Loading...
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