Loading...
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/