Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-91-0803
J-91-883 11/4/91 d� , RESOLUTION NO. A RESOLUTION ACCEPTING THE BIDS OF B.V. OIL COMPANY IN THE AMOUNT OF $1094.60, CONSOLIDATED OIL COMPANY IN THE AMOUNT OF $1278.00, FLAMINGO OIL COMPANY IN THE AMOUNT OF $39,070.10, FLOVAL OIL CORPORATION IN THE AMOUNT OF $1,296.35, METAL LUBRICANTS IN THE AMOUNT OF $317.90 AND RANCO OIL COMPANY IN THE AMOUNT OF $13,188.85 FOR A TOTAL AMOUNT OF $56,145.80 FOR THE FURNISHING OF OILS AND LUBRICANTS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR ONE (1) ADDITIONAL YEAR UPON THE SAME PRICE, TERMS AND CONDITIONS FOR THE DEPARTMENTS OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE AND FIRE, RESCUE AND INSPECTION SERVICES; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE 1991-92 OPERATING BUDGET, ACCOUNT CODE NO. 420901-713 ($49,387.80) AND FIRE, RESCUE AND INSPECTION SERVICES DEPARTMENT OPERATING BUDGET, ACCOUNT CODE NOS. 280502-713 ($100.00) AND 280701-713 ($6,758.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE SUPPLIES AND THEREAFTER TO EXTEND THIS CONTRACT FOR AN ADDITIONAL ONE YEAR PERIOD, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received July 31, 1991 for the furnishing of motor oils and lubricants to be used for the upkeep of City vehicles for the Departments of General Services Administration and Solid Waste and Fire, Rescue and Inspection Services; and WHEREAS, invitations were mailed to twenty-two (22) potential suppliers and eight (8) bids were received; and CITY CCI:aiT_s31 1991 N OF NOVA 1991 1 SO3 ke,n�_UT�OM N0. WHEREAS, funds for this service are available from the Department of General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-713 ($49,387.80) and Fire, Rescue and Inspection Services Department Operating Budget, Account Code Nos. 280502-713 ($100.00) and 280701-713 ($6,758.00), subject to the availability of funds; and WHEREAS, these motor oils and lubricants are used by the General Services Administration and Solid Waste and Fire, Rescue and Inspection Services Departments for the maintenance of all City of Miami vehicles; and WHEREAS, the City Manager and the Administrator of the General Services Administration and Solid Waste Department recommend that the bids received from B.V. Oil Company, Consolidated Oil Company, Floval Oil Corporation, Flamingo Oil Company, Metal Lubricants and Ranco Oil Company be accepted as the lowest responsible and responsive bids; 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 July 31, 1991 bids of B.V. Oil Company in the amount of $1094.60, Consolidated Oil Company in the amount of $1278.00, Flamingo Oil Company in the amount of $39,070.10, Floval Oil Corporation in the amount of $1,296.35, Metal Lubricants in the amount of $317.90 and Ranco Oil Company in the - 2 amount of $13,188.85, for furnishing oils and lubricants for the maintenance of City vehicles for the Departments of General Services Administration and Solid Waste/Fleet Management Division and Fire, Rescue and Inspection Services on a contract basis for one (1) year with the option to renew for an additional one (1) year period upon .ae same price, terms and conditions at a total first year cost of $56,245.80 is hereby accepted, with funds therefor hereby allocated from the Department of General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-713 ($49,387.80) and Fire, Rescue and Inspection Services Department Operating Budget, Account Code Nos. 280502- 713 ($100.00) and 280701-713 ($6,758.00), subject to the availability of funds. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement officer to issue Purchase Orders for these supplies and thereafter to extend this contract'/ for an additional one year period at the same price, terms and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. 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. • 11 PASSED AND ADOPTED this 14th day of N AT TE4 L*t��- - MATTY HIRAI City Clerk PREPARED AND APPROVED BY: RAFAEL DIA Deputy City Attorney APPROVED AS TO FORM AND CORRECTNESS: ROD/pb/gmb/M2588 VIER L. S Z, 1991. BID ITEM: OIL AND 'LUBRICANTS ------------------------------------------------------ SID NO.: 90-91-129 DATE BIDS) OPENED:—JULY_31,-1991_____________________________________ TOTAL DID_SOND_.(gE BIDDER BID AMOUNT CASHIER'S CHECK FLAMINGO OIL COMPANY —__-- METAL LUBRICANTS--------------- See attached $�----------- --+'-----.u----- -----_—__—_—-----_—"-- ---------------------�---- 'CONSOLIDATED OIL CO. TERRELL OIL CO. INC. " FLOVAL OIL CORPORATION ------------------------------------------------------ ifit SALA INDUSTRIAL SALES CORP. " B.V. OIL CO. " RANCO OIL CO. " It --------------- NO BID: ---------------- L--------------------- ------------------- AIM INC. COASTEL UNILUBE—INC------------- -------------- ---------------------- ----------------- --------------------------------------------------------- ------------- — — -- --� --- ------------ -------------- ------------------------- --------------- t -------------- ----------------------- �l�„� �_____ _received (1�I) envelopes on behalf of arson zecei iir ng ids) GSA/Solid Waste -Procurement Division - / - j (City Department)- -- ----------°a ------L----�/--------.� SIGNED: /.fit:--r�� ( eputy cityor- --- DID _SECURITY _LIST CHILD DAY CARE FOOD PROGRAM BIDITEM.---------------------------------- ------------------------------------------------------- 90-91-148 BI D NO . z _.--- —------------------- ---------------------------- QVPM MV1rP 1q. 19gl 2;30 p.m. LEGAL ADVERTISEMENT Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than 3:00p.m. Zull 3 , 1991 for the furnishing of motor oils and lubricants on a contract basis for a period of one (1) year for the Department of General Services Administration and Solid Waste/Fleet Management Division. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not 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 Goods 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, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 6827) i Cesar H. Odio City Manager t ._ LEGAL ADVERTISEMENT BID NO. 90-91-12� Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than _ 3:00p.m• _july_�1 1991 for the furnishing of motor oils and lubricants on a contract basis for a period of one (1) year for the Department of General Services Administration and Solid Waste/Fleet Management Division. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not 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 Goods 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, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 27) Cesar H. Odio City Manager aw COR FRrvam } REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. bEPT/DIV. L��'c>:`.111� �w�:�-ir; (,ic:�a: :�,�iii�`,`,� i�''+�_ ;: .,��; .. j ACCOUNT CODE 4 0 9 O 1-" c DATE i'J 9 — PHONE :`— `• •i � tt APPROVED BY: , PREPARED BY i i t ,•, < t r.i DIRECTOh OF Publish the attached advertisement "}" I•') times. (number of times) i Type of advertisement: legal Aclassified display (Check One) Size: _ L,e.ga 1. Starting date First four words of advertisement: _ ' ` q ~ J "-( � ,fir �- i -L I ijC2 . Remarks: DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 125.34 39,42 45 50 51 56 57 62 63 65 66 71 0 1 2 411 V P 1 112101212 g 7 1 2 3 4 7 8 V P 1213 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White — Purchasing Yellow - Finance Pink — Department k''-I11: �:'<�i'.� - :.•1<1 :I. �:.... j ]_ � _:C1 � ..,_.i'i. .. .. �... _.. is C11" OF MIAMI FLORIDA CA=3 INTER -OFFICE MEMORANDUM TO Honorable Mayor and Members of the City Commission Cesar H. Odio City Manager RECOMMENDATION O A'r r. ►19y`� SUP,JEC; Resolution Authorizing Award of Bid No. 90-91-129 REFERENCES Motor Oils and Lubricants ENCLOSURES It is respectfully recommended that the City Commission adopt the attached resolution for the acquisition of motor oils and lubricants needed for the maintenance of all City vehicles; to be awarded to B.V. Oil Company, a Hispanic/Dade County vendor, located at 7950 NW 58 Street, Miami, Florida 33152, Consolidated Oil Company, a non-minority/Dade County vendor, located at 11550 NW 36 Avenue, Miami, Florida 33167, Floval Oil Corporation, a Hispanic/Dade County vendor, located at 2990 NW 24 Street, Miami, Florida 33142, Flamingo Oil Company, a non-minority/Dade County vendor, located at 205 NE 179 Street, Miami, Florida 33162, Metal Lubricants, a non-minority/non-local vendor, located at 250 SW 14 Avenue, Pompano Beach, Florida 33069, and Ranco Oil Company, a female/Dade County vendor, located at 1000 NW 73 Street, Miami, Florida 33150, the lowest responsible and responsive bidders in accordance with Bid No. 90-91-129. The total first year cost for this contract is estimated to be $56,245.80 in which funds are available from the City of Miami, Department of General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-713 ($49,387.80) and Fire, Rescue and Inspection Services Department Operating Budget, Account Code Nos. 280502- 713 ($100.00) and 280701-713 ($6,758.00). BACKGROUND The Department of General Services Administration and Solid Waste has analyzed the bids received pursuant to Bid No. 90-91-129 for the purchase of motor oils and lubricants to be used for the upkeep of the City vehicle fleet. The lowest responsible and responsive vendors at an estimated first year total cost are as follows: B.V. Oil Company $1,094.60, Consolidated Oil Company $1,278.00, Floval Oil Corporation $1,296.35, Flamingo Oil Company $39,070.10, Metal Lubricants $317.90 and Ranco Oil Company $13,188.85 and thus recommended for award. i 1 ` 0 '-'3 OA3 -1 5 \1 Fil" FRC'C:LRE�St\�l bS.�\:1GF1'� °'l0 7•-M 1'-11(J{'M ; CITY 11ANI- CITY or MIAMI, FtOH1I-)A _ S INT'C+R-c7FFICE MEMORANDUM rn F JL10y S. a1:Lt-IIiC' Chief Pr curement OffiQer Ron E. W#lliame, AdmLnistrator Dopartme t of General Services VATS - 111 October 7, 1991 suUX0 Bid No. 90-91-129 Motor Oita and bubricnnts n�rla�NCEs bNCIQf�URCG ' This dbtartment has verified available funding with the Department of Management. & Budget that funcls are available to cover th cost of the subject bid In the amount of $49,307.80, 1991-92 erating Budget, Account Code No. 420901-713. UODGETARYj Manohar Departme and Budcj REVIEW & APPROVED BY: t1A r Di.rector�.__ o f Management CITV OF MIAPJ1i. FLORIDA CA e 3 -o RUI.c INTER -OFFICE MEMORANDUM Honorable Mayor and Members ` of the cityCommission +i--; . j 1991 suR.�Eci �y �► P Cesar H . Odio : �! City Manager RECOMMENDATION Resolution Authorizing Award of Bid No. 90-91-129 REFERENCES Motor Oils and Lubricants ENCLOSURES It is respectfully recommended that the City Commission adopt the attached resolution for the acquisition of motor oils and lubricants needed for the maintenance of all City vehicles; to be awarded to B.V. Oil Company, a Hispanic/Dade County vendor, located at 7950 NW 58 Street, Miami, Florida 33152, Consolidated Oil Company, a non-minority/Dade County vendor, located at 11550 NW 36 Avenue, Miami, Florida 33167, Floval Oil Corporation, a Hispanic/Dade County vendor, located at 2990 NW 24 Street, Miami, Florida 33142, Flamingo Oil Company, a non-minority/Dade County vendor, located at 205 NE 179 Street, Miami, Florida 33162, Metal Lubricants, a non-minority/non-local vendor, located at 250 SW 14 Avenue, Pompano Beach, Florida 33069, and Ranco Oil Company, a female/Dade County vendor, located at 1000 NW 73 Street, Miami, Florida 33150, the lowest responsible and responsive bidders in accordance with Bid No. 90-91-129. The total first year cost for this contract is estimated to be $56,245.80 in which funds are available from the City of Miami, Department of General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-713 ($49,387.80) and Fire, Rescue and Inspection Services Department Operating Budget, Account Code Nos. 280502- 713 ($100.00) and 280701-713 ($6,758.00). BACKGROUND The Department of General Services Administration and Solid Waste has analyzed the bids received pursuant to Bid No. 90-91-129 for the purchase of motor oils and lubricants to be used for the upkeep of the City vehicle fleet. The lowest responsible and responsive vendors at an estimated first year total cost are as follows: B.V. Oil Company $1,094.60, Consolidated Oil Company $1,278.00, Floval Oil Corporation $1,296.35, Flamingo Oil Company $39,070.10, Metal Lubricants $317.90 and Ranco Oil Company $13,188.85 and thus recommended for award. ;;1 ` `S02 0 A3 -1 Honorable Mayor and Members of the City Commission Amount of Bid: $56,245.80 - 2 - Source of Funds: General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-713 ($49,387.80) and Fire, Rescue and Inspection Services Department Operating Budget, Account Code Nos. 280502-713 ($100.00) and 280701-713 ($6,758.00) Minority Participation: Award is to two Hispanic vendors and one female vendor. Attachments ,lit - S a 3 2 WIN 5 \1 f�l' t'Rt?C:LRf1tE_\ NIANAUY —1U- 7-01 CITY 101- CITY OF MIAMI, Ftt H1I)A s Wcn-ornu Mr-M0"ANDUM rn FRIO ,7udy S. arLer Chief Pr curement Officer I Ron E.'W 111am8, Administrator Dopartme t of General Services 381tiIT-)1:# '1/ 2 dATi t?� �I E ctober 7, 1991 suv.)tOBid No. 90--91--129 motor oils aild tubrionnts Re r � ftrrlC.E bNCLOWREG : This defArtment- has verified available funding with the Depnrtme t of Management & Budget that: funds are available to cover th cost of the subject bid in the amount of $49,307.80, 1991-92 erating Budget, Account Code No. 420901-713. DUDGETARY;REVIEW & APPROVED BY3 Manohar Itonat Director Departme of Management and Budg INTER -OFFICE MEMORANDUM Judy S. Carter Chief Procurement Officer Procurement Management rl C. Gim ez, Chief Dire •tor. of Fire, Rescue and Inspection Services t,nTt October 24, 1991 S'JRJECT Bid No. 90-91-129 Motor Oil and Lubricants gPFPREtJCEF- E14CLOSURES This department has verified available funding with the Department of Budget that funds are available to cover the cost of the subject bid in the amount of: $ 6,758.00 GF $ 100.00 TFF FINANCE REVIEW & APPROVED BY: N/A Carlos Garcia, Director Department of Finance Account Code Number 280701-713. Account Code Number 280502-713. BUDGETARY REVIEW & APPROVED BY: Manohar S. Surana, Director Budget Department ADDITIONAL APPROVALS N/A Eduardo Rodriguez CIP Manager N/A Frank Castaneda, Director Community Development AI, FLORIDA "o^ . Box 330708 ANT MANAGFMF.NT ami, FL 33233-0708 �— ON TELEPHONE NO. 575-5174 — Z.p-&13. ( cont' d . ) BID NO. 90-91-129 IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT 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: (Include cash discount for prompt payment, if any) Additional discount of Warranty and/or guarantee: A. - % if awarded all items. Delivery: calendar days required upon receipt of Purchase Order. Delivery Point(s): As indicated in the Special Conditions In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Dale U. Moseley Dale ll_ Moseley F. W. Moseley F_W_ Mnse1F a) List principal business address: (street address) 205 N.E. 179th Street Miami, F1 33162 b) List all other offices located in the State of Florida: (street address) 9 W. Amale Road Ft_ Pierre, F1 14947 (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT O PL•T NCE 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, it luding any amendments thereto. Bidder: Flamingo Oil Company Signature: (company name) Date: July 30, 1.991 Print Name: nnio ii Mr%cnla„ Indicate if Business is 51% Minority -owned: (Check ,one box only) ] BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN f firm has an existing plan, effective date of implementation: f firm does not have an existing plan, the Successful Bidder(B) shall be required to stablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix for sample. \ o odder: F1 Signature: aminnn �,a g (company name t FAILURE TO COMPLETE, SIGN. AAND--RE1URX_14i1L__E0RM MAY DISGUAl IFY THIS BID. 1, FLORIDA Box 330708 .NT MANAGEMENT mi, FL 33233-0708 , TELEPHONE NO. 575-5174 ION ��QjiS'_ (cone' c1. 1 BID NO. 90-91-129 1 MRTART: BID SHEET AND BID ACKNOWLEDGEMENT 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: 30 Gyhi1>(Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. warranty and/or guarantee: AW Delivery: v calendar days required upon receipt of Purchase Order. Delivery Point(s): As indicated in the Special Conditions In accordance with the Invitation to Bid, the Specifications, General conditions, special conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): L �u A . V P,2AS Ptz�s� a) List principal business address: (street address) "1`15o N.W. S% ; 0) 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 PROCUREMENT CO PLIANCE he undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as .mended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all .pplicable substantive and procedural provisions therein, in luding a y amendments thereto. Bidder: ct,\\_ CA • Signature: com any name) )ate: "1���R\ Print Name: A 4x Pr . AP_AS ndicate if Businesd is 51% Minority -owned: (Check one box only) BLACK HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN f firm has an existing plan, effective date of implementation: f firm does not have an existing plan, the Successful Bidder(s) shall be required to stablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix for sample. idder : • 0 kCD Signature :_VA\\E ) S 0 3 (company name) FAILURE TO COMPLETE, SIGN. AIL —RETURN HIS FORM MAY DISQUALIFY THIS BID. .� a a uw.+un ram_ Y tiOx J�V l Vt7 -,,rtEMENT MANAGEMENT �F ni, FL 33233-0708 DIVISION EPHONE NO. 575-5174 BID SHEET (cont'd.) BID NO. 90--91--129 IXFQRTANT: BID SHEET AND BID ACKNOWLEDGEMENT 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: ���/0 Fo %i (Include cash discount for prompt payment, if any) ff- Additional discount of % if awarded all items. Warranty and/or guarantee: y- Delivery:_calendar days required upon receipt of Purchase Order. Delivery Point(s): As indicated in the Special Conditions In accordance with the Invitation to Bid, the specifications, General Conditions, special conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): T74r`yP� gcOdSdA'ry e-z 040 n� Aid O/1 fry 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) MINORITY PROCUREMENT_ CAME •IANCH 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 an4 agrees to comply with all applicablesubstantiveand procedural provisions therein, incl i amen ments thereto. Bidder: conSOU1 4 ®r'/ Cd . Signature: (c mpany name) Date: �/.2 97YV Print Name: Indicate if Business is 51% Minority -owned: (Check ma'box only) j ] BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN if firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(G) shall be required to establish an Affirmative Action Policy, pursuant to ordinance #10062 as amended. See Appendix I for sample. Bidder: C0,01Se//dtitJ©aj Co. Signature: (company name) 1 0 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 0so 1'1 d, FLOP IDA ,4T MANAGEMENT r0 F Box 330708 Miami, FL 33233-0708 TELEPHONE NO. 575-5174 (cont'd. ) BID NO. 90--91-129__ IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT 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: (include cash discount for prompt payment, if any) Additional discount of % if awarded all items. Warranty and/or guarantee: Delivery: G-- calendar days required upon receipt of Purchase Order. Delivery Point(s): As indicated in the Special Conditions 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). AME COMPANY OWNER( a) List principal business ddress• street add ess) " 420 / ,17 Ann b) List all other offices located in the State of Florida: (street address) 1&2&� (Please use the back of this page if more space is necessary) MINORITY PROCCIREMENT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a! amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al applicable s stantive and proce ural provisions therein, iqE me dments thereto. Bidder: /� / Signature:�/ Date: � ) Print Name : Indicateif Business is 51% M' ority-owned: (Check � box only) [ ] BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATTVR ACTION PLAN � 2 -- / If firm has an existing plan, effective date of implementation..� - �i ``���� o If firm does not have an existing plan, t establish an Affirmative Action Policy, pursu I for sample. Bidder: i�6)lz- (company name) an •-. •� ���r Tr+ nnun� rTr rTh►1 A►ITS nr he Successful Bidder(s) shall be required t t to Ordinance #10062 as amended. See Append' �L�[iari . _.. Signature: �j( 13 T"nil Tlllr rnnm MAY nlll fn11A1 ICY TNIC A11 Box 330708 r(OGUREMENT MANAGEMENT ami, FL 33233-0708 DIVISION LEPHONE NO. 575-5174 p1p SIiF, (cont'd. ) BID NO. 90-�91-129 fj'OaTAW: BID SHEET AND BID 'ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A AID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT O� BOND IS SUBMITTED IN THIS ENVELOPE. Terms: Q30 /i'`j: • ( Include cash discount for prompt payment, if any) Additional disc unt of / C)A, ?, % if awarded all items. Warranty and/or guarantee: ✓'• �'t'� ����/�f� Delivery: ��/��Lr calendar days required upon receipt of rchase Order. Delivery Point(s): As indicated in the Special Conditions 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). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): 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) MINORITY PROCUREMENT COMPLIANCE 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, incl g any a endments thereto. Bidder: Signature: //-- !LI Signature: (company- name_) Date: `/���,_—/ �� Print Name: �rus �� Indicate if Business is 51% Minority -owned: (Check one box only) [ ) BLACK HISPANIC [ ] FEMALE PO AFFIRMATIVE ACTION PLAN if firm has an existing plan, effective date of implementation: :f firm does not have an existing plan, the Successful Bidder(s) shall be :stablish an Affirmative Action Policy, pursuant to Ordinance #100 as amended. t for sample. 3idder: �--' ��' Signature: (company name) / required to See Appendix 0 11-5 THIS RID. P 8ex 330708 0 1., FL 33233-0709 apRoNs mo. 575-5174 (c o n t ' d BID NO. � 9 fl - tM„ AQR_TAI1Te BID SHEET AND 131D ACrNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATIJ OF AID OPENING. IF' SSCURITY I5 REQUIRED, A BTD WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BONDIS SUBMITTED IN THIS ENVELOPE. Terms: 3- 0 5 k-(Include cash discount for prompt payment, if any) Additional discount of /V 0 " C % if awarded all. items. Warranty and/or guarantee: va ✓��✓' Delivory:—alcdlendar days required upon roceipt of Purchase Order, Delivery Point(s): As indicated in the-Sp`ecial Cond tions In accordance with the Invitation to 111d, the 6peoifications, General Conditions, SpllCial conditions, and General Information to Hiddern, we agree to furnish the Itsm(s) at Prices indicated on the attached bid sheet(a). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICF14S)_ p oorArivi) a) List principal bueinese address: (street address) ,=I 5 0 S Lo / Lz 'tit A V • el"2 0 ,Re s4 Gk-, FL 3304.g �— b) List all other offices located in the State of Floridan (street address) (p ease use the back 61 this page if more space is necessary) MTUQRT= PROMIBRMENT M14P -rAANM The undersigned bidder acknowledges that (s)he has received a copy of Ordinance 110062 a+ amended, the Minority Procurement Ordinance of the City of Mums and Agree• to comply with all applicable substantive and procedural provisions therein,'i udinq any amen nts whereto. Bidder: �l 7'i�G Lyr6r,,aeoTs_ Signature:✓ (company name ) ���' I � Date: Print Namo: Q<c oc indicate if Business is 51% Minority -owned: (Check 2ng box only) . [ ) BLACK [ ] HISPANIC [ j FEMALE ARJ1'1RUT6 If firM has an existing plan, effective date jVX ACT.InH ELAN of implementationt_•A16-r /G4r:t C� it (Lem does not have an axieting Dlan, the SUgggef!u1 eiddor(1)) shall be caquired t establish an Affirmative Action Policy, pursuant to ordinance #1 2 as amended. fee Appondi i for sample. Didder: 14&T,4 L L v byi c t+ &) `s Signature: (company name) 12 EATLORE TO CUPLETE, SIGN, AND t R T URN ? 1SS FORM MAYAW �L FY THIS BIII , -I T- 1 7-9 1 THU 1 6 : 1 8 705 78 1 5 ::C19 P . 0 2' AWARD. of BIQ Bid No.-9-0-9 J.Q.J. 2I ITEM: Motor Oils and Lubricants DEPART14ENT: General Services Administration and Solid Waste/Fleet Management Division and Fire, Rescue and Inspection Services/Fire Garage TYPE OF PURCHASE: Contract for one (1) year with the option to extend for an additional one (1) year period. REAS.Q.1V: To supply the needs of motor oils and lubricants citywide. POTENTIAL BIDDERS: 22 BIDS RECEIVED: 8 TABULATION: Attached FUND: Department of General Services Administration and Solid Waste 1991-92 Operating Budget, Account Code No. 420901-713 ($49,387.80) and Fire, Rescue and Inspection Services Department Operating Budget, Account Code Nos. 280502-713 ($100.00) and 280701-713 ($6,758.00). _ BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 22 8 MINORITY/FEMALE (M/F) VENDORS.......... 14 5 Within City limits .................. 1 0 Registered with City ................ 14 5 Black (B) Vendors ...................... 6 1 Located within City limits.......... 0 0 Registered with City ................ 6 1 Female (F) Vendors ..................... 2 1 Located within City limits.......... 0 0 Registered with City ................ 2 1 Hispanic (H) Vendors ................... 6 3 Located within City limits.......... 1 0 Registered with City ................ 6 3 NON MINORITY (NM) VENDORS .............. 8 3 Located within City limits.......... 1 0 „No Bids.. .............................. - 2 Reasons for "No Bid" were as follows: 1. AIM, Inc. - "No bid/no source". 2. Coastal Unilube, Inc. - "No bid". RECOMMENDATION: IT IS RECOMMENDED THAT AWARDS BE MADE TO B.V. OIL COMPANY IN THE AMOUNT OF $1094.60, CONSOLIDATED OIL COMPANY IN THE AMOUNT OF $1278.00, FLAMINGO OIL COMPANY IN THE AMOUNT OF $39,070.10, FLOVAL OIL CORPORATION IN THE AMOUNT OF $1,296.35, METAL LUBRICANTS IN THE AMOUNT OF $317.90 AND RANCO OIL COMPANY IN THE AMOUNT OF $13,188.85 FOR A TOTAL AMOUNT OF $56,245.80. C e Pro rem t Offi O lb Da e DEPARIi01T OF GENERAL SERVICE.; ADMINISTRATION XM SOLID NWSTE FLEETP MANAGEMENT DIVISION TABULATION OF BIDS, AUGUST 2, 1991 BID 91-129 MOTOR OILS AND LUBRICANTS Vendor Item #1 Item #2 ITEM #3 ITEM # 5A 1TE21 #5B Hydraulic Oil AW68 Automatic Trans. Automatic Trans. Engine Oil/SAE 30HD Eng. Oil/SAE 30HD Delivered in Bulk Fluid Fluid Delivered in bulk 55 gal. drum Delivered in bulk 55 Gal. drum B.V. Oil Co. H $2.32 gal. $2.78 gal. $3.22 gal. $2.70 gal. $3.06 gal. 7950 N.W. 58 Street Xcel AW 68 Xcel Dexron/Merc. Xcel Dexron/Merc. Xcel Polyguard 300 Xcel Polyguard Miami, FL. 33152 200 gal. min. 200 gal. min. $16 drum dep. 200 gal. min. 300 $16 drum dep. Consolidated 1.98 gal. 2.98 gal. $3.56 gal. $2.55 gal. $3.19 gal. Oil Co.(NM) Chevron AW hyd. 68 Chevron ATF Dex II Chevron ATE Dex II Chevron RPM HD Chevron ir-M HD 11550 N.W. 36 Ave. 200 gal. min. 200 gal. min. $20 drum dep. 200 gal. min. $20 drum dep Miami, FL 33167 Flamingo Oil Co. NM _:: $2.88 gal. $3.19 gal.-13 205 N.E. 179th St. Flamingo AW hyd. Flamingo Dexron-Merc. Flamingo Dexron/ Flamingo Turbo Lube Flamingo Turbo Miami, FL 33162 200 gal. min. 150 gal. min,. Merc. 150 gal. min. Lube Floval oil Corp. H $2.79 gal 2.89 g 3.19 $2.79 gal. $2.99 gal. 2990 N.W. 24 St. Fina Unocal 76 Fina Unocal 76 Fina Unocal 76 Fina Unocal 76 Fina Unocal 76 Miami, FL 33142 1,000 gal. min. 1,000 gal. min. $15 drum dep. 1,000 gal min. $15.00 drum dep. Metal Lubricants(M) 130 Bid $2.99 gal. $3.23 gal. $2.83 gal. $2.99 gal. 250 S.W. 14th Ave. Havoiine ATF Dexron Havoline ATF Ursa Super Plus 30 Urse Super Pompano Beach, FL 500 gal. min. Dexron 500 gal. min. Plus 30 33069 Raneo Oil Co. F 1000 N.W. 73rd St. 1. ga Mobil AW 68 _yg M66ii �fio'bi.rkdtip. ATF $2.64 gal. Mobil Delvac 1230 $3.10 g Mobil Delvac Miami, FL 33150 200 gal. min. Multipurpose ATF $20 Drum dep. 200 gal. Min. 1230 200 gal. min. $20 drum dep. Sala Industrial Sales $2.65 gal. $2.83 gal. $3.53 gal. $2.89 gal. $3.51 gal. corp.(H) Xcel AW 68 Xcel Dexron/Merc. Xcel Dexron/mere. Xcel Polyguard 300 Xcel Polyguard 7950 N.W. 58th St. 300 gal. min. 300 gal. min. 300 gal. min. 300 Miami, FL 33166 Terrel Oil Co., Inc. $2.46 gal. $3.55 gal. $4.15 gal. $3.39 gal. $3.89 gal. (B) Unilube Hyd. 68 Unilube Dexron/Merc. Unilube Dexron/ Unilube Fleet HD30 Unilube Fleet 3804 Coconut Palm 250 gal. min. 250 gal. min. Meson 250 gal. min. HD30 Dr., Ste. 185 TAMPA, FL 33619 I Ll 4(" "Aw DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE — FLEET MANAGEMENT DIVISION TABULATION OF RMS. AUGUST Z, 1991 gj—D--#-T0_-9_1-l29 OILS AND LUJJh1C8V1_1 VENDOR ITEM #6B ITEM #7 oil/SAElOW30 ITEM #14 Anti -Freeze ITEM #16 Brake Fluid/DOT3 ITEM #17 chassis Lube/ Engine Oil/SAE40hd Engine 55 drum 55 gal. drum 5 gal. can All purpose 55 gal. drum gal. 400 lb. drum .06 $3.1L gal. NO B1 14o Bid .810. _�7 Unocal Unoba B.V. OIL CO. 7-1,T- 7950 ii-w- 58 St. Xcel polyguard 300 Xcel Polyvis 14W30 Moly Tex Miami, FL 33152 $16 drum dep. $3.19 gal. $16 drum dep. $3.30 gal. $4.85 gal. Evercool fol al Quaker Supreme $.81 lb. Chevron CONSOLIDATED OIL CO. (NM) hevron rpm HD40 Chevron rpm HDIOW30 molygrease 2 11550 N.W. 36 Ave. $20 drum dep. $20 drum dep. Miami, FL 33167 — FNM � - j 2,,'91," .1 11 gC11 . 1 ] No bid No bid CO- FLAMINGO CO. 205 N.E. 179 ST_ J ga F a ing6___ Turbo Lube w - - Flamingo Turbo Lube Advance MIAMI, FL 33162 FLOVAL OIL CORP_(H) _-9-9 $T 3.69 gal. $4.50 gal. Phillips 66 .80 gal. Quaker Supreme So 1b. i Fing'unocal 76 2990 N.W. 24 ST. Fina unocal 76 Fina unocal 76 MIAMI, FL 33142 $15 drum dep $15 drum depIII METAL LUBRICANTS TRRT_ .9 ga $3.81 gal, 1OW30 Star Tex No Bid $.85 lb. Moly Tex 250 S.W. 14TH AVE. Ursa super Plus 40 Havoline pompAj4o BEACH, FL 33069 $3.10 gal.31 $4.54 gal. Na bid �.825 lb. mobilgrease RPuNCO OIL CO.(F) 1000 N.W. 73RD ST. Mobil Delvac 1240 Mobil 1OW30 Super Evercool special MIAMI, FL 33150 $20 drum dep. $20 drum dep 3.51 gal. $3.60 gal. $4.86 gal. Phillips 66 --- T9.94 —9,1 Quaker Supreme $1.26 lb. Bel -Ray SALA INDUSTRIAL SALES CORP. (H) Xcel Xcel Molylube 7950 N.W. 58TH ST. MIAMI, FL 33166 $3.89 gal. $4.15 gal. $4.96 gal. $8.14 gal. $1.07 lb. Tff—RRCLL j1-1: CU., INC- (13) 3804 COCONUT PALM Unilube Fleet HD40 Unilube 101130 Unilube Unilube Unilube DR., STE. 185 T-414PA, FL - 33619 cy� Gk— I r � DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE FLEET MANAGEMENT DIVISION TABULATION OF BIDS, AUGUST 2, 1991 BID #90-91-129 MOTOR OILS AND LUBRICANTS VENDOR ITEM #18 ITEM #20 ITEM #21 Chassis lube/ Gear lube/multi Gear lube/multipurpose all purpose purpose SAE 90 120 lb. drum SAE 90 120 lb drum 400 lb. drum B.V. OIL CO. H $.49 $.53 lb 7950 N.W. 58 St. Unocal Unobe Moly Xcel GL5-90 Xcel GL5-90 MIAMI, FL 33152 #16 drum dep. CONSOLIDATED OIL 6 1 lb CO. (NM) Chevron Moly- Chevron Universal Chevron Universal 11550 N.W. 36 AVE. grease 2 $20 drum dep. MIAMI, FL 33167 FLAMINGO OIL CO. NM No i r.: - .491 205 N.E. 179 ST. Flamingo Premium Flamingo Premium MIAMI, FL 33162 FLOVAL OIL CO. H 7 b. No i No i 2990 N.W. 24 ST. Fina Unocal 76 MIAMI, FL 33142 METAL LUBRICANTS NM .85 lb. $.59 lb. $.59 lb. 250 S.W. 14 AVE Molytex Texaco Multigear Texaco Multigear POMPANO BEACH, FL BOW90 33069 RANCO OIL CO F .98 lb. $.60 1000 N.W. 73RD ST. Mobil Grease Special Mobil H.D. 8OW90 Mobil H.D. 80W90 MIAMI, FL 33166 $20.00 drum dep. SALA INDUSTRIAL H 1.37 lb. .65 lb. .74 1 . SALES CORP. Bel -Ray Xcel GL5-90 Xcel GL5-90 7950 N.W. 58 ST. Molylube MIAMI, FL 33166 AC-1000 TERRELL OIL CO., INC. $1.13 lb. $.80 lb. (B) Unilube Unilube I Unilube 3804 COCONUT PALM DR. STE 185, TAMPA, FL 33619 El IIr fill!' lui" ll'' "'III illllllllll''Ilgl"II V I I.IPIIII'II'lllllljlllllgll�l��lll��l��pI��I�IV�llll�y�l