Loading...
HomeMy WebLinkAboutR-83-0955J-033-882 t r RI;SOI [,r1l��:V NO.I �I A RESOLUTION ACCEPTING THE BIDS OF CHLORIDE BATTERIES AT A PROPOSED COST Oh $2,032.52, DOUGLAS BATTERY MANUFACTURING CO. AT A PROPOSED COST OF $9,358.00, ELECTRO-SERVICES, INC. AT A PROPOSED COST OF $581.04, HI -VOLT CONTRACT SALES, INC. AT A PROPOSED COST OF $41,342.09, AND INTER- STATE BATTERIES AT A PROPOSED COST OF $5,385.80 FOR FURNISHING AUTO AND TRUCK BATTERIES ON A CONTRACT BASIS FOR ONE (1) YEAR TO VARIOUS CITY DEPARTMENTS AT A TOTAL PROPOSED COST OF $58,699.45; ALLOCATING FUNDS THEREFOR FROM THE 1983-84 OPERATING BUDGETS OF THE USING DEPART- MENTS; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE PURCHASING AGENT TO ISSUE PURCHASE ORDERS FOR THIS EQUIPMENT, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received May 16, 1983 for the furnishing of Auto and Truck Batteries on a Contract Basis for One (1) Year to Various City Departments, primarily, the Department of Building and Vehicle Maintenance, the Department of Fire, Rescue and Inspection Services, and the Department of Recreation; and WHEREAS, invitations were mailed to 46 potential suppliers and 13 bids were received; and WHEREAS, funds for this purchase will be available in the 1983-84 Operating Budget; and WHEREAS, this equipment will be used by Various City Departments for the purpose of replacing worn and/or defective equipment on City Vehicles and Generators; and WHEREAS, the City Manager and the Directors of the Departments of Building and Vehicle Maintenance, of Fire, Rescue and Inspection Services, and Recreation recommend that the bids received from Chloride Batteries, Douglas Battery Manufacturing Company, Electro-Services, Inc., Hi -Volt Contract Sales, Inc., and Interstate Batteries be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY C(DIAT41ISSION NEFTINIG OF OCT 25 1983 C30 REMARKS Section 1. The May, 16, 1.983 bids of Chloride Batteries at a proposed cost of $2,032.52, Douglas Battery Manufacturing Company at a proposed cost of $9,358.00, Electr_o-Services, Inc. at a proposed cost of $581.04, fli-Volt Contract Sales, Inc. at a proposed cost of $41,342.09 and Interstate Batteries at a proposed cost of $5,385.80 for furnishing Auto and Truck Batteries on a Contract Basis for One (1) Year to Various City Departments at a total proposed cost of $58,699.45 are hereby accepted with funds therefor hereby allocated from the 1983-84 Operating Budgets of the Using Departments. Section 2. That the City Manager is hereby authorized to instruct the Purchasing Agent to issue Purchase Orders for this equipment, subject to the availability of funds. PASSED AND ADOPTED this 25th day of October 1983. ATTEST: • � � � � f r j` J { -fi +I RAL i G. ONGIE, CITY CLWY, PREPARED AND APPROVED BY: if 144 I. &&4t ROBERT F. CLARK DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: f SE R. GARCIA-PEDROSA CITY ATTORNEY Maurice A. Ferre MAURICE A. FERRE M A Y 0 R 83-95 C f CITY OF MIAMI, FLORIDA / 101 1 INTER -OFFICE MEMORANDUM -D Mr. Howard V . Gary DATA ' S f ptembe r 27, 1983 FILE: City Manager suejEcTRecommendation for Resolution and award of Bid No. 82-83-17, Battery Contract - City Wide CROM A. L. Mullins REFERENCES Purchasing ?,gent ENCLOSURESAward of Bid, Resolution and Tabulation It is recommended that the award be made and a resolution be passed accepting the lowest responsive and responsible bids for furnishing Auto and Truck Batteries on a Contract Basis for One (1) Year to Various City Departments, as follows: the bid of Chloride Batteries for approximately 80 Batteries at a proposed cost of $2,032.52, the bid of Douglas Battery Man- ufacturing Company for approximately 250 Batteries at a proposed cost of $9,358.00, the bid of Electro-Services, Inc. for approximately 36 batteries at a proposed cost of $581.04, the bid of Hi -Volt Contract Sales, Inc. for approxi- mately 1,273 Batteries at a proposed cost of S41,342.09, and the bid of Interstate Batteries for approximately 88 batteries at a proposed cost of S5,385.80; for a total proposed amount of $58,699.43. Pursuant to public notice, sealed bids were received May 16, 1983 for furnishing various Automotive and Truck Batteries on a Contract Basis for One (1) Year to Various City Departments, primarily,the Department of Building and Vehicle Maintenance, the Department of Fire, Rescue and Inspection Services, and the Department of Recrea- tion. Invitations were mailed to 46 potential suppliers and 13 bids were received as per the attached tabulation. One (1) "No Bid" was also received. The term of this Contract for supplies shall be a period of One (1) Year, beginning with the date of award, and may be extended for an additional period by mutual written consent. The batteries will be 83-955 9 t :fir. Howard V. Gary September 28, 1983 Page 2 of 2 used by the various using departments to replace worn or defective equipment at City -Wide locations, including: the Fire Garage for fire and rescue apparatus and generators, each Fire Station and the Fire Training Center for generator plants, the Motor Pool Maintenance and Heavy Equipment Maintenance Divisions for auto- motive, truck and heavy equipment vehicles, and at the Melreese Golf Course for electric golf carts. Funds for these purchases are available in the 1983-84 Operating Budgets of the using departments. 83-955 AWARD OF BID Bid No. 82-83-17 ITEM: Auto and Truck Batteries DEPARTMENT: City -Wide TYPE OF PURCHASE: Contract for One (1) Year REASON: Replacement of worn or defective equipment POTENTIAL BIDDERS: 46 BIDS RECEIVED: 13 TABULATION: Attached FUNDS: 1983-84 Operating Budget BID EVALUATION: Bids were received from 13 suppliers on 25 specific batteries, each to be supplied wet and dry, and, at the City's option, with or without trade-in allowance, for a total of 975 bid items. Since the bid opening, the using departments have consolidated their requirements and no longer have need of items 9, 12, 13, 16, 18, 19, 20, 22, and 23. These items are replaceable by other batteries on the bid, and have been incorpo- rated into the award as such. _ The Bid Specifications stipulated minimum requirements for each battery, according to its intended application, and bidders were requested to indicate whether the product(s) they offered meet or exceed those require- ments. As per the tabulation, minimum require- ments were: 1) specified minimum pro -rated warranty period 2) specified minimum crank performance (amps at 0° F) 3) specified minimum reserve capacity (minutes at 80° F). In all cases, award has been made to the lowest bidder offering products which meet or exceed these minimums. Bids for batteries which did not meet these standards are so indicated on the tabulation. Minority participation in this bid is as indicated in the following analysis and on the tabulation. Following is an analysis of the invitation to bid: Paae 1 of 3 83-955 Category Prior Bidders Black American Hispanic American Non -Minority New Bidders Black American Hispanic American Non -Minority Courtesy Notifications "No Bids" Late Bids Totals Number of Bid ;lumber of Invitations mailed Responses 0 0 0 0 0 0 4 0 8 3 34 10 4 -0- - 1 - 0 50 14 Reasons for "No Bid" were as follows: 1. "Cannot supply items specified." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO CHLORIDE BATTERIES IN THE PROPOSED AMOUNT OF $2,032.52, DOUGLAS BATTERY MANUFACTURING CO. IN THE PROPOSED AMOUNT OF $9,358.00, ELECTRO-SERVICES, INC. IN THE PROPOSED AMOUNT OF $581.04, HI -VOLT CONTRACT SALES, INC. IN THE PROPOSED AMOUNT OF $41,342.09, AND INTERSTATE BATTERIES IN THE PROPOSED AMOUNT OF $5,385.80 FOR A TOTAL PROPOSED AMOUNT OF $58,699.45. •r Purchasing Agent Date Page 2 of 3 83-955 DC` The above award meets the requirements of the Department of Building and Vehicle Maintenance,and approval is recommended. Directot Date The above award meets the requirements of the Department of Fire, Rescue and Inspection Services, and approval is recommended. Director Date The above award meets the requirements of the Department of Recreation, and approval is recommended. Director Date Page 3 of 3 83`9J4'