HomeMy WebLinkAboutR-88-0497J=88=516
5-25-88
RESOLUTION NO. RS-497
A RESOLUTION ACCEPTING THE BID OF QUALITY
P11BERGLASS PRODUCTS, INC. FOR THE
FURNISHING OF 250 DOCK LOCK BOXES FOR THE
DINNER KEY MARINA - PIER CONSTRUCTION
PROJECT FOR THE DEPARTMENT OF PUBLIC WORKS
AT A TOTAL PROPOSED COST OF $35,000.00;
ALLOCATING FUNDS THEREFOR FROM THE DINNER
KEY MARINA-RENOVATION/EXPANSION PROJECT
ACCOUNT CODE NO. 414005-319302-830;
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 May 11, 1988 for the furnishing of 250 Dock Lock Boxes
for the Dinner Key Marina Pier Construction Project to the
Department of Public Works; and
WHEREAS, invitations were mailed to seventeen (17) potential
suppliers and four (4) bids were received; and
WHEREAS, funds for this purchase are available in the Dinner
Key Marina-Renovation/Expansion Project Account Code No. 414005-
319302-830; and
WHEREAS, these Dock Lock Boxes are an essential and required
part of the pier construction project; and
WHEREAS, the City Manager and the Director of the
Department of Public Works recommend that the bid received from
{
Quality Fiberglass Products, Inc. be accepted as the lowest
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section I. The May 11, 1988 bid of Quality Fiberglass
Products, Inc. for furnishing 250 Dock Lock Boxes for the Dinner
Key Marina Pier Construction Project for the Department of Public
Works at a total proposed cost of $35,000.00 is hereby accepted
with funds therefor hereby allocated from the Dinner Key Marina-
Renovation/Expansion Project Account Code No. 414005-319302-830.
CITY COMMISSION
MEETING OF
JUN Q9p 1988
TION No. A8-49 `.
Section 9. The City Manager is hereby authorized to
insttUdt the Chief Ptocutement Officer to issue a Purchase Order
for this equipment.
PASSED AND ADOPTED thisa, 9th .day of June_ 1988.
i
XAVIER L. S EZ
MAYOR
ATTEST:
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
lea
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
JORG$ L. $'ERNANDEZ U
CITY ATTORNE
M0 250 Dock Lock Boxes
BID SECURITY
DATE SIDI ItECtIvtD May 11, 1988 2 :00pm
TYPE OF SECURITY
�IDOER
TOTAL
DUN It
Frigibar Industries,Inc
$656.00 Unit price
Quality Fiberglass Products
$140.00 "
The Stockland Company
Broken down by items
Beachcomber Fiberglass
Technology
$25.00
NO BID:
Chem-Tainer Ind.
Plastech International,Inc.
Prince Rubber & Plastics Co.
_-Fgu1 WAt Company GE Amez-4--a
Sykes Ace Hardware #8028-F
Aetna Plastics Corp.
Inc.
n
RECEIVED on behalf of DIV . /PUBLIC WORKS envelopes.
SIGNED: ��_ _ ------ DATE: 5
Received ri(vlbe/ i6tk'I Nit• dey of
VON ACCOUNTING DIVISION
` tECAL ADVERTISEMENT
w
Btt) NO.. 87=88-083
Sealed bids will be received by the City of Miami City Clerk at
her office located at 35uu Pap An�e_io�a rive# Mialmit Ploridar
33133 not later than; 1 00 p mm May 11, 1988�jfor the furnishing of
250 Dock Lock Boxes "t-nT--t-h-6-01nt er Key Marina Pier Construction
Project 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
re iected.
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.Ci.ty 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. 5137)
Cesar H. Odio
City Manager
88-497
1
t '
nnip
v
REOUISITION FOR ADVERTISEMENT this number must appear
in the advertisement.
DEPT "DIV.
ACCOUNT CODE
J
DATE __ —PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement - - times.
(number of braes)
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.
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
LINE
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 17
18 25
34 39
42 45 50
51 56
57 62
63 65.66
71
0
1
2
4
1
V
P
2
0
2
218171
1
2
3
4 7
8 V P 121314
15 DESCRIPTION 36
64DISCOUNT69
72 AMOUNT 80
5
2
0
0
12
1011
White — Purchasing Yellow - Finance
Approved for Payment
Pink — Department
s8-497 ' II
11111110
a
CItY OP MIAMI. FLORIbA
INt10t-oF1r1Ct MtEMORANOUM
TO Honorable Mayor and Members
of the City Commission
FROM
Cesar H. Odio
City Manager
RECOMMENDATION
15
DATE ,��$FILE. B- 3 2 0 2- E
,y 1 8
SUIL)ECT Resolution Awarding Contract
DINNER KEY MARINA - DOCK LOCK
BOXES a
REFERENCES: Bi d No. 87=A$-083
ENCLOSURES
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the low bid of Quality Fiberglass
Products, Inc., a minority company, for furnishing 250 dock lock
boxes for the DINNER KEY MARINA - PIER CONSTRUCTION PROJECT,
received May 9, 1988 in the amount of $35,000.00; and authorizing
the City Manager to enter into a contract on behalf of the City.
BACKGROUND
Amount of Bid: $ 35,000.00
Cost Estimate: E 68,750.00
q of Cost Estimate: 50.9%
Source of Funds: Dinner Key Marina-Renovation/Expansion Code 414005
Minority Representation: 17 invitations were mailed
4 contractors submitted bids
(1 Hispanic, 0 Black, 0 Female)
Public Hearings/Notices: No public hearing/Bid notice published
Assessable Project: No
Discussion: The Department of Public Works evaluated the bids
received on May 9, 1988 and determined that the lowest responsible
and responsive bid, in the amount of $35,000.00, is from Quality
Fiberglass Products, Inc., a minority controlled company. 4 bids
were received.
The dock lock boxes are an essential and required part of the
construction. It is also part of the equipment to be purchased by
the City and installed by the Pier Construction contractor.
Page 1 of 2
s8-497_
a
Honorable Mayor and Membors
of the City Commission
The City undertook the direct purchase of the dock lock boxes to
take advantage of volume purchasing and save on sales tax. Also the
City was able to select the best product for the new marina at the
lowest possible price.
Funding is authorized by Ordinance No. 10346 for Dinner Key Marina
Renovation/Expansion - Sunshine State Bond Pool Proceeds.
88--49'7.
CITY OF MIAMI, FL6111bA
INTE141=0FINCE MEMORANCIUM
TO William J . Sch aut DATE -
Procurement Supervisor
SUBJECT
PROM Donald W. Ca t h e n, P. E. REFERENCES:
Di r for f P bl i s Works
1 ENCLOSURES.
PILE!
Bid #87=88-083, Dock Lock
Boxes Approval s
This department has verified available funding with the
Departments of Finance and Management & Budget that funds are
available to cover the cost of the subject bid in the amount of
$35,000.00 Account.Code Number 414 005-589302-722.
FINANCE REVIEW & APPROVED BY:
(Except for funds already
appropriated or items included in
I. FY budget)
Carlooss'Garcia, Director
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
Ma.nohar Surana, Director
Department of Management
& Budget
ADDITIONAL APPROVALS
(if required)
Ser o riguez, Director
ynrVng Department
9/6�
Frank �I;'astane a, i rector
Community Development
(This form properly signed is part of the Bid evaluation and
recommendation package .to be placed on the agenda and must be
attached to the resolution cover memorandum.)
3
86-49'7
AWARD OF BID
i
Rid No.8=88=083
,ITEM 250 Dock Lock Roues
DEPARTMENT: Public Works
TYPE OF PURCHASE: Single Purchase
REASON: The ,lock dock boxes are an essential
and required part of the pier
construction project
POTENTIAL BIDDERS: 17
BIDS RECEIVED: 4
TABULATION:
VENDOR AMOUNT
Frigibar Industries $165,000.00
Beachcomber Fiberglass 62,500.00
Quality Fiberglass 35,000.00
The Stockland Company 46,250.00
FUNDS: Dinner Key Marina-Renovation/Expansion
Account No. 414005-589302-722.
MINORITY PARTICIPATION: Invitations to bid were sent to one
1 Hispanic firm engaged in the Marine Equipment business,
as indicated in the £olJ owing s-ource:.
1. New Vendors Application
Courtesy bids were sent to fifteen (15) minority organizations.
Minority response consisted of one bid from a Hispanic firm, the
recommended vendor.
BID EVALUATION: The bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Category
Prior Bidders
Black American
Hispanic American
Woman owned
Non -Minority
New Bidders
Black American
Hispanic American
Woman owned
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
Number of Bid
Invitations Mailed
0
0
0
0
0
1
0
16
15
32
Number of
Responses
0
0
0
0
0
1
0
3
0
6
0
10
Page 1 of 2
N8-49i q
Masons for "No bid were as follows.-
Cheffl-Tallnet Ind. "Do not MAhLifadtUre or distribute item
requested,"
PlaSteCh International, Inc. bo not YnAhUf Adtute
Pifetqlass bins ."
S. Prince Rubber & Plastics Co., Inc. "This type of item 16
not of our current Capabilities."
4. Sykes Ace Hardware "No Bid"
5. Aetna Plastics Corp. "Unable to provide prices."
6. L.P. Industries "Unable to give competitive prices at
satisfactory quality."
RECOMMENDATION! IT IS RECOMMENDED THAT THE AWARD BE
MADE TO QUALITY FIBERGLASS PRODUCTS AT
A TOTAL PROPOSED AMOUNT OF $35,000.00.
Procurement Supervisor
Date
The Minority Procurement officer concurs with the above
recommendation.
Officer
4/
Date
Page 2 of 2
98-497.
I
16
e
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
000000 BID NO. 87=88-083
BID 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: i":e t 30 days ( Include cash discount for prompt
payment, if any)
Additional discount of % if awarded all items.
warranty and/or guarantee: one year
State any, variances to specifications (use separate sheet if
necessary):
Delivery: l='G days calendar days required upon receipt of Purchase
Order. l%0 Soxes a week)
Delivery Point(s): City of Miami - City Hall Basement
3500 Pan American Drive
Midllli, Fl 331-33
Contact Alfredo Rodriquez at 579-6856 before delivery.
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):
i-:ario F. Gonzalez
i•:arcos Castillo
NAMES OF COMPANY OFFICERS:
;:ari o i� . Gonzalez, i'resident
r7arcos Castillo, Vice -President .
(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: QUAY: TY FIBERGLA36 PRGD' CTC Signature:
(company name) '
Print Name: MAR"i v F. GbP;.sAL'. F r e sident
Indicate if Minority Business: Date: IN.ay 7, 1986
( ) Black [XI Hispanic *[ ] women
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS
BID.
98-49'7.