HomeMy WebLinkAboutR-88-0877J-88-805
8/18/88
RESOLUTION NO. 8A_w7
A RESOLUTION ACCEPTING THE BID OF STAINLESS
METALWORKS, INC. FOR REMOVAL AND REPLACEMENT
OF KITCHEN RANGE HOOD AND FIRE EXTINGUISHING
SYSTEM IN FIRE STATION #10 TO THE DEPARTMENT
OF FIRE, RESCUE AND INSPECTION SERVICES AT A
TOTAL PROPOSED COST OF $6,280.00 ALLOCATING
FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT
PROJECT 313018 ACCOUNT CODE NO. 289401-840;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS SERVICE AND MATERIALS.
WHEREAS, pursuant to public notice, sealed bids were
received August 1, 1988 for the removal and replacement of
kitchen range hood and fire,: extinguishing system in Fire Station
#10 for the Department of Fire, Rescue and Inspection Services;
and
WHEREAS, invitations were mailed to ten (10) potential
suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase will be available from the
Capital Improvement Project 313018 Account Code #289401-840; and
WHEREAS, this service and material will be used by the
Department of Fire, Rescue and Inspection Services for the
purpose of renovating the kitchen at Fire Station #10 which is
too small and in great need of extensive repair and to
accommodate a larger range hood and fire extinguishing system=
and
WHEREAS, the City Manager and the Director of the Department
of Fire, Rescue and Inspection Services recommend that the bid
received from Stainless Metalworks, Inc. be accepted as the only
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF Tilt CITY
OF MIAMI, FLORIDA:
JI+piiM Or
OCT 6 Im
Section 1. The August 1, 1988 bid of Stainless Metalwork*,
Inc. for removal and replacement of kitchen range hood and fire
extinguishing system in Fire Station f10 to the Department of
Fire, Rescue and Inspection Services at a total proposed cost of
$6,280.00 is hereby accepted with funds therefor hereby allocated
from the Capital Improvement Project 313018 Account Code #289401-
8 40 .
Section 2. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service and materials.
PASSED AND ADOPTED this 6th day of October , 1988.
ATTIC :
MA H RAI, CITY CLEW -
PREPARED AND APPROVED BY:
ROBERT P. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
Y�
CITY ATTORNEY F.a
*4w
WWI"„ ,•
r
BID SECURITY
lTIr Kitchen Ran a Hood & Flood Extin ui chi TIktl glN RtCEirte August 1, 1988 2: 00pm
ystem at Fire Station No.10
87-88-129
filers
Stainless Metalworks,lnc.
MAL
$6,280.00
ME Of tECUM T
RECEIVED-mm behalf of PURCHASING DIV./PUBLICJFORKS �; envelopes.
SIGNED: DATE:,
leset•ef w6 e►e•r rewKsl s6es1� Nle der e! �Lamw
we* mccouMTwo «ram+
It
t
LRGAL ADVERTISEMENT
DID NO. 87-88-129
Sealed bids will be received by the City of Miami City Clerk at
her office located at 35 Pan American Drive, Miami Florida,
33133 not later than :00 p.M. Au st 1st, 19A8 for the
furnishing of all labor an er als as req or removal and
replacement of Kitchen Range Hood and Flood Extinguishing System
at Fire Station No. 10 to the Fire, Rescue and Inspection
Services Department.
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. 10062 established a goal of Awarding 51= of the
City's total dollar volume of all expenditures for All (foods 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 Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 579-6380.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 5178
M
-.11N
12
Cesar H.
n
City Manage
C
°°
rnn
M
t
14
DEPTDIV. ,
ACCOUNT CODE
DATE
FOiEPARED BY
n
n() CW o flum
REQUISITION FOR ADVERTISEMENT
Ttft number must appear
in the advertisernerri.
517R
PHONE APPROVED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement `` - I times.
(numb 01 bm"I
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATEY MM DD
Adv, Doc Reference
I VENDOR
INDEX CODE
OBJECr
PROJECT
11
1
1 17
18 1 12534
3942
45
50
51 56
57 62
63 65
66 71
1
2
4
1
V
P
2
0
21218171
1
T0
2
3
4 7
8 V P 1213114115
DESCRIPTION
36
DISCOUNT
72 AMOUNT 90
5
2
0
0
2
0
1
1'_n4, ::upy: "..aria -- e7ocuramat K�tue:.c
White - Purchasing Yellow - Finance
Approved for Payment
Pink - Department #
I
0
Cr" OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
To. The Honorable Mayor and Members
of the City Commission
FROM, Cesar H. Odio
City Manager
CATc: S E p 2 7 1988 IILC!
SUBJECT Recommendation for Award of
Bid for Fire Station M 10
Kitchen Range Hood and
Extinguishing System
RcrcRCNccs: Bid No. 87-88-129
ENCLOSURES:
It is respectfully recommended that an award of Bid be made and a resolution
be passed accepting the bid as received from Stainless Metalworks Inc. for
the complete installation, including parts and labor,for one kitchen range
hood and extinguishing system for fire station No. 10 at a one time cost of
$6,260.00. The cost also includes the removal of the existing hood and
extinguishing system.
Stainless Metalworks Inc. was the only bidder.
BACKGROUND:
The Fire, Rescue and Inspection Services Department had been utilizing
Fire Station # 10 as a single company station until approximately seven (7)
years ago when two (2) additional companies were assigned to Station M 10
without expanding the food preparation facilities. The cooking range,
currently in use, is too small and in need of extensive repairs. Due to
the size, the age and the unavailability of parts it was decided to purchase
a larger and more appropriate size range. As a result, a larger range
hood must also be purchased to provide the necessary exhaust ventilation
and fire extinguishing system as outlined in the fire code.
AMOUNT: $6,280.00 % of cost estimate 93.7•
COST ESTIMATE: $6,700.00
.z
q i
SOURCE OF FUNDS: Fire, Rescue and Inspection Services Capital zl,
Improvement Project No. 313018-289401-840 �T
MINORITY
REPRESENTATIONz Stainless Metalworks Inc. is a minority vendor
PUBLIC HLARIW/NOTICZS: N/A ry'ti ,A
ASSEMBLE PAOJEGTs N/A
Yr
CITY OF MIAMI. FLORIDA
INTEROFFICE MEMORANDUM
To William Schaut DATc: P%M
Procurement Supervisor
Procurement Management, G.S.A. Department •UINAccT: Bid No. 87-88-129
Fire Station N 10
Kitchen Range Hood and
FROM: C. H.�Bu)c gChi4e RcrcRCNccs: Extinguishing System Approvals
Director of Fire, Rescue and
Inspection Services Department ENCLOSURE&
This Department has verified available fundinq with the Departments of
Planning and Budget Office that funds are available to cover the cost
of the subject bid in the amount of $6,280.00 Account Code No.
313018-289401-940.
Finance Review and Approved by:
N/A
Carlos Garcia, Director
Department of Finance
Budgetary Review and Approved by:
Manopar Surana, Director
Budget Office
Additional Approvals
(If AmAred )
Sergio #odriques, ElPlann Department
MIA
Frank Castanedat ctox ,
Conwhity De"Lopomt ;
X
Ca
_s
b.
t
AWARD OF BID
Bid No. 87-88-129
I`: Removal and replacement of kitchen
range hood and flood extinguishing
system at Fire Station #10
DEPARTMENT: Fire, Rescue & Inspection Services
TYPE OF PURCHASE: Short term Contract
R_: The range at Fire Station #10 is being
replaced as it is too small and in
great need of repairs as a result, a
larger range hood must also be
purchased to provide the necessary
exhaust ventilation and fire
extiguishing system as outlined in the
fire code.
POTENTIAL BIDDERS: 10
BIDS RECEIVED: 1
TABULATION:
BIDDER AMOUNT
Stainless Meta wT o`rks, Inc. sr—M5:00
FUNDS: Capital Improvement Project 313018-
289401-840
MINORITY WOMAN PARTICIPATION: Invitation to Bid was sent to one
hispanic firm engaged in the Stainless Metalworks
business as located in the following source:
1. Yellow Pages Telephone Directory
Courtesy notifications were sent to fifteen (15) minority
organizations.
Minority response consisted of one (1) bid received from a
hispanic firm, the recommended vendor.
BID EVALUATION:
Cat_
Prior Bidders
Black Amer can
Hispanic American
Woman Owned
Non -Minority
New Bidders
Black American
Hispanic American
Woman Owned
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
The bid meets the specifications.
Following is an analysis of the
Invitations to Bid:
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
0 0
0 0
0
0
1
1
0
0
9
0
°a
15
_
0
oa
25
YNi
Pagt 1 of 2
RECOMMENDATION, IT IS RECOMMENDED THAT THE AWARD OR
MADE TO STAINLESS METALWORRS, INC. FOR
A TOTAL PROPOSED AMOUNT OF $6,280.00.
rocurement Supervisor
ate
The Minority 4 Women Business Administrator concurs with the
above recommendation.
minority s women Business
Administrator
to
r
v a' wn-at w��yy
u
................. .....
ftqt2Of.i
.,,.. ...._.n.•. _ ..... ...., r, .a. _..1d. �ksrtrrD: .. , i.T. wJwLiP
1
CITY OF MIAMI, FLORIDA
PR UREMENT MANAGEMENT DIVISION
dID NO. 87-88-129
8ID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: Include cash discount for prompt
payment, if any)
Additional discount of -0- • if awarded all items.
warranty and/or guarantee: ONE YEAR
State any variances to specifications (use separate sheet if
necessary) : NONE
Delivery: 30 calendar days required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami, Fire Station No. 10
4101 N.W. 7th Street
Miami, F1
In accordance with the Invitation to aid, the Specifications, nera
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):
VICTOR CRUZ
NAMES OF COMPANY OFFICERS:
swe
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, 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.
BIDDER: sTAMWIS METALWORK IW Signature:
company name)EMIQ!)a uVriLA
.Print Name:
Indicate if Minority Business: Date: AUGUST 1, 1988
[ ) Black [X) Hispanic [ ) women
FAILURE TO COMPLETE, SIGN, AND RETURN_ THIS FOAM MAI DIliMlt!
pro. '
iii m