HomeMy WebLinkAboutR-00-0811J-00-826
9/21/00
0
RESOLUTION NO.
•
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF LARRY & ASSOCIATES,
INC., FOR THE PROCUREMENT OF TWO (2) TOWNSEND
T-51AE PRINTING HEADS, FOR THE DEPARTMENT OF
GENERAL SERVICES ADMINISTRATION, GRAPHIC
REPRODUCTION DIVISION, IN AN AMOUNT NOT TO
EXCEED $16,700; ALLOCATING FUNDS THEREFOR
FROM THE GENERAL SERVICES ADMINISTRATION
GRAPHIC REPRODUCTION DIVISION OPERATING
BUDGET, ACCOUNT CODE NO. 505000.420501.6.840.
WHEREAS, the Department of General Services Administration,
Graphics Reproduction Division, requires the procurement of two
(2) Townsend T-51AE. Printing Heads to meet the demands for two-
color printing of flyers, brochures, letterhead, envelopes,
business cards, newsletters and related requests; and
WHEREAS, the procurement this equipment, in combination with
multi -offset duplicators, will allow the Graphics Reproduction
Division to produce accurate, cost effective two-color printing
in a timely manner; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 99-00-235 was mailed to five (5) potential bidders; and
WHEREAS, four (4) bids were received on August 16, 2000; and
CITY COMMISSION
S E P 2 8 2000
A -so tion Ao.
•
WHEREAS, the City Manager and the Director of General
Services Administration Graphics Reproduction Division recommend
that the bid received from Larry & Associates, Inc, be accepted
as the lowest responsive and responsible bid; and
WHEREAS, funds are available from the General Services
Administration Graphics Reproduction Division Operating Budget,
Account Code No. 505000.420501.6.840;
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 and
incorporated as if fully set forth in this Section.
Section 2. The bid received on. August 16, 2000, from
Larry & Associates, Inc. for the procurement of two (2) Townsend
T-51AE Printing Heads, for. the Department Of General Services
Administration, Graphic Reproduction Division, in an amount not
to exceed $16,700, is hereby accepted, with funds therefor hereby
allocated from the General Services Administration Graphic
Reproduction Division Operating Budget, Account Code
No. 505000.420501.6..840.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
�i If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 2 of 3 00— 81 1
. .. r, -� 0
PASSED AND ADOPTED this 28th day of September , 2000.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2.36, since the Magor did not indicate approval of
this legislation by signing it in the designated pla . provided, said iecgi�sla sr -i rf„ �j
bcct.;rxrt�s effective with the elapse of ten (i Q) day m the da ft Comm' e� r_cticn
regarding same, without the Mayor exerr n a
ATTEST:
WALTER J. FOEMAN
CITY CLERK_
M'
ANDRO"O VI LAiPELLO
ITY ATTORNEY
W4705:LB:BSS
TNESS:V
Page 3 of 3
00- 811
CITY OF MIAMI, FLORIDA CAM
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members of
the City Commission
FROM:
e
City Manager
RECOMMENDATION:
DATE: SEP ! 2 2000 FILE:
SUBJECT: Resolution Authorizing Award of
Bid No. 99-00-235 -
Townsend T-51AE Printing Heads
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Larry & Associates, Inc., a Dade/Non-Minority vendor, located at 7741 N.W. 56th
Street, Miami, Florida 33166 for the procurement of two (2) Townsend T-51AE Printing Heads
for the Department of General Services Administration/Graphics Reproduction Division, in an
amount not to exceed $16,700. Funds are available in the FY'99-00 Budget of the Graphics
Reproductions Division, Account Code No. 505000.420501.6.840.
BACKGROUND:
The Department of General Services Administration has analyzed the bids received pursuant to
Bid No. 99-00-235. Five (5) Invitations for Bids were mailed and four (4) responses were
received. AB Dick Co., a Non-Local/Non-Minority vendor, was determined to be non-responsive
because the model bid "Townsend T-51" did not meet the specifications: i.e., Plate Positioning on
the Fly — vertical and horizontal micro plate adjustments while the press is printing and trail edge
twist (skew) plat adjustment without stopping the press; all of which were mandatory
requirements. Larry & Associates, Inc., submitted the lowest bid price of $16,700 and has been
deemed to be . the lowest responsible and responsive bidder meeting all requirements of the bid.
Therefore, it is respectfully recommended that Bid No. 99-00-235 be awarded to Larry &
Associates, Inc.
The Graphics Reproductions.Division receives frequent requests for two color printing of flyers,
brochures, letterhead, envelopes, business cards, newsletters, etc. We currently outsource most
of these requests due to the excessive setup time and waste involved in registering the second
color. This acquisition of the T -Head, in conjunction with our Multi offset duplicators, will allow
the Graphics Reproduction Division to produce accurate cost effective two color printing in a
timely manner.
�k
CAG/FKR/ 1
00- 811
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Judy Carter, Director DATE : August3 1, 2000 FILE
Purchasing Department
SUBJECT: Bid Recommendation
< Townsend T-51 AE
Bid No. 99-00-235
FROM: ilton Mizell, Superintendent REFERENCES
G.S.A./Graphic Reproductions Division
ENCLOSURES:
The Department of General Services Administration/Graphic Reproductions Division has
evaluated the four (4) bids received for (2) two Townsend T-51 AE printing heads. AB
Dick a non-local/non-minority vendor was determined to be non-responsive because the
model bid "Townsend T-51" did not meet the specifications: i.e., Plate Positioning on the
Fly — vertical and horizontal micro plate adjustments while the press is printing and trail
edge twist (skew) plate adjustment without stopping the press; all of which were
mandatory requirements. I spoke to Bill Reighard the marketing manager for Townsend
and he confirmed that the Townsend T-51 does not have these features, which are
standard on the Townsend T-51 AE.
Larry & Associates, Inc., a local, non -minority firm located at 7741 N.W. 56th Street,
Miami, Florida 33166, submitted the lowest bid price of $16,700.00 and has been
determined to be the lowest responsible and responsive bidder meeting all requirements
of the bid. I contacted three (3) references listed on their bid -sheet; Tiger Business Forms,
Gold Star Printers, Lightning Printing and confirmed that Larry & Associates, Inc. has a
proven track record in Installing and maintaining printing equipment.
It is therefore respectfully recommended that Bid No. 99-00-235 be awarded to Larry &
Associates, Inc. as the lowest responsible and responsive bidder meeting all requirements.
The total cost for these Townsend T-51AE printing heads including installation, shipping
and training is $16,700.00. Funds for this purchase are available in the FY`99-00 Budget
of the Graphic Reproductions Division account code 420501-840.
Should you have any questions, please contact me at 575-5154. Thank you in advance for
your assistance.
MWMIM
" :q Wd I - d35 0001 — -
IWV1W C) }.110
&AWARD RECOMMENDATION AM
BID NUMBER: 99-00-235 COMMODITY/SERVICE: PRINTING HEADS
DEPARTMENT/ DIVISION: GSA/GRAPHIC REPRODUCTION
TERM OF CONTRACT: SINGLE PURCHASE
NUMBER OF BIDS DISTRIBUTED: 5 NUMBER OF BIDS RECEIVED: 4
METHOD OF AWARD:
RECOMMENDED VENDOR(S):
LOWEST RESPONSIVE AND RESPONSIBLE BIDDER MEETING SPECIFICATIONS
Larry & Associates,,Inc.
STATUS:
LOCAL/NON-MINORITY
CONTRACT VALUE:
$16,700
TOTAL: $16.,:Z Q Q
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The Graphics Reproductions Division receives frequent
requests for two color printing of flyers, brochures,
letterhead, envelopes, business cards, newsletters, etc.
We currently outsource most of these requests due to the
excessive setup time and wste involved in registering the
secohd color. This acquisition 6f the T -Head, in conjunction
with our Multi offset duplicators, will allow the Graphics
Reproduction Division to produce accurate cost effective
two color printing in a timely manner. City at u"2ml
Management & Budg2t—
ACCOUNT CODE(S): 505000.420501.6.840 $16,700
DEPARTMENT APPROVPL,'
Departm Di CtX
Designee
BUDGET REVIEW APPROVAL:
h Linda M. Haskins
Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
PAGE 2 OF 2
Amoudall 20.v6 ?S
_TITLE:
VENDORS:
ITEM DESCRIPTION EST.
QTY.
1 New Townsend T-51 AE Printing Heads, or 2 EA
equal, as per Bid Specifications
Manufacturer/Model No.
2 Handling, Transportation, delivery, Installation
and Training
TOTAL - Items 1 & 2
Options
A. Extended Warranty Beyond Standard Warranty
0
Prepared by Ramon Berges, 8/23/2000
BID NO. 99-00-235
PRINTING HEADS
Bid Tabulation
AB Dick Co
7400 Caldwell
Niles 1160714
Non-Local/Non-Minority
EXTENDED
PRICE PRICE
$ 7,500.00 $15,000.00
Townsend T-51
$ 1,150.00 tyr
$800.00
$ 15,600.00
Shreve Press Service & Sales 9 Larry's Assoc lates
131 Candace Drive =r` 7741 NW 56th Street
Maitland, Florida 32751Miami, Florida 33166
Non-Local/Non-Minority '' Dade/Non-Mlnority
EXTENDED °W!v
PRICE PRICE <f PRICE
$ 8,000.00 $16,000.00 $ 8,000.00
A5
Townsend/1218EIAE (S/P) r Townsendfr-51 AE
1
q3
$ 4,500.00
a
k�
$ 20,500.00, s
N/A
N/A
EXTENDED
PRICE
$16,000.00
$ 700 00 P�
G=
$ 16,700.00 g
��
.. .� ��/
D-.. (:
•
r�
C*OF MIAMI OF THE CITY CLIEE
BID SECURITY LIST
BID ITEM PRINTING HEADS
BID NO:
99-00-235
DATE BIDS) OPENED: AUGUST 16, 2000 TIME
BIDDER
TOTAL BID BID BOND (ER)
AMOUNT CASHIER'S CHECK
SHREVE PRESS SERVICE & SALE INC.
See attache c 'd
ABDICK CO.
If if c
LARRY AND ASSOCIATES, INC.
�`* ►x��ir�
GRAPHIC SYSTEMS SERVICES MtZ
We received.only one copy
thp bid wh*lch was to r
-sent
NO BID
GRAPHICS
,� Utkr
RA C O
received ( _) envelops on behalf of
Person receiving bid(s)
PURCHASING DEPARTMENT on
(City D eat)
SIG
Deputy City C erk
(Date) — -
,ocuremer
BID ITEM:
`
C101 OF MIAMI OF THE CITN' CLERK._,
`
PRINTING HEADS '
90-00-235
BID NO:
DATE BID(S) OPENED: AUGUST 16, 2000 lFXDNE
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
SHREVE PRESS SERVICE & SALE INC.
See attacheJ
bid
ABDICK CO.
LARRY AND ASSOCIATES, INC.
GRAPHIC SYSTEMS, SERVICES
We received
the hid which
only one copy o
was Sent to.
NO BID
GRAPHICS
RACO
"Offers from the wn-,lors. Yls!ed 1hr—'I
0-11T
received timely as- of Me cubove 6-5en7fig
other offers subm itled in respoxiso to this
C-1 "I I e ant uIC r.
solicitation, if
t.
any,
are hereby rejected as late."
received envelops on behalf of
on receiving bid(s)PURCHASING DEPARTMENT ---on
(City Depa ent) (Date)
SIG` ^ City C���� �---------
�
/
,
`OCUrem8D1
CITY OF MIAMI
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500
Pan American Drive, Miami, FL 33133 for the following:
BID NO. 99-00=235 PRINTING,HEADS
OPENING DATE: 11:00 A.M. WEDNESDAY, AUGUST 16, 2000
(Deadline for Request of additional information/clarification:
AUGUST 9.2000)
Detailed specifications for this bid are available upon request at the. City of Miami, Purchasing
Department, 444`SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE
COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD
PRINT).
Carlos A. Gimenez CITY OF MIAMI
City Manager LOGO
AD NO. 8706
low-
City of Miami I 06
This number must
REQUISITION FOR ADVERTISEMENT adPean ent.
CI'i�r OF MIAMI OF THE CITY CLERK0
BID SECURITY LIST
r
BID ITEM:
BID NO:
DATE BID(S) OPENED: JULY 19, 2000
A/C MAINTENANCE SERVICE AT COCONUT GROVE CONVENTION
TIME 10:00 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
WEATHERTROL
See attache
bid
AERO COOLING SUSTEMS, INC.
EAGLE A/C MIAMI, INC.
TEMPTROL A/C INC.
NO BID
AVATAR INC.
SEFORD INDUSTRIES, INC.
CARRIER CORPORATION
AIR COND. PLUS
A.G. MECHANICAL INC.
SOLO AIR CONDITIONING
,q
X
"'Gil -Wig 1FOM the
recelvSLI tiYY!.lt Mfr sjoI ljebo=? Qn::c r
T
1c e Crt7.•'.l, Fr2e.
t. ai jcd . in rti,577, 3 t.Se to � .�
are hiieby $0itC.Ct` d cs lato.,
O LCi4:?'Ic31, 3
Xr.j',
�. VIC
received envelops on behalf of
•. Pnrcnn rnroh.;.... L.:.il..�
on 17_ �_ - 0
(Date)
r
l (f
CITY OF MIAMI
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500
Pan American Drive, Miami, FL 33133 for the following:
BID NO. 99-00-193R A/C MAINTENANCE SERVICE AT COCONUT GROVE CONVENTION CENTER
OPENING DATE: 10:00 A.M. WEDNESDAY, JULY 19, 2000
(Deadline for Request of additional information/clarification:
July 12„ 2000)
A MANDATORY pre-bid conference will be held at Coconut Grove Convention Center, located at
2700 So. Bayshore Drive (meet in lobby), Miami. Florida on July 6, 2000, at 10:00 a.m. The
purpose of this conference is to allow potential Proposers an opportunity to present questions to
staff and obtain clarification of the requirements of the Bid documents. If is mandatory that a
representative (s) of the bidder attend in order to qualify to bid.
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE
COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD
PRINT).
AD NO. 7608
Carlos A. Giminez CITY OF MIAMI
City Manager LOGO
=i r
.
C*
71
C
,r W U r,,`. ti✓ tir /<5' sC.:e•+ s '>`,n 3+ .'a*,.`^.'V 7 L
'�Lyti, ✓✓'h ,,�"t 076 'S
-.. {�; :. 'w yr�v e nr� `�aM^r• - tr S^'' + r ,y ,-.m( fV.R,,,w..! { ..-•4t.
el
` City of:° Miami y'
y t ; This number must
`! EQ:.UISITIOIV' FOR: A®VERYISEMENT
``� 9
,o appear in thea
advertisement.
INSTRUCTIONS.:Piease e'and attach a. co : of'the adverbs m nt with thi r ' `'i ition:.
1 c E s ;.ivision`2 D'Departmert c I EBLIC;FACILITc vr..
cam, cavE MIC T c rrE�t
' 3.-Account.: ..
R Code num.b, , ,": = . 4. 'Is,_this a, confirmation:; 5. Pre aced b
415000; 3,50241.'06 034,0 Yes 0 No . GRIIr30RY: W 'TIGHT
6 Size of advertisement ` ` 7. Starting `date :1 8. Telephone number
?.
t
7.%Dij... :.(305). 579 33`1Q Exta. 16
9' 'Number o'f ttmes:`this advertisement 'is to'.tie 10.• Type of advertisement: h
ublished:;: ..ONCE .i ' , ,'. ®' Le al . Classified bis I'ay
11 Remarks;,
ADVEt2TIS FOR A/C. "SERVICE' AST FOR •Tim COCCNUT. GROVE
CCNVEN'PIC
t BID 'NO 99 00 fi93R.` t
12
'Publication Date f t
(s) ° Invoice No.Amount.:
r.
o
Advertisement•
r
MIAMI TIMES '
. r .
i
1KIAMI REVIEW'.
f -
r _
„ : • •DIARIO IFAS 'AMERICAS J ,
s i ,
r
y.
h..
. y
a` W'..
, r
'tM Approved ,
❑ Disapproved,
tr, 6 LIr.. I.
Department Direc71 tor,/Designee. Date Approved, for Payment pate
" C . GS/PC '503 Rev' 12/89 Routing .Forward White and'-.Canary':to G S.A (Procurement'Managementj' and retain .Pink copy.
>., h
DISTRIBUTION:. White GS.k' Canary.. • Department''.
,
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BIDITEM: AIR CONDITIONING MAINTENANCE AND REPAIR AT COCONUT
GROVE CONVENTION CENTER
BID NO: 99-00-039
DATE BID(S) OPENED: M A Y 3, 2 0 0 0
0' ^'Y
TIME 10700 a'.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
I CASHIER'S CHECK
AERO COOLING
See attached
bid
AEATHERT.ROL MAINT. CORP.
"
EAGLE A/C MIAMI, INC.
TEMPTROL A/C INC.
"
NO BID
CHEM AQUR
VARSITY CONTRACTORS INC.
CASA BONITA APTS.
YORK INTERNATIONAL, CORP.
PYKE MECHANICAL, TNC.
CITY AIR CINC.
AIR CONDITIONING PLUS, INC.
C
LEADEX CORPORATION
// .271..anrl " f- 7'• 1`1. a
ars hereby reje. ..R ; •
F
a&6w,,rireceived �) envelops on behalf of
Person receiving bid(s) 61-1
PURCHASING DEPARTMENT on
(City Department)
SIGNEi(_�
Deputy City Clerk
(Date)
Oil
Ile,
CITY OF MIAMI !�
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500
Pan American Drive, Miami, FL 33133 for the following:
BID NO. 99-00-039 AIR CONDITIONING MAINTENANCE AND REPAIR AT COCONUT GROVE
CONVENTION CENTER
OPENING DATE: 10:00 A.M. WEDNESDAY, MAY 3, 2000
(Deadline for Request of additional information/clarification:
April 24, 20001
A MANDATORY pre-bid conference will be held at the Coconut Grove Convention Center,
located at 2700 South Bayshore Drive, 2nd Floor Conference Room Miami Florida on April 20,
2000, at 9:30 a.m. The purpose of this conference is to allow potential Proposers an opportunity to
present questions to staff and obtain clarification of the requirements of the Bid documents. It is
mandatory that a representative (s) of the bidder attend in order to qualify to bid.
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE
COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD
PRINT).
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO. 7605
CITY OF MIAMI OFFICE OF THE CIAXWERK
urn crg-irurry r re•r
BIDITEM: COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT ^
PROJECT, B-6309
BID NO.: 98-99-030 /
DATE BID(S) OPENED: NOVEMBER 19 , 1998 TIME 10:00 a. m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
AERO COOLING SYSTEMS, INC.
$ 246,170.00
BB 5%
TO'T'AL AIR SERVICES, INC.
264,658.00
CK #1699550 $ 4,000.0
CK #1699847 10,000.
WEATHERTROL MAINTENANCE CORP.
289,990.00
BB 5%
Otters from tne veri6org 1151ed
received timely as of the above
nerell]. "It, fliv WAY
oren.ng date an
efiem
tpr'P.
other otters submitteR in res7onsA
are hereby rejected as 16te,"
o this so:rc=
CASH 0
CHECKS -
TOTAL d'T�,,
DATE /% / Q
CITY OF MIAMI
DEPARTMENT OF FINANCE
CASH RECEIPTS FORM
,
RECEIVED FROM:
Departme VDivision
Page--/ of %
Prepared by:12dilz��
jefonn.xls/
SUBSIDIARY #
ACCOUNT CODE
AMOUNT($)
IN���111
1111111111111111
�
1
111
X111111111
■
111��0��
����111
111
❑
1111111
111111���1111111
�
1��1��111111111�
�
t
�111111111���1111�1�
jefonn.xls/
ansEank official Check No. 1699847
MationsftnW Official Check No. 1699550
40
f
AtOfficial Check
4 N A 0
.
� 0.
............... 7
I . v
a
fife
w:
AM.1
E
E N D ALLAKES
go
Pby Twfl[ie:
Order Of *.*CITYOF
s w; S
T EN MnUSAND AND 001-100
Dollars
N 0 T VTALID IF OVER
N;i[imisRank
(UTA! A ]:!-,: SERVI-CES . i N C-
%�miqvr (Purchased B�)
)t -j -27�o -
Authorized SiLmature
169949611' is 1 11,0000 191: 164 100 198 III@
3 "HE ()RIGENAL DO(,1j.MENT HAS REFLECTIVE WATER.%,MRKON THE BACK THE ORIGINAL DOCUNTENT HAS REFLECTIVE WATEMMARK ON THE BACK
0 CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO
Walter J. Foeman
City Clerk
FROM : Tony Pra
Department of Public Works
DATE : October 21, 1998 FILE: B-6309
SUBJECT: "COCONUT GROVE
CONVENTION CENTER A/C
REPLACEMENT PROJECT"
REFERENCES:
ENCLOSURES: I
Please note that contractors will submit bids for the following project:
N
"COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT PROJECT, B-6309", on
Thursday, November 19`" , 1998, at 10:00 A.M.
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager, Andre Bryan a representative overseeing the project, is going to be present at
the time of opening. Should there be cancellation or postponement, we will notify you in writing,
prior to the opening date of the bids.
c: John Jackson
Merilynn Renshaw
Project Manager
File
le
If you have any questions, please contact me at 416-2131.
< >r i
M
t ;
-i t'rl
C'7
/TP
:� X
_,`D
-*J
Encl.
`-
c: John Jackson
Merilynn Renshaw
Project Manager
File
le
BID NO: 98-99-030
® ADVERTISEMENT FOR BID
Sealed bids for "COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT PROJECT,
B-6309" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 19th
day of November, 1998, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan
American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be
publicly opened and read. Any bid submitted after the above appointed time will not be
accepted by the City Clerk.
The project consists primarily of the furnishing of all labor, materials and equipment for the
replacement and repair of the condensing units and package units located on the roof of the
Main Exhibition Hall, the West Courtyard, the Convention Center Office and the Restaurant at
the Coconut Grove Convention Center. The Coconut Grove Convention Center is located at
2700 South Bayshore Drive, Miami, Florida. Bidders shall furnish a bid bond in accordance
with Resolutions No. 86-893 and No. 87-915. For further clarification :of .technical issues as
presented in the documents and specifications, please contact Mr. AndYe Bryan,ccM (3,05) 416-
1211. Prospective bidders must have a current certified Contractor's License from the State of
Florida Construction Industry License Board for the class of work to be'performed",�or the
appropriate Certificate of Competency, or State Contractor's Certificate-. of kegistration as
issued by Miami -Dade County, in accordance with Chapter 10 of then Miarrii-1Dade'jCounty
Code, which authorizes the Bidder to perform the proposed work. -v
Bidders are alerted that a pre-bid meeting will be held on Tuesday, Octbber�_6, 1998, at 10:00
am at the Coconut Grove Convention Center.
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New City regulations will require each bidder to submit proposals in duplicate originals.
Specifications and plans may be obtained from the Office of the Director of Public Works, 444
S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after November 5, 1998. If bidders wish,
a set of specifications and plans will be mailed to them by writing to the Department of Public
Works and including a separate check for $8.00. There will be a $20.00 deposit required for the
first set of specifications and plans. Additional sets may be purchased for a fee of $20.00 per set
and this is not refundable. Deposits will be refunded only upon their return of one set of
specifications and plans to the Department of Public Works, unmarked and in good condition
within two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance 10062, as amended, regarding allocation of
contracts to minority vendors. The City requires prospective bidders to submit an Affirmative
Action Plan, as defined in said Ordinance, and as required in the Instruction to Bidders.
The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring
Agreements." The object of this ordinance is to provide employment opportunities to City of
Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may
be eligible for wage reimbursement under this program. For further information contact the
Department of Public Works, City of Miami, at (305) 416-1200.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the work on time. The City Commission reserves the right to
waive any informality in any bid, and the City Manager may reject any of all bids, and re -
advertise. (B-6309, Req. 05411)
Donald H. Warshaw
City Manager