Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-96-0828
J-96-1197 1.1/14/96 RESOLUTION N0.:7 6 � 82 8 A RESOLUTION ACCEPTING THE BID OF B.V. OIL COMPANY FOR THE PROVISION OF AUTOMOTIVE FLUIDS FOR THE FLEET SERVICE CENTER ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS FOR THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED ANNUAL COST OF $52,580.00; ALLOCATING FUNDS THEREFOR FROM THE FLEET SERVICE CENTER OPERATING BUDGET, ACCOUNT CODE NO. 421701-713; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID ACQUISITION AND THEREAFTER TO EXTEND SAID CONTRACT AT THE SAME PRICE, TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received September 9, 1996, for the furnishing of Automotive Fluids for a period of one (1) year with the option to extend for two (2) additional one (1) year periods for the Fleet Services Center of the Miami Police Department; and WHEREAS, invitations for Bid No. 95-96-141 were mailed to nineteen (19) potential bidders and two (2) bids were _received; and WHEREAS, automotive fluids and the equipment for the dispensing of the bulk fluid system, will minimize hazardous spills, save floor space and extend the life of the fleet with proper maintenance schedules and the needed fluids; and CITY COrMSSION MEETMG OF NOV 2 1 1996 Resolution No. � 9oz8 r-^ WHEREAS, the City Manager, and the Chief of Police recommend that the bid received from B.V. Oil Company be accepted as the lowest most responsible and responsive bid; and WHEREAS, funds for said service will be available from the FY 196-97 Fleet Service Center Operating Budget Account Code No. 421701-713; 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 September 9, 1996 bid of B.V. Oil Company for the provision of Automotive Fluids on a contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods, for the Department of Police Fleet Service Center, at a total proposed annual cost of $52,580.00, is hereby accepted, with funds therefor hereby allocated from the Department of Police Fleet Service Center Operating Budget Account Code No. 421701-713. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said acquisition, and thereafter to extend said contract for two (2) additional one (1) year periods, at the same price, terms and conditions, subject to the availability of funds. Section 4. . This Resolution shall become effective immediately upon its adoption. - 2 - 6 �' r PASSED AND ADOPTED this 21st day of November r 1996. CAROLLO, MAYOR ATT. T: WALTER J. CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: A QT JO , III CITY A ORry W1254/ROD:BSS:kd. 1i CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : The Honorable Mayor and Members DATE : 1%10V 12 1e019, FILE of the City Commission SUBJECT: Proposed Resolution Oae FROM: rrREFERENCES ty ENCLOSURES: Recommendation: Automotive Fluids It is respectfully recommended that the award of Bid No. 95-96-141 and a Resolution accepting said bid be granted to B.V. Oil Company, a Hispanic, Dade County vendor, located at P.O. Box 527528, Miami, FL, 33152, at a total cost of $52,580.00, be approved. Funding is to be from the Fleet Service Center Operating Budget, Index Code 421701-713. Background In order to properly facilitate the maintenance needs of the City's light and medium fleet, the Fleet Service Center requires automotive fluids and the equipment necessary for storage and dispensing of these fluids. This is a bulk fluid system which will minimize hazardous spills and will save considerable floor space unlike their current system. Without a proper maintenance schedule and the needed fluids the City risks shortening the life of its fleet. On August 20th, 1996, invitations for sealed bids were sent to prospective vendors. Bids were opened on September 9, 1996, with two (2) responsive vendors. 9 6•w ©2 8 1 CITY OF MIAMI, FLORIDA BID NO. 95-96-'141 BID SHEET (Continued) `�MPQRT1t BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID-OPENIN(;. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS TffE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: ty%Zc 3 c) (Include cash discount for prompt payment, if any) Additional discount of anya % if awarded all items. Warranty and/or guarantee i W ACt tt Pro.,`tN Delivery: 3 o calendar days required upon receipt of Purchase Order or Notice of Award. to 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 shee*(s). V11 NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): AL-c�'c�Ro, A VR+RAS ia�c.�czo i� Vt �rt��� a) List principal business address: (street address), `? q O V-Z . V-5 . S 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) tAI�Qb�iTY P�is�R#tRNT ®Ojif�y�AN� 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, i cludin any ndments thereto. Bidder: 3•y. © tu Signature: A] � l� (com an name) Date: Ck C,0 Print Name: A�.�,3 �a A• Vla�PrS Indicate if Business is 51% Minority -owned: (Check 'box only) [ ] BLACK [✓] HISPANIC [ ] FEMALE AEFTRMATIVE ACTTON PLAN If firm has an existing plan, effective date of implementation: iV� PC If firm does not have an existing plan, 'the Successful Bidder(s) shallii be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: Signature: t� ��^n+►S (company name) --------- FAILURE TO C0Me1, 3 ` . - 8 r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA-3 TO: The Honorable Mayor and Members DATE: NOV 12 1995 FILE of the City Commission SUBJECT: Proposed Resolution 0ae FROM: rr ��REFERENCES: Automotive Fluids ty ENCLOSURES: Recommendation: It is respectfully recommended that the award of Bid No. 95-96-141 and a Resolution accepting said bid be granted to B.V. Oil Company, a Hispanic, Dade County vendor, located at P.O. Box 527528, Miami, FL, 33152, at a total cost of $52,580.00, be approved. Funding is to be from the Fleet Service Center Operating Budget, Index Code 421701-713. Background In order to properly facilitate the maintenance needs of the City's light and medium fleet, the Fleet Service Center requires automotive fluids and the equipment necessary for storage and dispensing of these fluids. This is a bulk fluid system which will minimize hazardous spills and will save considerable floor space unlike their current system. Without a proper maintenance schedule and the needed fluids the City risks shortening the life of its fleet. On August 20th, 1996, invitations for sealed bids were sent to prospective vendors. Bids were opened on September 9`h, 1996, with two (2) responsive vendors. r� The Honorable Mayor and Members of the City Commission Amount of Bid: $52,580.00 Cost Estimate/Budgeted Amount: $52,580.00 Source of Funds: Fleet Service Center General Operating Budget Index Code 421701-713 Minority Representation: Hispanic Public Hearings/Notices: NIA Assessable Proiect: N/A Bid No. 95-96-141 % of Cost Estimate: 100% 96--828 CITY OF MIAMI, FLORIDA BID NO. 95-96=141 BID SHEET (Continued) ;�j�jpORTANTa BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THL ATTACKED 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: t-3"ZT 3 0 (Include cash discount for prompt payment, if any) Additional discount of if awarded all items. Warranty and/or guarantee i ty�a•.► v �,�•� R4-RS W AILS P�wst'�l Delivery: 3 o calendar days required upon receipt of Purchase Order or Notice of Award. 1© 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). 4 NAMES OF COMPANY OWNER(S): %- . V pcR.A,S. NAMES OF COMPANY OFFICER(S): I - a) List principal business address: (street address). 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) TNMT PR=M'1MRNT C HELIAN^t.fi 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, i clud1.n any ndments thereto. Bidder: 3 •�! . o %" Coi.c� pay • Signature:_\�� t 4.6 (company name) • Date: � , I C', Print Name: ALc.s Qa A•y`�+�'�-PrS Indicate if Business is 51% Minority -owned: (Check D•box only) [ ] BLACK [JJ HISPANIC [ ] FEMALE AFFIRMATIME ACTION PLA- If firm has an existing plan, effective date of implementation:_ r4 0< If firm does not have an existing plan, 'the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance10062 as amended. See Appendix I for sample. Bidder: �.V. �� Coy''` y Signature: LAM�%AIW6 (company name) FAILURE TO COMELFT . SIGN,AND -RETURN THIS FORM _MAY DISQUAL. 3 ^' 9�� 8 r BID AWARD RECOMMENDATION FORM " BID NUMBER: 95-96-141 COMMODITY/SERVICE: Automotive Fluids DEPARTMENT / DIVISION: Police Fleet Service Center TERM OF CONTRACT: One (1) year with thp.opt-ion to extend for two () arld;t; 1 one (1) year periods. NUMBER OF BIDS DISTRIBUTED: Nineteen (19) NUMBER OF BIDS RECEIVED: two (2) METHOD OF AWARD: Lowest most responsible and responsive bidder RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: B.V. Oil Company Hispanic/DadeJ��2,���0, CAD TOTAL: THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: i 1- l oL•, 6, dke. c s A cr a'oo n L Le . &S2-.l -v g'--< fk:&, ",4 s 'AN a ry of . i..i et�s�Ie- Q, �,� � SAE !d W 30 /',oiUr Mj sl0,l 4AVP �'j 3 600 No`i' 36 000 cg1lo.js %7 + a.� b;�s wprrQ� Yeca�c✓Iw�-r.-Q A�� �. !/ is s4; 1l flt, 41- .J+LIi+ >/ . re Ve S6 +f , ire, c a Ic /A4- dm�✓,� /JI✓S A►J la���T'Qj. A� 5.1CO �v AeLfLrTi�..l1►I Crd:'0^4-v_,) /L A/C? I A.J �(� ,o✓t�C [ ii✓nTt� S�. 7� C�`EI��C ACCOUNT CODE(S): I>ZI DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: f/ �/ ?/ SEE BUDGET MEMO ATTACHED Department Director/ Dipak M. Parekh Designee Deputy Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 PAGES P OCUREMENT APPROVAL: L Judy S. arter Chief Procurement Officer TITLE: VU.- 4 0 5 ri BID NUMBER: 95-96-141 COMMODITY/SERVICE: Automotive Fluids DEPARTMENT/CONTACT PERSON: Police Fleet Service Center 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 prior to forwarding [o PMD. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD, ATTN: Bid/Contract Section, at 579-6853. 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. Contact Maritza Fresno of the Bid/Contract Section at 579-6845 should you have any questions. r APPROVAL TO FORWARD TO DEPARTMENT/OFFICE : BIDRECOM.DOC 5/16/96 6 DATE: PAGE 1 OF 2 PAGES r CITY OF MIAMI AWARD RECOMMENDATION OF BID NO. 95-96-141: AUTOMOTIVE FLUIDS SUMMARY OF CONTRACTS AWARDED TO B. V. OIL COMPANY TIME PERIOD NUMBER OF BIDS TOTAL DOLLAR AMOUNT From 9/1/90 to present None Mrobinlworftumcomdoc �J CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy S. Carter DATE: OCT C 1 996 FILE : LEG 7-2 Chief Procurement Officer SUBJECT: Automotive Fluids FROM: �On H. WarshaW REFERENCES: Chief of Police ENCLOSURES: This department has verified that funds are available with the Department of Finance to purchase automotive fluids and equipment, at a total cost of $52,580.00. Funding is to be from the Fleet Service Center General Operating Budget, Index Code 421701-713. BUDGETARY REVIEW & APPROVED BY: Dipak M. Pare Deputy Director Department of Finance ADDITIONAL APPROVALS (IF REQUIRED) 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.) 9 6,— ®2 8 I rwrw VENDORS: i ITEM DESCRiP 0 1 SAE 5W30 Motor Oil 2 SAE 1 OW30 Motor Oil 3 Dexron III A.T.F. (Automatic Transmission Fluid) TOTAL (ITEMS 1-3) 4 Furnishing, installation & Maintenance (for the first year of the contract) of the following equipment: a) 500 gallon Motor Oil double wall for 10W30 motor oil b) 250 gallon Motor Oil double wall tank for 5W30 motor oil c) 250 gallon Automatic Transmission Fluid double wail tank d) 500 gal. Waste Oil double wall tank e) Graco 5:1 pumps f) Graco Pump Set-up Kits g) Graco 350 Motor Oil and j Automatic Transmission Fluid I Reels 50 feet h) Graco Meter Motor Oil Control Handles I) Graco Meter Automatic Trans. Fluid Control Handles 4 )) Pressol Oil Drains i j TOTAL (ITEM 4) 5 Relocation and Alignment of Automotive Lifts 6 Installation of piping to transmit oil from bulk storage to the lifts TOTAL (ITEMS 5-6) i GRAND TOTALS OTEMS 1-6) OPTIONAL ITEM: 7 Maintenance of equipment (item 4) for second & third year contract ext. Prepared by Maritza Fresno, 09/13/96 BID NO. 95-96-141: AUTOMOTIVE FLUIDS TABULATION OF BIDS <B.V. OIL COMPANY % FLAMINGO OIL COMPANY b PO BOX 627628 f., 206 NE 179 STREET 'MIAMI, FL. 33152 11%§ MIAMI, FL. 33162 HISPANICfDADE g NON-MINORITY/DARE •s UNIT EST. EXTENDED �� UNIT EST. EXTENDED s PRICE O'Y. PRICE PRICE QTY. PRICE # $ 2.48 gal 600 $ 1,488.00 $ 3.88 gal 600 $ 2,328.00 s $ '2.39 gal 3600 $ 8,604.00�%// $ 3.66 gal 3600 01 $ 13,176.00 } $ 2.54 gal 700 $ 1,778.00 $ 3.50 gal 700 $ 2,450.00 E $ 17,954.00 $ 1,900.00 ea 1 $ 1,900.00 ; $ 2,247.00 ea 1 $ 2,247.00 $ 1,200.00 ea 1 $ 1,200.00 $ 1,185,00 ea 1 $ 1,185.00 $ 1,200.00 ea 1 $ 1,200.00 $ 1,185.00 ea 1 $ 1,185.00 $ 1,900.00 ea 2 $ 3,800.00 $ 2,247.00 ea 2 $ 4,494,00 $ 650.00 ea 3 $ 1,950.00 } $ 697.50 ea 3 $ 2,092.50 $ 16.50 ea 3 $ 49.50 $ 101.00 ea 3 $ 303.00 s f $ 500.00 ea 18 $ 9,000.00 $ 549.05 ea 18 $ 9,682.90 $ 275.00 ea 12 $ yJ 3,300.00 � $ 299.41 ea 12 $ 3,592.92 a f $ 275.00 ea 6 $ 1,650.00 $ 299.41 ea 6 $ 1,796.46 f $ 340.00 ea 6 $ 2,040.00 j $ 395.00 ea 6 $ 2,370.00 ...::.....,. . .. €'':>< '•?{s>&<ff$ fib $ 29 148.78 i yiJ $ 260.00 ea 12 $ 3,120.00 $ 550.00 ea 12 $ 6,600.00 $ 7,500.00 ea 1 $ 7,500.00 $ 5,200.00 ea 1 $ 5,200.00 11,800.00 /f �y 68,902.78 600 yr 750 yr Approval: D pa ment Dir for/Designee 11 Page 1 of 1 9 6° - 8 2 Q I,e AUTOMOTIVE FLUIDS DI �� __M rwP wPwAPPbPCMYPw�_ b N�_NrlPb_bbPPbbMPrP�wPbPbPbP4wP ybbNwwPbbb—�.wPiPbbb�p BID •0.2 95-96-141 ems--_b PPb+�PwY�ss_rawMbrbo--MiPPw b�ww Pws�wssPw��P ZATZ !ID !) ®lZfQZD i SE P T E� 1 E R 9_-1996 w.wP 11 0— a.m. _.,ww�.P---�www_...._., ti Lung is NQ..� _9401111_I CH—SCIR FLAMINGO OIL COMPANY We received 0 which was sen o o Procurement Departmen B.V. OIL COMPANY See attached id. NO BID SALA INDUSTRIAL SALES CORP. LUBRICATION ENGINEERS, INC. ' Gti),i': C`.��,._., ;;:.....::�'ei:•`:��;+?:•': S""' ._.,. ,.. tJ 'i}'::G' �^: 'rr�,ni is C1I1V, ..�...�... �/1�. •-.r....--mow.. ..._ _._�_�.__�_��, —bN—P—_ ONPOOOYi_S•MOIwOw rv_NN _swMrww—�rebr NNN{ywwwwrPN.PP I Nebbw.._P • • , OOOOw•P__OMM•M�r �l M10Mw w�O�w.iPws_wNN® bNOflb0�0 wNww_rNPP rww•� Nw—MwP.MiiP000w PwM_P—�brrllsNsw OI iOANiOSOOi�w lY PbN NPrP NMMO.�oNwbwA.—MP wPON�PlP wMbNNM w`wi�P pNNi wr'r.00w M�N—N — NP _ems—wwws_r.w.r w�_rP MYbNM N_.ww a.u—�� c�%roeoi�s4 ( ) eovelo8or on behalf of ( arson CSA% SOLID WASTE -PROCUREMENT DIVISION 4 �w+w.�w•.�----w—'�r�►—�._+,w+wr w.l�w NwOZ (Cirtaeat) lY6NZDs .,��_ rrOrr_P_Pw� D putt Cit lock) w rtu� LEGAL ADVERTISEMENT BID NO. 95-96-141 Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan j American Drive, Miami, Florida 33133 not later than September 9, 1996 at 11:00 a.m. for the furnishing of Automotive Fluids on a contract basis for one (1) year for the Fleet Services Center of the Miami Police Department. 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. i 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. 04175) 2 � 7- CV�nr, a .. 1 :�rQ _.... v r City of Miami ' This number must ei REQUISITION FOR ADVEFItISEMENT` appear in the advertisement. INSTRUCTIONS: Please type and attach- a ropVf the t n 1. Department: r2. Division: Police 3. Account Code number: 4. Is this a confirmation: ' ' 5. Prepared by: Mari tza Fresno 290201--287 ElYes IN No 6. Size of advertisement: 7. Starting date: 8/20/96 8. Telephone number: 579-6845 legal 9. Number of times this advertisement is to be 10. Ty a of advertisemen, ❑ published: (1) one f Legal..._. ❑ Classified Display 11. Remarks: Bid NU.i 95--96-141 Automotive Fluids 12. • i Publication Date(s) .of Advertisement Invoice No. Amount MIAMI TIMES t MIAMI REVIEW z DIARIO LAS EkMERI)C;AS i 1 i i i i t 13. ❑ Approved ❑ Disapproved Department Director/Desidn@e Date Approved for Payment Date LC LGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain PmK copy. DISTRIBUTION: White - G.S.A.; Canary - Department