HomeMy WebLinkAboutR-84-1130J-84-949
i
RESOLUTION NO. Q-(�
A RESOLUTION ACCEPTING THE PROPOSAL OF TRAK
ENGINEERING FOR FURNISHING AND INSTALLING ONE
(1) AUTOMATED FUEL MANAGEMENT SYSTEM AT THE
MAIN MOTOR POOL AT A COST OF $23,825.00 WITH y
A REMOTE SUBSYSTEM AT THE POLICE MOTOR POOL
ANNEX AT A COST OF $8,325.00 FOR THE
DEPARTMENT OF BUILDING AND VEHICLE
MAINTENANCE AT A TOTAL PROPOSED COST OF
$32,150600; ALLOCATING FUNDS THEREFOR FROM
THE 1984-85 OPERATING BUDGET OF THAT
DEPARTMENT; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE PURCHASING AGENT TO ISSUE A
PURCHASE ORDER FOR THIS EQUIPMENT. y
WHEREAS, pursuant to public notice, sealed proposals
were received August 9, 1984 for the furnishing of an Automated
Fuel Management System, including training, installation and
optional Remote Site Subsystems, on a short-term contract basis
until final acceptance, to the Department of Building and Vehicle
Maintenance; and
WHEREAS, invitations were mailed to 40 potential
suppliers and 3 proposals were received; and
WHEREAS, funds for this purchase are available in the
1984-85 Operating Budget; and
WHEREAS, this equipment will be used by the Department
of Building and Vehicle Maintenance for the purpose of improving
fuel record -keeping, inventory and accounting at the Main Motor
Pool and Police Annex; and
WHEREAS, the City Manager and the Director of the
Department of the Building and Vehicle Maintenance recommend that
the proposal received from Trak Engineering, Inc. be accepted as
the lowest responsible and responsive proposal;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The August 9, 1984 proposal of Trak
Engineering, Inc. for furnishing and installing one (1) Automated
Fuel Management System at the main Motor Pool at a cost of
$230825.00 with a Remote Site Subsystem at the Police Motor
CITY COMMU,$ 91
HER
TIN a OF p
Pool Annex at a cost of $80325.000 for the Department of Building
and Vehicle Maintenance at a total proposed cost of $32#150.00 is
hereby accepted with funds therefor hereby allocated from the,
1984-85 Operating Budget of that Department.
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Agent to issue a Purchase Order for
this equipment.
PASSED AND ADOPTED this 10th day of October , 1984.
TEST:
RALPH G. ONGIE, CITY CLVK
PREPARED AND APPROVED BY:
OBERT F. CLARK,
DEPUTY CITY ATTORNEY
AP
"W%044M ea. &~Ww�
CITY ATTORNEY
AND CORRECTNESS:
Maurice A. Ferre
14AURICE A. FERRE
MAYOR
� L
y
LEGAL ADVERTISEMENT
BID NO. 83-84-90
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami Florida not later than
3:00 p.m. July 16, 1984 for furnishing
and Installina auuroximately 315 feet _of 10—ft._ Fence
Ordinance No. 9775 established a goal of Awarding 50% of the City's
total collar volume of all expenditures for All Goods and Services
to Black and Hispanic Minority Business Enterprises on an equal basis.
Minority Vendors who are interested in su ba fitting bids and who are not
registered with the City as minority vendors are advised to contact
the City Purchasing Office, 1145 N.W. llth Street, Room 126, Telephone
579-6380.
Detailed specifications
for the bid are available upon request at tv
City Purchasing Office.
tTi
o :=; C:
The City Manager may reject all bids and readvertise. �" -< _-
�v
C"}
07
m -
(Ad No. 2508
.
-n"
M -
r i.
W
0
D
Howard V. Gay
O
i
city Manager
Y. .,.:..ram. ...:.:-"v i.. -.. ....... �i•xttsn.r...'S'Rr.R'
V (go Y Yam./ V
` IREOUISITION FOR ADVERTISEMENT
OEp1`II�fV. chasing (for Bldg. & Veh. Ma:inte imce)_
ACCOUNT CODE 49ndnl -282
This number must tappet
In the advertit3errtetlt.
2.508
DATE June 22, 1984.PHONE 579-6380 APPROVED i
PREPARED BY Maria Abijali.l �� r
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement One (1) times.
(number of times)
Type of advertisement: legal xxx classified display
(Check One)
Size:
t
First four words of advertisement: Bid No. 83-84-90 Sealed bids wi.1Z be.....
Legal
Starting date June 28, 1984
Remarks: rence around t1-0-_ Miami. Stadium Cofjc*--rt Stage (open 7-16-84 - 3 :00 p.m.)
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. co
ae
DATE(S) OF
-<n 7> C—
LINE
PUBLICATION
ADVERTISEMENT
� E001(�
AMOUNT
Cf1
0
NQQS
Dr--.
A-1
x
a, rr. .:
B-2
Diario Tas Acrnxicas
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
BJE
PROJECT
11
113
.1718
1 12534
39,42
145
50,51
56
57 62
63 65166
71
0
112
14
111
t
V
P
2
0
2
218171
1 1
1
1'
1
21314
7
8 V P 12
31114115
DESCRIPTION
36
64DISCOUNT69
72 AMOUNT 80
5
2
0
0
2
0
1
Approved for Payment
White - Purchasing Green - Finance Pink - Department
b
I��
0
CI'M OF MIAMI, FLORIOA
41 INYEA-OFFICE MKMOIRANDUM
TO. Howard V. Gary
City Manager
FROe�. COX, jhicleMaintenance
tor
Building &
OAT& September 41 1984 "Let
susiceT: Request for Commission Action
REFERENcEs, Award of Bid #83-84-87
ENCLO$UREsi
IT IS RECOMMENDED THAT AWARD BE MADE AND A
RESOLUTION BE'PASSED ACCEPTING THE BID FROM
TRAK ENGINEERING FOR THE PROVIDING OF AN
AUTOMATED FUELING MANAGEMENT SYSTEM AT A
TOTAL COST OF $32,150.
Pursuant to public notice, three (3) sealed bids were received
on August 9, 1984 for furnishing an Automated Fueling Manage-
ment System.
This system is designed to control and to automatically account
for fuel dispensed by the City of Miami Motor Pool facilities.
This system, when installed, should,improve record keeping and
billing performed in the area of the fuel accountability. This
system will be installed at the main Motor Pool -and the Police
Annex facilities.
Funds for this purpose are available in the current operating
budget of this Department.
d'.
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON_
POTENTIAL PROPOSERS:
PROPOSALS RECEIVED:
TABULATION:
FUNDS:
EM
AtA'At OF MpOSAL
RFP No. 83-84-87
Automated Fuel Management System
Building and Vehicle Maintenance
Short Term Contract through Final
Acceptance
New equipment required to improve
record -keeping and fuel accounting at
main Motor Pool and Police Annex _
:ICI
3
Attached
1983-84 Operating Budget
MINORITY PARTICIPATION: Requests for Proposals were sent to six
BUR Amer can and ten (10) Hispanic American firms
engaged in the sales and design of Data Communications, Data
Processing and Computer Equipment, and/or Fuel Pumping
Systems, as located in the following sources:
1. Metropolitan Dade County Minority Vendor Directory.
2. Florida Blue Book Contractors Registry
3. Vendor Applications on file in Purchasing
4. Previous bids for similar equipment
5. Suggested vendor list researched by department
Minority Response consisted of five (5) "no bids", three
from Black and two from Hispanic business.
- PROPOSAL EVALUATIONS The proposal items consisted of the
- Ma ns to Fue Management System to be installed at the Motor
Pool, and two (2) remote systems, to be installed at the
_
City's option at the Police Annex and/or at the Heavy
Equipment Garage. The Department makes no recommendation
- for award at the Heavy Equipment Garage at this time. All
' proposals meet the specifications and award is recommended
to the lowest bidder. Following is an analysis of the
invitation to bid:
Number of Bid Number of
i Category Invitations Mailed Responses
Prior Bidders
Black Amer can 0 0
Hispanic American 0 0
Non -Minority 0 0
- New Bidders
_ Black ican 6 0
Hispanic American 10 0
Non -Minority 24 3
Y
_t
Courtesy Notifications 7 0
k
"No Bids" - 8
3
Late BidsTotals
l 3
Ye:
r _
t
•i S I,e Y•
l�.d{J � I l
Reasons for "No Did" were as follows:
1. "We -offer only computer services and supplies." (Slack
American firm).
2. "Cannot provide as requested."
3. "Distance to your site to great to be competitive."
4. "No regularly engaged in business of providing the goods
and services described." (Black American firm)
5. ."Considerably out of our normal working territory."
6. "Scope of inquiry not within our capabilities."
(Hispanic American firm)."
7. "Do not handle the equipment specified." (Hispanic
American firm)
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO TRAK ENGINEERING, INC. IN THE
TOTAL PROPOSED AMOUNT OF $32,150.00.
Purchasing Agent
q//Apk4
ate
The above award meets the requirements of the Department
Building and Vehicle Maintenance, and approval is recommended.
Direct
D to
The Minority Procurement
recommendation.
gm a of �2
.. I.. , � .. ,,:: Y :.''::, F..,>; .����}.; `„, � �k �t�.N'F' c�;�iid;G'^n:�,�� -'" � rp'N3r�•y°£'k �'�¢£�i"« {a:t.',;!- k.'+.a s� s,K s,;���l f
ys�fAq,L,
VMaE
TABULATION OF BIDS FOR'
i
cow me op Clow cob
i Ail. ,.MMAX
a
1b, � LC.► Ct m
Oro
j_RREGU�JRtTJEs LtsENO.
l
N• b7erst.l�.A
'1e'. MA sod _
OSK•OD
1
IDT 6tua•:
lax �tic
Otk Y�-
• IT 12 gECOW06kQEO TMATqPb 3EG PvAC9L
-,, 1--ft A✓ iN` G. •A -WG
0
7
0iSTlhEt;- _rt
BID
Ili,llii �