Loading...
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