATE AID(S) BIDS) OPENED: N NOVEMBER j,�, 1995 10:30 a.m.
� '
^1 I'll,
mID_sO1iD�or�
DIDDBR DID ADNT ODCA3RI1R13_CHRCK___
CHARLIES AUTO GLASS, INC.
------
See attached bi
-------------
A + A / U.S. AUTO GLASS
I.SAFELITE
----N—NN----N—
AUTOGLASS
HARMON GLASS
wasrsentVto P
y
curementpDeparN tment
NO BID
MACK SALES OF SOUTH FLA.
—N
MAROONE DODGE
RECHTIEN
NNE
N
"Offers from the vendors listed
other offers submitted in r0sponzol
we-
herein core the
to Ihl, sci:-- trtti
--------- --
only offers - N
n , if azjy,
---------
----- -
--------
-------=--------------
--N-Ni--
--------------
------------
-----------
---Y-
NN— -o-_
-------- -N-
------
�NNN-----
-NN_NNN---N
N� � —�� -
N•-
--N--N M-
N M �� ��---
-NONr--
Lc
received ( 2 ) envelopes oa behalf of
iessoa eceiviad bids) ..-.-
GSA/SOLID WASTE -PROCUREMENT DIVISION l % � -
(City D®partsteat)
-.- N-N----oa 1 - ? , �----------------
h
'95 13 Al 0 :3
c I
'IT Y
LEGAL ADVERTISEMENT
BID NO. 95-96-014
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 10:30 _a.m.
November 13, 1995 for the furnishing of all labor and materials required for Glass
Replacement for Autos, Light and Heavy Trucks and/or Equipment on a contract
basis for one ( 1 ) year for the Department of General Services Admistration and
Solid Waste.
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 ha 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, Spite 210, (305)
5 79-68 45.
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 accep?i .� a bid at the low bid
amount, if the original bid amount submitted by the local; vendor does not exceed
1 10 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.
cz
(3
The City Manager may reject all bids and readvertise.
:a
(Ad No. 208 7)
.ern
rl
Cesar H. Odio
City Manager
City of Miami
UAt9
REQUISITION FOR ADVERTISEMENT,
This number must
appear in the
{
advertisement.
d
INSTRUCTIONS: lease a and attach a copy of thg adygEllsnt wilh this reaulsitio.
1. Department:
2. Division:
GSA SW
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
1--2 7 '
❑ Yes :❑ No
glad s Bernwdez
6. Size of advertisement:
7. Starting date:
8. Telephone number:
10/28/95
579-6645
9. Number of times this advertisement is to be
10, Tye of advertisement:
4Published: an
Legal ❑ Classified
❑
Dis la
11. Remarks:
BID NO. 95-96--014
GLASS REPLACEMENT
1.2.
a ± yt" lt� i �< t .....:.. , h
Publication
Date(s) of
Advertisement Invoice No
Amount .
MIAMI REVIEW
�MIAMI TIMES
D1AR10 :LAS A IER:ICAS
C.
-i D
rn
�7
rn
E
}� >
O
13.
❑ Approved
❑ Disapproved
l'
Department Director/De�gnee Date
Approved for Payment
Date
j
ICIGS/PC 503 Rev. 12/89 1/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) ana retain nnK copy.
DISTRIBUTION: White - G.S.A.; Canary - Department