Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-90-0012
1 J-90-12 1/2/90 RESOLUTION NO. !)()12 A RESOLUTION ACCEPTING THE BID OF SANDERS /ASP I NWALL & ASSOCIATES, INC. FOR THE FURNISHING OF STORM SEWER PUMPS FOR THE DEPARTMENT OF PUBLIC WORKS AT A TOTAL PROPOSED COST NOT TO EXCEED $55,479.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENTS PROJECT NOS. 352179 AND 352184, INDEX NO. 3.19201, AND APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REJECT THE PROTEST RECEIVED FROM HYDRO PUMPS, INC. AS ITS BID DOES NOT MEET SPECIFICATIONS; AND AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received October 4, 1989 for the furnishing of Storm Sewer Pumps for the Department of Public Works; and WHEREAS, invitations were mailed to twenty-two (22) potential suppliers and one (1) bid was received; and WHEREAS, funds for this purchase will be available from Capital Improvement Projects Nos. 352179 and 352184, Index No. 319201; and WHEREAS; this equipment will be used by the Department of Public Works for the purpose of replacing existing stormwater pumps'which are now completely out of service; and WHEREAS, it has been determined by the Chief Procurement Officer, in his role as the arbiter of bid protests pursuant to Section 18-56.1, that the bid protest filed by Hydro Pumps, Inc. be rejected as lacking merit as its bid did not meet specifications; and WHEREAS, the City Manager and the City Attorney concur with the finding of the Chief Procurement Officer and recommend rejection of the bid protest filed by Hydro Pump, Inc.; and WHEREAS, the City Manager and the Director of the Department i 1 NOW, THEREFORE, HE 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 if fully set forth in this Section. Section 2, The October 4, 1989 bid of Sanders/Aspinwall � Associates, Inc. for the furnishing of Storm Sewer Pumps for the Department of Public Works at a total proposed cost not to exceed $55,479.00 is hereby accepted with funds therefor hereby allocated from the Capital Improvement Projects No. 352179 and 352154 Index No. 319201. Section 3. Upon the approval and recommendation of the City Manager and the approval and recommendation of the City Attorney, the Chief Procurement Officer's decision to reject the protest filed by Hydro Pumps, Inc. is hereby approved. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 11th day of January , 1990. ell, XAVIER L. SUAREZ, 14AYOR ATTE MA H RAI I TY CLERIC 'DID SECURITY LIST BID ITEM:Storm Sewer Pumps _ BID NO. 89-90-006 DATE BIDS RECEIVED: Oct- 4 th , 1989 3 : 3 0 p.m. - BIDDER TOTAL_ BID AMOUNT 131D BOND (or) A� 6 CASHIER'S CHECK Sanders, Aspinwall & Associate Broken down by item Hydro Pumps, Inc. — No Bid: Blanchard Machinery King Pumps Sloan Pump Co. _ -BID SECURITY LIST BID ITEM: �Storm Sewer Pumps BID NO: 89-90-006 RATE BIDS RECEIVED: Oct. 4 th , 1989 3 : 3 0 p.m. BIDDER TOTAL BID AMOUNT BID BOND tare CASHIER'S Cs~� Sanders, Aspinwall & Associate Broken down by item Hydro Pumps, Inc. a No Bid: Blanchard Machinery King Pumps q Sloan Pump Co. i 1 r^ LEGAL ADVERTISEMENT BID NO. 89-90-006 RECEIVED 1909 SEP 22 PR Is MATTY HIRAI Gat RK ( 0 IITY AMI FLA. Sealed bids will be received by the City of Miami City Clerk at her office 1 5 �e�ra Grive, Miami, Florida not later than •30 rfor the furnishing of One (1) 30-inch , G M and one nch 10,000 GPM Storm Sewer Pumps for the Department of Public Works. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10538 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 Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 6324 ) Cesar H. Odio City Manager 4Z.V Od 19,69 f _ ,o► .. N M it • I (U 'J �U Or :J EIV 0.1 , REq�iI3f�it F#Ri©vAt15 r DE�iiSl�i Procta�&aent (for PublicQrkis $� $� 1 + AdoomTcooe S $..352 84-319301-287 MATTY HIRAI DATE tee 14 . 19 8 PHONE $ 7 5- S 17.4 � �I �i.�'�� " Ic PPikAED Y MAris Abi jalil ! DIREC I UM' t Publish the attached adrMsement fire (� )..---- - -- - - times. j (number of times) Tye of advertisement: legal XX classified display 4 ( ) j Size: Legal i Starting data September 19,' 1989 First tour words afadvettisement: Bid No. 89-90-006: Sealed bids will be..;. Renlalks: Storm Sewer Pumps (open 10-4-89 - 3: 30 p`.m. ) t ? DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. { DATE(S) OF LINE PUBLICATION ADVERTISEMENT INVbICE AMOLM 0 Miami Rdview 0?0 A-1, fi t3-2 C-3 ? 0-4 E-5 I F3 F4 {F5 __ F7 FS *;, FS F10 F1i 11 LINE TRANS VQUCHER DUE DATE YY MM [D Adv, Doc, Reference VENDOR INDEX CQDE PRW 11 13 11,716 iMI34 39 42 45 50 51 58 57 62 W t 2 $ VP 2 02 2 t;7 . 2 3 4 : .. 7 8 ' V P ,12 314 i 5 DESCRIPTION 38 DISCOU _ 72 5 2 Yi .; . Approved Payt VA to -- Purdha9lnd Yellow - Flnanoe Pink — Dsoartrnent x PON E. WILLIAMS Director 3 ttu of fnianr-t, ADDENDUM NO. 1 September 22, 1989 BID NO. 89-90-006 STORM SEWER PUMPS CESAR H. 0010 City Manager PON E. WILLIAMS Director 3 ttu of fnianr-t, ADDENDUM NO. 1 September 22, 1989 BID NO. 89-90-006 STORM SEWER PUMPS CESAR H. 0010 City Manager M rn =- < t1'! THE PURPOSE OF THIS ADDENDUM IS TO CHANGE THE OPENING TIME OF THE ABOVE BID FROM 2:30 P.M. TO 3:30 P.M. ALL OTHER INFORMATION AND REQUIREMENTS REMAIN THE SAME. SINCE LIAM J. SCHAUT PROCUREMENT SUPERVISOR GENERAL SERVICES ADMINISTRATION DEPARTMENT/Procurement Management Division 1390 N.W. 20th Street/Miami, fl 33142/(305) 575-5174 I CI'i Y OF MIAMI, FLORIDA w INTER -OFFICE MEMORANDUM CA16 ro.Honorable Mayor and Members of the City Commission Aesar H. Odi o tity Manager RASE ti0y r, 7 1989 FILE . B-5548 8- 5 56 4 SUBJEcs, Resolution Awarding Contract Emergency Storm Sewer Replan. Pumps - 1989 REFERENCES: ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Sanders/Aspi nwal 1 & Associates, Inc., for Emergency Storm Sewer Replacement Pumps - 1989, received October 4, 1989 in the amount of $55,479.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of $55,479.00 % of Cost_ Estimate: 68% Cost Estimate/Budgeted Amount: $60,000/ $65,000 Source of Funds: CIP Ordinance No. 10642 Minority Representation: 40 invitations mailed 22 contractors picked up plans & specs (1 Hispanic, 2 Black, 1 Female) 1 contractor submitted aid (0 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: Bid notice published as required. Assessable Project: No bid Discussion: The Department of and Public determi ned at that evaluated d e from received on October 4, 1989, Sanders/Aspinwall nwai n the amountstesof ,$55,479.00non i s both minority rescontrolled corporation, responsible a and ti o, responsive. TO F i 1 Blots CC CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM FRO%',. Luis?I . Prieto- ortar, Ph Dieector" of Pu 1 is Works DATE . October 26, 198g FILE SUBJECT. REFERENCES: ENCLOSURES - Request to Coordinate Bids A Specifications Attached is PW form #12111 for the job entitled EMERGENCY STORM SEWER PUMP REPLACEMENTS - 1989, as per Project Nos. 352179 and 352184. We have verified that funding will be available for this project; indicated below are monies required to cover the cost of this contract based on the preliminary engineer's/architect's estimate of $60,000.00 plus additional amounts for project expense, incidentals, and indirect cost. Minority Set -Aside (Y ) N•)i' Budgeted Capital Proj . Adrienne ac a Mar o r guez Minority Procurement Capital provement Mgr. GEP:mh cc: Construction Contract B-554A Contract B-5564 8-554 B-556 a �r BID NO. 88-89-165 CITY OF MIAMI DEPARTMENT OF PUBLIC WORKS ASSESSMENTS, SPECIFICATIONS AND CONTRACTS SECTION PROJECT REQUEST DATE: October 26, 1989 CIP Project: Emergency Storm Sewer Pump Replacements-- 1 �.�i-..P-. PROJECT NO.: 352179 & 352184 INDEX NO.: 319201 SOURCE OF FUNDS: CIP Ordinance No. 10521 as amended BIDS TO BE SECURED FOR: EMERGENCY STORM SEWER PUMP REPLACEMENTS-1989 Located at 709 S.W. 4 Street and N.E. corner of N.W. 7 Street and N.W. 17 Place. The project consists of purchasing and deliver of replacement pumps for the locations above. PLANS A SPECS PREPARED BY: Public Works FOR THE DEPARTMENT/Ir OF: Public Works ADVERTISE ON: RECEIVE BIDS: ESTIMATED COST Total Bid $60,000.00 October 4, 1989 NOTE: Plans A specs must accompany this form, together with rough copy of advertisement, at least TWO weeks prior to the proposed date of advertising. Minimum bidding time is 15 days (Code Sec. 18-52.1(d)). Form PW #121R Rev 7/13/87 3 CITY OF MIAMI, FLOP pC ;3K 330708 PROCUREMENT MANAGEM T Mia. , F1 33233-0708 DIVISION TELEPHONE NO. 575-5174 BID NO. $9-2g -006 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 30 DAYS (Include cash discount for prompt payment, if any) Additional discount of N/A % if awarded all items. Warranty and/or guarantee: ONE (1) YEAR State any variances to specifications (use separate sheet if necessary): FABRICI,!ED ELBOW IN LIEU OF DUCTILE Delivery: 125 calendar days required upon receipt of Purchase Order. Delivery Point(s): As indicated in the Specifications In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: _ DAVID F. SANQE.RS D VID F. SANDERS JAMES F . ASPINWALL JAMES R. ASPI ALT. Ple:ie use the back of this page if more space is necessary Name of individual holding license in this profession (if applicable) N/A MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. SANDERS, ASPINWALL a - A BIDDER: ASSOCIATES INC. Signature: company names Print Name: DAVID F. SANDERS r - Indicate if Minority Business: Date: [ ] Black [ ] Hispanic [ ] Women, FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS -( of 'Miami RON E. WILLIAMS Director Mr. Ed Canter, P.E Hydro Pumps, Inc. 6512 N.W. 13 Court Plantation, F1. 33318 Dear Mr. Canter: Re: Storms Sewer Pump Replacement Bid #89-90-006 CESAR H. 0010 City Manager I, as Chief Procurement Officer of the City of Miami, have read your bid protest, talked with the employees involved in the issue and reviewed the pertinent documents. Pursuant to my duties under Section► 18-56.2, City of Miami Code, I have determined that your bid protest is without merit for the reasons set forth below. The City Manager and City Attorney have approved my determination and will submit it to the City Commission, whose decision shall be final. The reasons that this protest lacks merit are as follows: 1. This bid requested an axial flow propeller pump. You submitted a bid for a mixed flow pump. 2. The pump in your bid contains a significantly greater number of suction veins than those specified (seven as opposed to three), and therefore does not meet our specifications. Our experience is that the additional number of suction veins increases the propensity to catch and retain trash and debris on them, resulting in higher horsepower consumption and increased velocity across the wearing surfaces. For the foregoing reasons, I am rejecting your bid protest. vgr-y truly ours, Rorr E. Williams. Director of General Services Administration and Chief Procurement Officer GENERAL SERVICES ADMINISTRATION DEPARTMENT /1390 N.W. 20 Street/Miami. F1331142/0051 S7W40 Mr. Ed Canter, P.E. Page 2 November 21, 1989 Approved: �- Cesar-H--C+ to City Manager Approved as to Form and Correctness: f 10 AWARD Of BID ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: Bid No. 89-90-006 Storm Sewer Pump Replacement Public Works Single purchase To replace existing stormwater pumps which are now completely out of service 22 BIDS RECEIVED: 1 TABULATION: Sanders/Aspinwall & Associates, Inc. $55,479.00 FUNDS: Capital Improvement Projects No. 352179 & 352184 Index No. 319201 MINORITY PARTICIPATION: Invitations to bid were sent to two 2 Black, three (3) Hispanic and one (1) Woman -owned firms engaged in the sale of Sewer Pumps business as located in the following sources: I. City of Miami Minority Register 2. Vendors on file with the Public Works Department 3. Yellow Pages Telephone Directory No Minority response was received. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman Non -Minority New Bidders Black American Hispanic American Woman Non -Minority Courtesv Notifications "No Bids" The bid meets the specifications. Following is .an analysis of the Invitation to Bid: Number of Bid Invitations Mailed 0 0 0 0 2 3 1 16 18 Number of Responses 0 0 0 0 0 0 0 1 0 4 Reasons for "No Bid" were as follows: 1. Blanchard Machinery - "We do not represent a mfgr. for this kind of equipment." 2. Kind Pumpers - "Cannot meet specifications." 3. Sloam Pumpers Co. - "Do not represent this equipment line." 4. Hydra pumps, Inc. - "Not responsive, did not respond to specifications." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO SANDERS/ASPINWAhL & ASSOCIATES, INC. IN THE PROPOSED AMOUNT OF $55,479.00. Procurement Supervisor ra 2,v1' 4Fe"' ate