HomeMy WebLinkAboutR-87-0873T-87-922
10/2/87
RESOLUTION NO, 87--873:
A RESOLUTION ACCEPTING THE BID OF BEAR
AUTOMOTIVE SERVICE EQUIPMENT COMPANY FOR
FURNISHING ONE (1) ALIGNMENT SYSTEM FOR THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
AT A TOTAL PROPOSED COST OF $19,856.20
ALLOCATING FUNDS THERFOR FROM THE 1987-88
OPERATING BUDGET FLEET MANAGEMENT DIVISION
ACCOUNT CODE #420301-850; AUTHORIZING THE
CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS EQUIPMENT, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received September 30, 1987 for the furnishing of One (1) Four
Wheel Alignment System to the Department of General Services i
Administration; and
WHEREAS, invitations were mailed to thirty six (36)
potential suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase will be available from the
1987-88 Operating Budget Account Code #420301-850; and
WHEREAS, this equipment will be used by the Deparment of
General Services Administration for the purpose of replacing
obsolete equipment and enhancing the Motor Pool capabilities; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from Bear Automotive Service Equipment Company be
a
accepted as the only responsible and responsive bid;
a
- NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
t
OF MIAMI, FLORIDA:
Section 1. The September 30, 1987 bid of Bear Automotive
Service Equipment Company for furnishing one (1) Four Wheel
Alignment System for the Department of General Services
Administration at a total proposed cost of $19,856.20 is hereby
accepted with funds therefor hereby allocated from the 1987-88
Operating Budget Fleet Management Division Account Code #420301-
850.
CITY COMMISSION
MEETING OF
OCT 2221987
)N No. 8771
Section 2, The City Manager is hereby authorized to
instruct tthe Chief Procurement Officer to issue a Purchase Order
for this equipment, subject to the availability of funds.
PASSED AND ADOPTED this 22nd day of October , 1987.
IER L. SUARF ,
ATTE
MA191T HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
/C- 404� '�/-
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVXD AS TO FORM AND CORRECTNESS:
ITYIX
w 87- `,1•
BID SECURITY
Alignment system_ & Alignment Lift-_ _ _ fctt 0104 61941►to sPn+ - 30.-_198.7 _2UDAn.m.
86-87-142 _
T PE OF SEC WTy
i100ttt ZO?�L
Bear Automotive Service I Broken down by items
Equipment Company
McDonough Equipment Co., Inc.
May's Equipment Service, Inc.
—Hydraulic Specialties, IInr!-
Pieco Miami, Inc.
Ospeco, Inc.
Tool Shack
,e— eP-A—P72
SECEI Don half o PURCHASING DIV./PUBLIC WORKS 6-& t envelopes.
SIGNED: ._..�. DATE;
l�sct.sf �� M�.r wc�v11�� slNc�r Nit• �icr s1 �L�
10�t �CCOYMTIM6 M�IAN
LEGAL ADVERTISEMENT
or I/
BID NO. 86-87-142
Sealed bids will be received by the City of Miami City Clerk at
her office located at Miami, Florida,
33133 not later than :00 p.m. September 30, 1987 for furnishing
and installation of One Wheel Alignment
System and one (1) four (4) Wheel Alignment Lift for the
Department of General Services Administration - Motor Pool
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 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 579-6380.
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. 4534
Cesar H. Odio
City Manager
M
±4'
This number must appear
REQUISITION FOR ADVERTISEMENT
in the advertisement.
DEPT/DIV. �'�ocu F•ta: ( , ;.�'_....; :< a ,
ACCOUNT CODE 4 - .
DATE _=t. i;L .'.; !;�•;.r ' c PHONE APPROVED BY:
#. PREPARED BY
i DIRECTOR OF ISSUING DEPARTMENT
F
i'.
Publish the attached advertisement times.
(number of times)
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
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
'TRANSY
TRANS
VOUCHER
DUE DATE
MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 17
18 1 126.34
3942
45 50
51 56.57
6263
65
66 71
0
112
14
it
VIP
1210121
1 1
1
1 1
1
1
1
1
1
1
1
2
8
7
1
21314
7
8 V P 12
13114115
DESCRIPTION 361L34
DISCOUNT 6
72 AMOUNT 81
5
2
0
0
2
0
1
Pit.:t copy; M.ari.i
Yea.l.ow Ccpy. Silv..- City ::It.�rk'!i
White - Purchasing Yellow - Finance
Approved for Payment
Pink - Department
•
46
_r
r
CITY OF MIAMI. FLON10A
INTER -OFFICE MEMORANDUM
TO.
The Honorable Mayor and Members
of the City cqMmission
FROM: Cesar H. Odi
City Manager
RECOMMENDATION:
DATE: 0 0 T 13190
3190 FILE:
SUBJECT -
Resolution Authorizing
Award of Bid No. 86-87-
142, Furnish & Install
REFERENCES: Alignment System & Lift
ENCLOSURES:
It is respectfully recommended that the City Commiasion adopt the
attached resolution awarding a contract to furnish and install
one (1) four wheel alignment system and alignment lift, to Bear
Automotive Service Equipment Company, a non -minority vendor, the
lowest complete responsive bidder in accord with Bid No. 86-87-
142. Total cost of these purchases is estimated to be
$199856.20, which funds are available from the Fleet Management
Division operating budget of the General Services Administration
Department.
BACKGROUND:
The General Services Administration Department has analyzed bids
received pursuant to bid #86-87-142 for the provision of one (1)
alignment system and alignment lift. It is recommended award be
made to Bear Automotive Service Equipment Company, a non -minority
vendor, as the lowest acceptable responsible and responsive
bidder. Total cost of these purchases is estimated to be
$19,856.20, which funds are available from the Fleet Management
Division operating budget of the General Services Administration
Department.
Amount of Bid: $199856.20 % of Cost Estimates: N/A
Budgeted Amount: $19,856.20
Source of Funds: Fleet Management Division, General Services
Administration Department, Account #420301-850-503000.
Minority Participation: Award is to a Non -Minority vendor.
Public Hearings/Notices: N/A
Assessable Project: N/A
Attachment:
Proposed Resolution
Tabulation of Bids
M
i
CITY OF MIAMI. FLORIOA 0
INTER.CGFp-IC& M&MONRANOIJM
TO, Arthur L. Mullins
Chief Procurement Officer
DATE: RILE.
October 2, 1987
SUBJECT: Bid #86-87-142
4-Wheel Alignment System
PROM: Ron E. Williams, Director REFERENCES:
General Services Administration
ENCLOSURES:
i
1
This department has verified with the Departments of Finance and
Management & Budget that funds are available for this purchase
from the Fleet Management Division, General Services
Administration Department, operating budget, Account #420301-850-
503000 in the amount of $199856.20.
FINANCE REVIEW AND APPROVED BY:
Carlos Garcia, Director
Department of Finance
BUDGETARY REVIEW AND APPROVED BY:
00- - - k\ \' 'S
Manohar SuratiaK, Director
Department ,oYanagement & Budget
12
- 773
AWARD OF _B I D
Bid No. 86-87-142
ITEM: Four Wheel Alignment System
DEPARTMENT: General Services Administration
TYPE OF PURCHASE: Short Term Contract
REASON: To replace obsolete equipment and
enhance Motor Pool capabilities.
POTENTIAL BIDDERS: 36
BIDS RECEIVED: 1
Bear Automotive Service Equipment Co. $19,856.20
FUN_: 1987-88 Operating Budget Fleet
Management Division Account No.
420301-850.
MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to two
black, sixteen 6) hispanic and one (1) woman -owned
firms engaged in the automotive equipment business as
located in the following sources:
1. New Vendors Applications
2. Dade County Minority Register
3. Previous bids on file in the Procurement Mgmt. Office
4. Yellow Pages Telephone Directory
No Minority response was received.
BID EVALUATION:
Category
Prior Bidders
Black American
Hispanic American
Woman Owned
Non -Minority
New Bidders
Black American
Hispanic American
Woman Owned
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
The bid meets the specifications.
Following is an analysis of the
Invitations to Bid:
Number of Bid
Invitations Mailed
0
0
0
6
2
16
1
11
IS
Number of
Responses
0
0
0
1
0
0
0
0
0
7
Page I of 2
;t
"-3
Reasons for "No t:" were as f ollowst 0
1. McDonogh Equipment Co. - "Does not sell/install this
type of equipment."
2. May's Equipment Service, Inc. -"Unable to supply the
material requested."
3. Hydraulic Specialties, Inc. - "Do not handle this type
of equipment."
4. Pieco Miami, Inc. - "We do not furnish such equipment."
5. Ospeco, Inc. - "We do not furnish such equipment."
6. Tool Shack - "Do not represent Bear".
7. Sala Industrial Sales Corp. - "Equipment not available
at this time."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO BEAR AUTOMOTIVE SERVICE
EQUIPMENT COMPANY FOR A TOTAL PROPOSED
AMOUNT OF $19,856.20.
C
ief Procurement O icer
%�z e
Date
The Minority & Women Business Administrator concurs with the
above recommendation.
.�....
JI
Minority & Women Business
Administrator
to
Paqe 2 of 2
87-8 I a1 4/