HomeMy WebLinkAboutR-90-0147ece
cc
_�51C►�
J--90-71
1-29-90
RESOLUTION NO. 90 147
A RESOLUTION ACCEPTING THE BIDS OF COASTAL
UNILUBE, INC. IN AN AMOUNT NOT TO EXCEED
$65,885.00 AND CONSOLIDATED OIL CORPORATION
IN AN AMOUNT NOT TO EXCEED $1,000.00 TO
FURNISH MOTOR OIL & LUBRICANTS TO THE
DEPARTMENTS OF FIRE, RESCUE & INSPECTION
SERVICES AND GENERAL SERVICES
ADMINISTRATION/FLEET MANAGEMENT DIVISION ON A
CONTRACT BASIS FOR ONE YEAR WITH THE OPTION
TO RENEW FOR TWO ADDITIONAL ONE YEAR PERIODS
AT AN AMOUNT NOT TO EXCEED FIRST YEAR COST OF
$66,885.00; ALLOCATING FUNDS THEREFOR FROM
THE 1989-90 OPERATING BUDGET OF THE
DEPARTMENTS OF FIRE, RESCUE & INSPECTION
SERVICES ACCOUNTS #280701-713 ($6,758.00) AND
#105000-280502-713 ($100.00) AND GENERAL
SERVICES ADMINISTRATION/FLEET MANAGEMENT
DIVISION ACCOUNT #420901-713 ($60,027.00);
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR THESE PRODUCTS AND THEREAFTER
AUTHORIZING THE CITY MANAGER TO RENEW THESE
CONTRACTS ANNUALLY FOR TWO ADDITIONAL ONE
YEAR PERIODS AT THE SAME PRICE, TERMS AND
CONDITIONS, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received October 30, 1989 for furnishing motor oil and lubricants
on a contract basis for one (1) year with the option to renew for
for two (2) additional one (1) year periods to the Departments of
General Services Administration/Fleet Management Division and
Fire, Rescue & Inspection Services/Fire Garage; and
WHEREAS, invitations were mailed to 20 potential suppliers
and 7 bids were received; and
WHEREAS, funds for this purchase are available in the 1989-
90 Operating Budgets of the Departments of Fire, Rescue &
Inspection Services Accounts #280701-713 ($6,758.00) and #105000-
280502-713 ($100.00) and General Services Administration/Fleet
Management Division Account #420901-713 ($60,027.00); and
WHEREAS, these products will be used by the above mentioned
Departments for the purpose of maintaining the City's light &
heavy equipment vehicle fleets in proper working condition; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bids
received from Coastal Unilube, Inc. and Consolidated Oil Company
be accepted as the lowest responsible and responsive bidders;
CITY COMMISSION
MEETING OF
FEB 15 1990
arsaunott N3'j.-d7
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The October 30, 1989 bids of Coastal Unilube,
Inc. in an amount not to exceed $65,885.00 and Consolidated Oil
Company in an amount not to exceed $1,000.00 for furnishing motor
oils and lubricants on a contract basis for one year with the
option to renew for two additional one year periods for the
Departments of Fire, Rescue & Inspection Services and General
Services Administration at an amount not to exceed a first year
cost of $66,885.00, is hereby accepted with funds therefor hereby
allocated from the 1989-90 Operating Budgets of the Fire, Rescue
and Inspection Services Department Accounts #280701-713
($6,758.00) and #105000-280502-773 ($100.00) and General Services
Administration Department Account #420901-713 ($60,027.00).
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue Purchase Orders
for these products and thereafter the City Manager is authorized
to renew these contracts for two additional one 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.
PASSED AND ADOPTED this 15th day of. February. , 1990.
ATTEST
MAT IRAI, CITY CLERK
PREPARE N APP V Y-
=S9C
=n� A AND VILARELLO
-tea -HIEF A SISTANT CITY ATTORNEY
—ACi APPROVED AS TO FORM AND CORRECTNESS:
_. w
AJ GE F AN
/ C; ATTORNE
XAVIER L. SUA"ZJ MAYOR
9147
�- 2 -
. It
'DID SECURITY LIST
Q1D ITEM: Oil & Lubricants Contract
DID ND:
89-90-015
DATE BIDSRECEIV®: October 30th, 1.989 2:30 p.m.
-
BIDDER
TOTAL
DID AMOUNT
DID BOND (or)
CASHIER'S C'.FIECK
Coastal Unilube, Inc.
Broken down
bv items.
Metal Lubricans
"
Glover Oil Company
"
Sala Industrial Sales,Co.
"
Floval Oil Co.
v
-
Ranco Oil Co. Inc.,
Itit
ronsnlidated oil Co.
u of
No Bid:
_t
L
_:ECEIVED r ()envelopes on behalf of _Procurement
:--ICNED: DATE: I( VCityM.S�irtrnent
received the hereinabove described checks this dav of
19
n connection with the hereinabove cited bids, w ich were ended o he un rsigne on half oche
Accounting Division (or)
(City Department)
SIGNED: DATE:
r-
JN
'BID SECURITY LIST
BID ITEM: Oil & lubricants Contract
!' BID NO: 89-90-015
?ATE BIDS RECEIVED: October 30t1ir 1989 2 : 30 p.m.
TOTAL BI BOND (or) Mar9 re
BIDDER
BID AMOUNTC IER'S CHECK I
Broken down
Coastal Unilube, Inc. 1— ; ,.-
--
Metal Lubricans it is
Glover Oil Company if to
Sala Industrial Sales;Co. it. "
Floval Oil Co.` �� q
Ranco Oil Co. Inc., 1 " to
No Bid:
' —:
I� ECEIVED ( ) enVelopeS on behalf of Procurement
d City ertment
iSICNED: DATE: rrj
A
Received the hereinabove described checks this clay of 19
;in connection with the hereinabove cited bids, which were anded to the un rsigne on half o'f the
'Accounting Division (or)
(City Department)
-{ SIGNED: DATE:
{ Ta
LEGAL ADVERTISEMENT RECEIVED
BID NO. 89-90-015 1989 OCT i ! AM 9: 39
MATTY HIRAI '
CLERK
CITY OF N IAMI, FLA.
Sealed bids will be received by the City of Miami City Clerk at
her office located at 35 Florida,
33133 not later than :30 p.m. October 30, 19F for the
furnishing of Motor Oils an basis for
the Department of General Services Administration.
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. 10538 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 of Miami Minority/Women
Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite
400, Telephone 579-3366.
-�_ Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 6330 )
Cesar H. ddio
City Manager
77777777
zt
21
dr
Ca
v"
"EIVED
n'must
appear
R�QUISITI*O* N FOR ADVER qT AN 9: 38liiiAa
Procurement (fop GSA —Garage) 1
DEPTIDIV.: �i
��a9os--a� a I MAT Y HIM
A COUNT coDE - _ r CITY Ct:£}' 1(
jr. 1989-_RI�ONE__7.5-5174 r�APA-�1r:rl.A.
DAT$ :October 10
PREPARED13Y Maria Abijalili+
DIRECTO F ISSUING DE64Th4EkT
Publish the attached advertisement _ Ox�e (10
(number of Umes)
Type of advertisement: legal XX j classified .display ;
(Check one) !
I t
Size:,Legal i Starting date October 13 � 1989
Bid No. 89-90-015: Sealed bads will be.... {
First tour words of advertisement:�.
Oil & Lubric nts Contract (open 10-30-89 2:30 R.m.l
Remarks: !
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF.
LIME PUBLICATION ADVERTISEMENT INV910E AMOUNT
0' Miami Review
A-1 k •
- r
C-3
E-5 tv
F3 F4 F5 ! F7 F8 FJ F10 I F11 l+12 '
LINE TRANS VOUCHER DU DATE
YY ,iutM DD A$v. Doc. Reference VENDOR INDEX CODE EC •PROJECT
1 i 13 17 18 5 34 39 42 45 50 51 56 57 A2 63 65,66 71
0 1 2 41 VP 2 02 287
1 2 3 4 7 8 V P 12 3 t4 t5 DESCRIPTION 36 DISCOUNT fi 72 AMOUNT 8tt
5 2 0020 1 I
( Approved for Payment
White —Purchasing Yellow - Finance Pink —Department
Yellow copy: Silvia Mendoza, City Clerks Office <�
Pink copy: Maria,l Procurement Management
1
CITY OF MIAMI, FLORIDA
INTEROFFICE MEMORANDUM
TO: Honorable Mayor and Members of the OATE : JAN O �090 FILE
City Commission
suBJEcr: Resolution Authorizing
Award of Bid #89-90-015
Motor Oil & Lubricants
FROM
: Aesar3.. Od].C� REFERENCES
4ity'Manager.
ENCLOSURES: Bid Tabulation _-
Proposed Resolution
RFCt'3MMENDAi'IbN _
It is respectfully recommended that the City Commission adopt the
attached resolution awarding a contract to furnish motor oils and
lubricants to -Coastal Unilube, Inc., and Consolidated Oil Company
of Miami, as the lowest most responsive bidders in accordance
with Bid #89-90-015. The total cost of this purchase is
estimated not to exceed $66,885.00. Funds for this purchase are
available from the operating budgets of the Fleet -Management
Division of the General Services Administration Department and
the Fire, Rescue and Inspection Services Department.
The General Services Administration, Fleet Management Division,
has analyzed the bids received pursuant to Bid #89-90-015 for the
purchase of motor oil and lubricants for the period of one year.
The procurement of these motor oils and lubricants is essential
to the operation of heavy and light fleet vehicles. The total
cost associated with this purchase is estimated not to
exceed $66,885.00._ Funding for, this purpose is available from
the Fleet Management Division Account #420901-713,
Amount $60,027.00, and Fire, Rescue and Inspection Services
Department Account #105000-280502-713, Amount $100.00 and Account
#280701-713, Amount $6',758.00. .The following is a list of
recommended vendors, the minority classification of each vendor,
the bid iten(s), the low bidders and the estimated award amount
for the low bid items.
Coastal Unilube, Inc.
Non -Minority Vendor
Consolidated Oil Company
Non -Minority Vendor
?tow
Did I ems
1,2,3,415A,5B
6A',6B,7,8,9,10,
11,12,13,14,16,
17,18,19,20,22,
24,25,26
21 & 23
Low Bid
Fst i mated Award
$65,885.00
t
i
i
i
I
i
f
i
's
i
• 4�
Honorable Mayor and Members
of the City Commission - 2 -
Estimated Bid Amount.............................$6b,885.00
&OURCE OF FUNDS;
1989-90 General Services Administration Department, Fleet
Management Division Account #420901-713, Amount• $60,027.00 and
the Fire, Rescue and Inspection Services Department Account
#280701-713, Amount $6,758.00 and Account #105000-280502-713,,_
Amount $100.00.
VTV.AUTTV A719TTfTSSf�Tn1i.
Non -Minority Vehdors
q : 1 2 DEPT. OF' BUDGET
CITY OF MIAMI, FLOMOA
INTEROFFICE MEMORANDUM
TO William Z. Schaut
Procurement Supervisor
Procurement Management Division
FROM
Poni. /W9J4js,,2DirectOr
General Services Administration
P . 0 1
VAT= . FILE .
SUBJECT ' Did #89-90-015
Motor Oil & Lubricants
REFERENCES
This department has verified available funding with the
Departments of Finance and Management and Budget that funds are
available to cover the cost of the subject bid not to exceed .the
amount of $ fi6.,ga ..A from the Fleet Management Division of the
General services Administration Department Account #420901-713, -
Amount $60,027,00, and from the Firs Department# Fire, Rescue
and Inspection services Account #1oS000-280502-713, Amount
$100.00 and Account #280701-713, Amount $64758.00, The motor oil
and lubricants' contract amount will be approximately 65% of the
amount budgeted for FY 190. The remaining balance shall be
subject to the availability of funds for FY 991 budget.
FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS
(Except for funds already (it required)
appropriated or items included
in PY budget)
-{e
A1"'A
Carlos oarcia, Director��
Department of Pinance3
BUDGETARY REVIEW Ik APPROVED BY:
Hanohar surana, Director
Department of Management
and sudgct
Sergio Rodriguez, Director
Planning Department
--- - .�
Frank Gastane3da, Director
Community Deevelopmont.
CITY OF MIAMI, FLORIDA r �'
INFER -OFFICE MEMORANDUM
TO: William J. Schaut PATE November 17, 1989 FILE
Procurement Supervisor
Procurement Management, GSA Dept. 5U8JECT: Bid No. 89-90-015 -
Motor Fuel and
�� Lubricants
REFERENCES
FROM :
: C. H. Duke, Chief
Director of Fire, Rescue ENCLOSURES: and Inspection Services
Will
This department has verified
available funding withthe.
Departments of Finance and Budget that funds are available to
cower the cost of the subject bid from FY 89-90 Budget in the,
amount of:
$ 6,758.00 GF ACCOUNT
CODE NUMBER 280701-713
=i
$ 100.00 TFF ACCOUNT
CODE NUMBER 105000-280502-713
FINANCE REVIEW & APPROVED BY:
ADDITIONAL APPROVALS .-
N/A
N/A T'
—
Carlos Garcia, Director
Eduardo Rodriguez
Department of Finance
CIP Manager
BUGETARY REVIEW & APPROVED BY:
r
-';
N / A
Manohar S. Surana, DYr ector
Frank Castaneda, Director
�'
Budget Department
Community Development
CITY OF MIAMI, FLORIbn
PROCUREMENT MANAGEMENT
DIVISION
BID SHRET
P.O. bOX 330708 -
Miami, Fl 33233-0708
TELEPHONE .NO. 575-5174
BID NO. 89-90-015
IMPORTANT:. BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RMRNED IN
W)FLIMTS IN THE ATTACHED E29VFWPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEBTHD UNLESS THB DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE -
Terms: Net 30,DaY,(Include cash discount for prompt payment, if any)
Additional discount of I if awarded all items.
warranty and/or guarantees
State any variances to specifications (use separate sheet if
necessary):
Delivery: 1 calendar days required upon receipt of Purchase Order.
Delivery Point (s):•As'indicated in the Special Conditions
n accordance with the Invitation to B, the Spec cations,.Genera
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
MAKES OF COMPANY OWNER(S):
Coastal Corporation
_d/b/a Coastal Unilube Inc
(Please use the bar a this page
NAMES OF COMPANY OFFICERS:
Kenneth 0. Johnson
David A. Arledge
us t n O'Toole
Jeffrey A Connelly
if more space is necessary
ease of individual holding license In this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10538, 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.
r
BIDDER: C Signature:
company name)
Print Namet Tnnv allnv-A
indicates if Minority eusineas: Date: 10-30-89 ;
C 3 Black C ] Hispanic C ] warren FU„;6�7
FAILURE TO COMPIZTE, SIGN,, AND RETURN THIS FORM MAY DISQUALIFY THIS
61
k�
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT
DIVISION
BID SHEET
P.O. ..rX 330708
Miami, F1 33233-0708
TELEPHONE NO. 575-5174
BID 50. 89-90-015
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGIPMENT MUST BE RETURNED IDS
DUPLICATE 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: A/e't (Include cash discount for prompt payment, if any)
Additional discount of $ if awarded all items.
Warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary):
Delivery: calendar days required upon receipt of Pur.hase Order.
Delivery Point(s): As indicated in the Special Conditions -
In accordance with the Invitation to aide the Spec lcat o - no General
Conditions, Special Conditions, and General Information. t,) Bidders, we
agree to furnish the: Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER (S) :
1?e se use thback of th s page
er 4 Co 70
�NAMES OF COMPAN-f OFFICERS:
if more space is necessaxy) •
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10538, 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: C04501;141CW &l C0 . Signature:
company name-7-
Print Name:
Indicate if Minority Business: Date: /O/s-f??
C ] Black C ] Hispanic C j women -" 147
FAILURE TO COMPLETE S
AND RETURN THIS FORM MAY DISi
Iry Iiizs
AWARD OF BID
Bid Nv. 89-90-015
ITEM: Motor Oil and Lubricants
DEPARTMENT: General Services Administration and
Fire, Rescue & Inspection Services
TYPE OF PURCHASE: Contract for one (1) year with the
.__.� option to renew for two (2) additional
one year period
REASON: Procurement of these motor oils and
lubricants is essential to the
operation of the City's light and
heavy equipment vehicle fleets.
POTENTIAL BIDDERS: 20
BIDS RECEIVED: 7
TABU LAT I ON : Attached
Ft3„ NDS% 1989-90 F.R.&I.S. Accounts #280701-713
($6,758.00) and #105000-280502-713
($100.00) and 1990-90' GSA Fleet
Management Division Account #420901-
713 ($60,027.00)
MINORITY WOMEN PARTICIPATION: Invitations to bid were sent to
four 4 Black, Four (4) Hispanic and two (2) woman owned firms
engaged in the motor oil and lubricants business as located in
these sources:
1. Vendors applications on file in Procurement Management
2. City of Miami Minority Vendor Directory
3. Previous bids on file in Procurement Management
4.- Yellow Pages Telephone Directory
Minority response consisted of two (2) bids from Hispanic firms
and one (1) bid from a womar. owr.ed 'firm.
BID EVALUATION:
Category
Prior Bidders
Black American
Hispanic American
_Women Owned
Non -Minority
New Bidders
Black American
Hispanic American
Women Owned
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
All bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid
Invitations Mailed
1
3
2
4
3
1 .
0
6
25
45
Em
Number of
Responses
0
2
1
2
0
0
0
2
0
1
0
l
Reason. ft:)r "No Bid" was as
I. Ross Corporation_ - "Can't supply product."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE. TO COASTAL UNILUBE, INC. IN THE
A14OUNT OF $65,885.00 AND CONSOLIDATED
OIL COMPANY IN THE AMOUNT OF $1,000.00
FOR A TOTAL PROPOSED FIRST YEAR COST
OF $66,885.00.
�t..� r;
-Procurement Supervisor
Date
page 2 of 2
Ttqjt&j10_FOR MOT.QROILS _LUBRIC&na�RECVEDOGftR M1- _19
89
----------
VENDOR item #1 item #2 4 IP-0
Hydraulic Oil
Automat -
II
N-68 Bulk
Fluid Dexron
Delivery
Bulk Delivery
Coastal
............... ll Gaff-
$� I . ' I
Unilube H:yd.618
i L
' 5 Gal.
Ini9lube Dexronj
Unilube Inc.
Ft. Lauderdale, FL
mi
E275 Gal. Min.
:G
MerconGal.
Non -minority
275 Min.
Consolidated
GalGal.
Oil Co.
Chevron AW
Chevron ATP
Miami, FL
Hydraulic 68
150 Gal. Min.
Dexron II -
150 Gal. Min.
Non -Minority
Floval Oil CO.
$1.73aal.
$2.19 Gal.
Miami, FL
Minority(H)
Fina
1,000 Gal.
Fina
1,000 Gal.
Min.
Min.
Glov r Oil
— —.80
rl Galf
Co., Inc.
Union Unax
Union MP ATF
400 Gal. Min.
Melbourne, FL
Non -Minority
AW 68
400 Gal. Min.
Metal Lubricants TexacGal'
o Dexron
Pompano Bch., FL
II
Non -Minority NO BID 200 Gal. Min.
Ranc60fl - Co. .
Miami, FL ' mobil AW 68 Mobil Multi-
Minority(W) 200 Gal. Min. purpose
ATF
200 . Min.
Item, #3
item #4
Engine oil/
Item #5A. 30HD
Engine Oil/SAE
Auto. Trans.
SAE 30 HDX
(API,CC,CO3SF,SE,SG
Fluid Dexron II
(API,CD,SF,SE)
Bulk Delivery
55 Gal Drum
55 Gal. Drum
-$2.42—Gar.
$2.21 Gal.
30
$1.74 Gal.
unilube HD 30
Unilube Dexron/
Unilube HD
275 Gal. Min.
Mercon
T-3-09 �Gal.
$2.77 Gal.
$2.24 691.
Chevron ATF
Chevron RPM
Chevron RPM
30
Dexron II
DELO 30
DELo
150 Gal. Min.
Gal.
_� 2-63 -Gal.
$2.39 �Gal-
�Fina
Fina
;a
Fina
i
1 '0 00 Min.
1,000
—
$2.70 Gal.
Union Guardol
$2.15 Gal.
Union Guardol 30
union MP ATF
30
400 Gal. Min.
.09 Gal.
$2.63 Gal.
Texaco-URSA
2.35 Gal.
URSA Super Plus
Texaco Dexron
Super Plus
30
11
30 W
200 Gal. Min.
RGal.
Gal.
$2.81- Gal.
2.07 Gal -
Mobil Delvac
Mobil Multi-
mobil Delvac
purpose ATF
1230
+ Drum Dep.
1230
200 Min
+ Drum Dep.
1 03 Gal.
$2.25 Gal.
Sala Ind. $1.85 Gal.$2.25 Gal. $2.70 Gal. XCE6 SAE 30 XCEL SAE 30
Sales Corp. XCEL ISO 68 ATF Dexron Mercon ATF Dexron 300 GalI M
. Min.
Miami, FL 300 Gal. Min. Mercon
Minority(H) 300 Gal. Min.
r _ ail
TABUGATI FBID„ J89w90-0155 FOR MOTOR OILS AND LUBRICANTS RECCEIVED OCTOBER 3Q4 1989
PAGE TWO
VENDOR
Item #5B.
Item #6A.
Item W.
Item #7
Item #8
Engine Oil/
Engine oil/
Engine Oil/SAE
Engine Oil/HD
Engine Oil/
SAE 30 HD
SAE 40 HD
40 HD(API,CC,
30W(APIsCC,CD,
HD 40 W
(API,CC,CD,
(API,CC�CD,
CDiSFjSE,SG)
SF,SE,SG)
(API,CC,CD,
SFI SE, SG)
SFISE,SG)
55 Gal. Drum-
55 Gal. Drum
SF,SE,SG)
55 Gal. Drum
Bulk Delivery
55 Gal. Drum
Coastal
$2.21 GaR
$1.85 Gal;.
$2.32 GaPP.
$2.21 Gai
$2.32 Gal.
Unilube Inc.
Unilube HD 30
Unilube
Unilube
Unilube
Unilube
Ft. Lauderdale, FL
275 Gal. Min.
Non -Minority
r.r.
Consolidated
$2.77 Gal.
$2.24 Gal.
$2.77 Gal.
$2.77 Gal.
$2.77 Gal.
Oil Co.
Chevron RPM
Chevron RPM
Chevron RPM
Chevron RPM
Chevron RPM
Miami, FL
DELO 30
DELO 40
DELO 40
DELO 30
DELO 40
Non -Minority
150 Gal. Min
Floval Oil Co.
$2.69 Gal.
$2.39 Gal.
$2.69 Gal.
$2.69 Gal.
$2.69 Gal.
Miami, FL
Fina
I
Fina
1
Fina
Fina
Fina
Minority(H)
1,000 Gal. Min.
Glover Oil
$2.70
Gal.
$2.15 Gal.
$2.70
Ga3.
$2.70
Gal.
$2.70
Gal.
Co., Inc.
Union
Guardol
Union Guardol
Union
Guardol
Union
Guardol
Union
Guardol
Melbourne, FL
30•
40
40
30
40
Non -Minority
400 Gal. Min.
Metal Lubricants
$2.63
Gal.
$2.35 Gal.
$2.63
Gal.
$2.63
Gal.
$2.63
Gal.
Pompano Bch., FL
URSA
Super
URSA Super
URSA
Super
URSA
Super
URSA
Super
Non -Minority
Plus
30
Plus 40
Plus
40
Plus
40 W
Plus
40 W
.
200 Gal. Min.
Ranco Oil Co.
Miami, FL
Minority(w)
$2.72 Gal.
Mobil Delvac
1230
+ Drum Dep.
$2.07 Gal.
Mobil Delvac
1240
200 Gal. Min.
$2.72 Gal. $2.72 Gal. $2.72 Gal.
Mobil Delvac Mobil Delvac Mobil Delvac
1240 1230 1240
+. Drum Dep. + Drum Dep. + Drum Dep.
. 4Y
�, ,. '. - � - � I �I� i•II � I I � RI I I � � � I} I�� ^a �t� }� _ ���.�Lr �iI i �i ,i� ,
07! - ._ - .., ' -. - i � � � I � � i �•. �r'.a.'I 7 x4ii� hixME'1w RBFii� � "'f 'rIJ' � ' P II'Irlll I I
I I rl
lh ILLl 111 11 11 Ill.
f
TABULATION OF BID t89-94-Q15�FOR MOTOR OI S ND h B ICA T_S 1989
PAGE THREE
VENDOR
Item #9
Item #10
Item #11
Item #12
Item #I3
Engine Oil/
Engine oil/
Engine Oil/SAE
Engine Oil/SAE
Engine Oil/
SAE 50 W
SAE 40 W
15W-40 (API,CE)
20W40(API,SG,SP
SAE 20W 50
(API,CC,SF,
(API,CD 1I)
55 Gal. Drum
CD,CC)
(API,CC,CD,
SE,SG)
55 Gal. Drum
55 Gal. Drum
SF,SE,SG)
55 Gal. Drum
55 Gal. Drum
Coastal
$2.32 Gal
$2.12 Gal.V
$2.33 Gal,
$2.18 Gal.#
$2.24 Gal.
Unilube Inc.
Unilube
Unilube ND 40
Unilube HD
Unilube Prem.
Unilube Prem.
Ft. Lauderdale, FL
15W-40
IOW-40
20W-50
Non -Minority
Consolidated
$3.31 Gal.
$2.77 Gal.
$2.88 Gal.
Oil Co.
Chevron DELO
Chevron RPM
Chevron RPM
NO BID
NO BID
Miami, FL
400-50
DELO 40
DELO 15W-40
Non -Minority
Floval oil Co.
$3.29 Gal.
Miami, FL
Fina or
NO BID
NO BID
$2.69 Gal.
$2.69 Gal.
Kinority(H)
Unocal 76
No Specs.
No Specs.
Glover Oil
$2.70 Gal.
$2.95 Gal.
$3.25 Gal
$3.35 Gal.
Co., Inc.
Union Guardol
Union Guardol
Amoco LDO
Mobil Super
Melbourne, FL
NO BID
40
15W-40
1OW-40
H.P. 20W 50
Non -Minority
Metal Lubricants
$2.63 Gal.
$2.38 Gal.
$2.45 Gal.
-93.72 Gal.
$3.90 Gal.
Pompano Bch., FL
URSA Super
URSA ED
URSA Super
Havoline
Havoline
Non -Minority
Plus 50 W
40 W
Plus 15W-40
IOW-40
20W-50
Ranco oil Co.
$2.72 Gal.
.$2.92 Gal.
$4.22 Gal.
$2.76 Gal.
Miami, FL
Mobil Delvac
Mobil Delvac
Mobil Super
Mobil.Super
Minority(W)
NO BID
1240
1200 15W-40
IOW-40
H.P. 20W-50
+ Drum Dep.
+ Drum Dep.
+ Drum Dep.
+ Drum Dep.
Sala Inc.
$2.88 Gal.
$2.83 Gal.
$3.00 Gal.
3.00 Gal.
$3.00 Gal.
Sales Corp.
XCEL SAE 50
XCEL SAE 40
XCEL-15W-40
XCEL 1OW-
XCEL SAE
Miami, FL
40
20W-50
Minority(A)
PYA
19
r jil I v , 11111 11' 1 ' I1 11I 1 �I I im 11 i'111 11 11 1� �1 , '1 II YI' " ' �� `I��'�'�"� �ia�wy�•...I �; I �+..Y.�_,„� I - i I'
r,
I I
TABULATION BID,_189::0q=q 5 FOR MOTOR QjU9 �D LUBRICANTS RECEIVED OC'�O8ER 3b, 1989
PAGE FOUR
VENDOR
Coastal
Unilube Inc
Ft. Lauderd,
Non-Minorit;
Consolidate
Oil Co.
Miami, FL
Non-Minorit
Floval Oil
Miami, FL
Minority(H)
Glover Oil
Co., Inc.
Melbourne,
Non-Minorit
Meta' 1 Lutici.
Pompano Bah
Non-Minorit
Ranco Oil COil C
Miami, FL
Minority(W)
Sala Inc.
Sales Corp.
Miamii PL
minority(H)
TABULATION OF 8ID 84=90 015 !?OR,MOTOR- OILS _j&_ RRICANTS RECEIVED OCTOBER 30� 1989
PAGE FIVE
VENDOR
Item 119
Item #20
Item #21
Item #22
Item #23
Hydraulic
Gear Lube
Gear Lube
Outboard Oil
Multi -purpose
Oil AW 32
Multi -purpose
Multi -purpose
50•to 1
Gear Lubricant
55 Gal. Drum
SAE 90
SAE 90
Quarts
SAE 85W/140
400 lb. Drum
120 lb. Drum
55 Gal. Drum
Coastal
$1.75 Ga
$.42 lb-4
$.54 lb.
$1.06 Qt9•
Unilube Inc.
Unilube Hyd.
Unilube Prem.
Unilube Prem
GRC TC-WII O.B.
NO BID
Ft. Lauderdale, FL
AW 32
G.O. 90
G.O. 90
Non -Minority
Consolidated
$2.28 Gal.
$.45 lb.
$.52 lb.
$1.26 Qt.
$3.273 C3al.
Oil Co.
Chevron AW
Chevron Univ.
Chevron Univ.
Shell Super
Chevron Univ.
Miami, FL
mydraulic 32
Gear tube
Gear Lube 8OW
2 Cycle 50:1
Gear Lube
Non -Minority
BOW-90
90
85W-140
Floval Oil Co.
$1.99 Gal.
Miami, FL
Fina
NO BID
NO BID
NO BID
NO BID
Minority(H)
Glover ail
$2.30 Gal.
$.49 IS.
$.57 lb.
$1.48 Qt.
$3.50 Gal.
Co.s Inc.
Union Unax
Exxon GX
Exxon GX
Amoco O.B.
Union.MPGL
Melbourne, FL
AW 32
80/90
80/90
85W-140
Metal Lubricants
$2.18 Gal.
$.46 lb.
$.60 lb.
$1.39 Qt.
$3..56 Gal.
Pompano Bch., FL
Texaco
Meropa 220
Meropa 220
Texaco O.B.
Multigear
Non -Minority
Rando 32
50:1
85W/140
Ranco Oil. Co.
$2.75 Gal.
$3.68 Gal.
Miami, FL
Mobil AW 32
Mobilube H.B.
minority(W)
+ Drum Dep.
NO BID
NO BID
NO BID
$5W-140
+ Drum Dep.
Sala Inc.
2'.25 Gal.
$.47 16.
$.66 lb.
$1.35 at.
$3.42• Gal.
Sales Corp.
XCEL AW.32
XCEL GL-5,
XCEL GL-5
XCEL 50:1
XCEL GL-5
Miami, FL
SAE 90
SAE 90
85W-140
Ninority(H)
• n � .n x%+t4'�t,�l�p+ntp�^. r¢�7�.�°hli ��a��i�,�,f r.'z" � i i _
I �ii
r
�-
- I , JJI A:IN.IIJ 1.,
TABULATION OF BID #85-90-015 FOR MOTOR OI S AND„„iUBRI, (CANTS RECEIVED OCTOBER_30, 1989
PAGE SIX
VENDOR
Item #24
Item #25
Item #26
Engine Oil/
Engine Oil/
Engine Oil/
SAE 10
SAE 30 HDX
SAE 40 HD
(CD,CC,CB)
(API,CC,CD,SF,
(API,CC,CD,SF,
SF,SE,SD)
SE) Quarts
SE) Quarts
55 Gal. Drum
Coastal
$2.26 Gala
$.69 Qt.
$.71 Qt.♦
Unilube Inc.
Unilube HD
Unilube Prem.
Unilube Prem.
Ft. Lauderdale, FL
10
HD 30
HD 40
Non -Minority
Consolidated
$2.89 Gal.
$.92 Qt.
$.95 Qt.
Oil Co.
Chevron RPM
Chevron DELO
Chevron DELO
Miami, FL
DELO 10
400-30
400--40
Non -Minority
Floval Oil Co.
Miami, FL
NO BID
NO BID
NO BID
Minority(H)
Glover Oil
$2.70 Gal.
$.87 Qt.
$.87 Qt.
Co., Inc.
Union Guardol
Union Guar-
Union Guardol
Melbourne, FL
10
dal 30
40
Metal Lubricants
Pompano Bch., FL
NO BID
NO BID
NO BID
Non -Minority
Ranco Oil Co.
$2.81 Gal.
$1.00 Qt.
$1.00 Qt.
Miami, FED
Mobil Delvac.
Mobil Delvac
Mobil Delvac
Minority(W)
1210
1230
1240
+ Drum Dep.
Sala Inc.
$2.83 Gal.
$.96 Qt.
$.96 Qt.
Sales Corp.
XCEL SAE 10
XCEL CE/SG
XCEL CE/SG
Miami, FL
SAE 30
SAE 40
Nino'rity(H)
w