Loading...
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 �