HomeMy WebLinkAboutR-91-0487—i
i
J-91-520
6/14/91
RESOLUTION NO. 9 !
A RESOLUTION ACCEPTING THE BID OF STAINLESS
METALWORKS, INC. FOR FURNISHING AND
INSTALLATION OF STAINLESS STEEL COUNTERS AT
FIRE STATION NO. 2 FOR THE DEPARTMENT OF
GENERAL SERVICES ADMINISTRATION AND SOLID
WASTE, PROPERTY MAINTENANCE DIVISION AT A
TOTAL PROPOSED AMOUNT OF $8,445.00;
ALLOCATING FUNDS THEREFOR FROM THE CAPITAL
IMPROVEMENT PROJECT NO. 313018, ACCOUNT CODE
NO. 289301-860 ($4,821.00) AND 1991-92
OPERATING BUDGET ACCOUNT CODE NO. 420401-670
($3,624.00); AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS ACQUISITION,
SUBJECT TO THE AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received April 10, 1991 for the furnishing and installation of
stainless steel counters at Fire Station No. 2 to the Department
of General Services Administration and Solid Waste, Property
Maintenance Division; and
WHEREAS, invitations were mailed to eighteen (18) potential
suppliers and two (2) bids were received; and
WHEREAS, funds for this purchase are available from the
Capital Improvement Project No. 313018, Account Code No. 289301-
860 ($4,821.00) and 1991-92 Operating Budget Account Code No.
420401-670 ($3,624.00); and
WHEREAS, this equipment and service will be used by the
Department of General Services Administration and Solid Waste,
Property Maintenance Division for the purpose of replacing the
severely deteriorated wood/formica counters which are in excess
of fifteen (15) years old; and
WHEREAS, the City Manager and the Administrator of the
Department of General Services Administration and Solid Waste,
Property Maintenance Division recommend that the bid received
from Stainless Metalworks, Inc. be accepted as the lowest
responsible and responsive bid;
CITY COMMISSION
MEETINT.G OF
J UIL 11 1991
16 ib
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as it fully set forth in this
Section.
Section 2. The April 10, 1991 bid of Stainless Metalworks,
Inc. for the furnishing and installation of stainless steel
counters at Fire Station No. 2 to the Department of General
Services Administration and Solid Waste, Property Maintenance
Division at a total proposed cost of $8,445.00 is hereby accepted
with funds therefor hereby allocated from the Capital Improvement
Project No. 313018, Account Code No. 289301-860 ($4,821.00) and
1991-92 Operating Budget Account Code No. 420401-670 ($3,624.00),
subject to the availability of funds.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service and equipment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this llth day of July 1991.
ATTES G
MATT HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
e,. C C
RAF EL IAZ
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
JO G . F NDEZ
Ci Y Tr TORNE
ROD/gmb/M2347
XAVIER L. ISUAREZ;" MAYOR
91-- 487
- 2 -
DID _SECURITY _LIST
DID ITEM: Two Stainless Steel Counters -_____
Fire Station No. 2 --------------------------- --r-
SI D N O. s 3--------------- ----- ------------- ----- ----
DATE BID (S ) OPENED: - A rj 1 10 x -----------------------
TOTAL DID BOND or rc
BIDDER DID AHOUNT CASHIBR!S CHECK_
Stainless Metalworks, Inc.
--- ----- -------
Commercial Sheet Metal
See attached
-b!JL----------
it "
- ------
----------------
NO BID:
_
_ ________
Anvil Metals, Inc
----------------
=---------------
----------------------
N----- --- ----
-------------
--
- —/--� — --��
-----------------
------------
--------
--------
-------------r--------------
----------------------
3
___________ received (_M) envelopes on behalf of
Uj (Person receivinS bids) 9
GSA/Solid Waste -Procurement Division on
---------------------- ----------------
(City Department)
SIGNED:
(De uty City Clerk)
f
IR
LEGAL ADVERTISEMENT
(;/I
rat
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida
33133 not later thanl2:30 g.m. for the furnishing
and installation of two s a nless steel counters at Fire
Station No. 2 for the Department of General Services
Administration and Solid Waste.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Mandatory site inspection is required. No bids will be accepted
from bidders who fail to inspect the jobsite.
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 of Miami Minority/Women
Business Office, 1390 NW 20th Street, Second Floor, Miami,
Florida 33142, Telephone 575-5174.
Detailed specifications for the bids are available upon request
, Second
91--- 4,87
n()
i
HF-UUlbl IL)N FOR AUVr_K Ibt7.MtN I
DE:PT/DIV. ProcureRent (for GSAISW-Property Maint.)
ACCOUNT CODE 420401-287
DATE 3/20/91 S PHONE 575-5174 APPROAD BY:-"
Maritza" Pages
iThis number must appear
in the advertisement.
8038
rr1r_r1Mr11Ztj Or ( I -
___/e---�MRECTOROF ISSUING DEPARTMENT
(1) i
Publish the attached advertisemebt one times.
(number of times)
Type. of advertisement: legal X classified display
(Check One)
Size: Legal Starting date 3/27/91
First four words of advertisement, 13ici No. 90--91-083: Sealed bids will be.
Remarks: Furnishi� g and INstallation of Stainless Steel Counters
(open 4/10/91 2:30
DO N6T TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INV910E
AMOUNT
0
Miami Review,
A-1
B-2
C-3
D-4
E-5
F3
F4
F5 I
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATE Y MM OD
Adv. Doc. Reference
VENDOR
INDEX co6E
OBJEar
PROJECT
11
13 1
1718
1 125,34
3942
145
50
51 56
57 62
63 65
66 71
0
1
2
411
L ,�
VIPI
I
I
III
I
I
I
I
1
1
12
10121
1
1
1
1 1
1
1
1
1
1 1
218171
1
2
3
4
7
8 V P 121311,4115
DESCRIPTION
36
64 DISCOUNT 6
72 AMOUNT 80
5
2
0
0
2
0.1TTTT
ri
I
I
I
I 1
1111
111111
1111
1
-1
1
H
I
I 1
1.1
111
11.
White- Purchasing I Yellow - Finance
Yellow copy: Silvia Mendoza, C-ity
Pink copy:maritza, Procurea-Z"t
Approved for Payment
Pink - Department
Clerk's Office
Management
91-- 487
f
CITY OF MIAMI, FLORIDA CA=3
INTER -OFFICE MEMORANDUM
'O Honorable Mayor and Members
of th City Commission
;ROM
Cesar H. Odio
City Manager
DATE . JUN 2 % 1991 FILE
SUBJECT
REFERENCES
ENCLOSURES.
Resolution Authorizing
Award of Bid 90-91-083
Furnishing and Installation
of Stainless Steel Counters
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution for the furnishing and installation of
stainless steel counters at Fire Station 2, 1901 North Miami
Avenue; to be awarded to Stainless Metalworks, Inc.,
Hispanic/Dade• County vendor, and the lowest responsible and
responsive bidder in accordance with Bid No. 90-91-083. The
total cost for this contract is estimated to be $8,445.00, in
which funds are available from the City of Miami, Department of
Fire, Rescue and Inspection Services, Capital Improvement Fund,
Project No. 313018/289301-860 ($4,821.00) and the Department of
General Services Administration and Solid Waste, Property
Maintenance Division 1991-92 Operating Budget Account Code No.
420401-670 ($3,624.00).
BACKGROUND
The Department of General Services Administration and Solid Waste
has analyzed the bids received pursuant to Bid No. 90-91-083 for
the furnishing and installation of stainless steel counters at
Fire Station 2; replacing the severely deteriorated wood/formica
units which are in excess of fifteen (15) years old. Responsive
bids were received from two companies: one (1) Hispanic and one
(1) Non -Minority. Stainless Metalworks, Inc., a Hispanic company
located at 14475 NW 26 Avenue, Dade County, Florida, was the most
responsible and responsive bidder at a cost of $8,445.00; and
thus recommended for award.
Amount of Bid: $8,445.00
Source of Funds: Capital Improvement Project No. 313018
Account Code 289301-860 ($4,821.00); 1991-92
Operating Budget Account Code No. 420401-670
($3,624.00)
Minority Participation: Hispanic vendor is recommended for award
of bid.
Attachments
A
CA3 -1
51-- 1.8"7
- T UN- 1 0-9 1 MON 1.•54 IGS A P_ O:C
01 - 6
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO ; Jii'dy S . Carter DATE FILE:
Chief Procurement Officer
SLIFUFt,^.T Bid #90-91-083
Stainless Steel Counters
FROM REFERENCES
Ron S. Williams, Director
General. Services Administration/ ENCLOSURES
solid Waste Department
This department has verified available funding with the Capital
Improvement Program Manager and the Department of Management and
Budget that funds are available to cover the cost of the subject
bid in the amount of $8,445,00, Capital Improvement Project No.
313018, Account Code Number 289301-860 ($4,831.00) and from the
Department of General Services Administration and Solid Waste,
Property Maintenance Division 1991-92 (Operating Budget Account
Code No. 420401-670 ($3,624.00),�
CAPITAL IMPROVEMENT
FUNDING REVIEW AND APPROVAL:
Eduardo Rodriguez
Capital Program Manager
BUDGETARY REVIEW &
APPROVED BY:
Im TP; I � �Q (r -
Wanohar Surana, Director
Department of Budget
91-- 487
FLORIDA
NAGEMENT
BID SHEET (cont'd.)
0\O. Box 330708 —
i, FL 33233-0708
T=$HONE NO. 575-5174
BID NO. _.90-91-083
_ IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE I:
THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BI
OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS TH:
DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms., V3P ( Include cash discount for prompt payment, if any) i
Additional discount of - % if awarded all items.
warranty and/or guarantee:,Z-l--lr504_
State any variances to specifications (use separate sheet is
necessary) : Ale, •� � .
Delivery: calendar days required upon receipt of Purchase Order.
Delivery Point(s): As indicated in the Special Conditions
In accordance with the Invitation to Bid, the Specifications, General Conditions, Specia
conditions, and General Information to Bid, we agree to furnish the Items) at Pricet
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICER(S):
✓/
✓iG �n � �_ � C � u 7r
(Please use the back of this page if more space is necessary)
Name of individual holding.license in this profession (if applicable)
MINORITY PROCURIPHNNT COMPLIANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 &
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al.
applicable substantive and procedural provisions therein, includin any ampndme is to.
Bidder: II Tfl �c&1. E • Signature:
(company name)
Date: - ! Print Name: 4� E U�
Indicate if Business is 51% Minority -owned: (Check one box only)
[ ] BLACK Q4 HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION P .AN �� _
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shall be required tf
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended_. See Appendi:
I for sample. y "� ) , ,7
Bidder: �TA� �, ��` SS Z2I.iIWn 1'S Signature:/
(company name)
.3
AWARD OF BID
BID NO. 90-91-083
ITEM: Furnishing & Installation of Stainless
Steel Counters at Fire Station No. 2
DEPARTMENT: General Services Administration and
Solid Waste, Property Maintenance
Division
TYPE OF PURCHASE-: Short term contract
REASON: The proposed new stainless steel
counters will replace the severely
deteriorated wood/formica counters
which are in excess of fifteen (15)
years old.
P-OTENT1.4L BIDDERS:
•
Attached
FUNDS: 1990-91 Operating Budget Account Code
No. 420401-670 ($3,624.00) and Capital
Improvement Project No. 313018 Account
Code No. 289301-860 ($4,821.00).
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
18
2
MINORITY/WOMEN (W/M) VENDORS...........
8
1
Within City limits ..................
2
0
Registered with City ................
7
0
Black (B) Vendors ......................
2
0
Located within City limits..........
0
0
Registered with City ................
2
0
Female (F) Vendors.... ............
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
Hispanic (H) Vendors.. ...............
6
1
Located within City limits..........
2
0
Registered with City ................
5
0
NON MINORITY (NM) VENDORS ..............
10
1
Located within City limits..........
3
0
"No Bids.. .............................. - 1
Reasons for "No Bid" were as follows:
1. Anvil Metals, Inc. - "Not manufactured by our company".
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO STAINLESS METALWORKS, INC. FOR
A TOTAL PROPOSED ANNUAL AMOUNT OF
$8,445.00.
91-- 487
5'
CITY OF MIAMI
TABULATION OF BIDS FOR BID 90-91-083
FOR STAINLESS STEEL COUNTERS AT FIRE STATION #2
OPENED ON APRIL 10, 1991 AT 2:30 P.M. BY THE CITY CLERV OFFICE AT
CITY HALL
VENDOR
Stainless Metalworks, Inc.
14475 NW 26 Avenue
Opalocka (Dade County),
Florida 33054
Tel: 685-9000 (H)
Commercial Sheet Metal
250 W. 79 Place
Hialeah (Dade County),
Florida 33014 (NM)
Tel: 823-0862
PRICE COMMENTS
$8,445.00 Lowest responsive
bid
$8,990.00
0
91 M- 487