Loading...
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