Loading...
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