HomeMy WebLinkAboutR-00-0872J-00-870
10/11/00
RESOLUTION NO.
a
A RESOLUTION OF THE MIAMI CITY COMMISSION,
WITH ATTACHMENT, ACCEPTING THE BIDS OF
VARIOUS PRE -QUALIFIED VENDORS, AS LISTED ON
ATTACHMENT 1, ATTACHED HERETO AND MADE A PART
HEREOF, FOR THE DEPARTMENT OF PURCHASING FOR
THE PROVISION OF CITYWIDE GENERAL
BUILDING/SPECIALTY TRADE SERVICES, ON A
CONTRACT BASIS FOR ONE (1) YEAR, WITH THE
OPTION TO RENEW FOR THREE (3) ADDITIONAL
ONE-YEAR PERIODS, IN AN AMOUNT NOT TO EXCEED
$25,000 FOR EACH PROJECT; ALLOCATING FUNDS
THEREFOR FROM THE OPERATING BUDGETS OF
VARIOUS USER DEPARTMENTS, SUBJECT TO
BUDGETARY APPROVAL.
WHEREAS, the Department of Purchasing has determined that a
pre -qualified list of vendors is required to perform general
building/specialty trade services for various Citywide
construction projects for City of Miami ("City") departments to
improve the City's ability to acquire such services on an
as -needed basis; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 99-00-194R was mailed to one hundred forty-eight (148)
potential bidders; and
A E
CITY CODMSSIOA$
METING OF
O C T 1 2 2000
ar,w1ution No.
00-
WHEREAS, thirty-seven (37) bids were
June 26, 2000; and
received on
WHEREAS, the City Manager and the Director of Purchasing
recommend that the bids received from various pre -qualified
vendors, as set forth on Attachment 1, attached hereto and made a
part hereof, be accepted; and
WHEREAS, funds are available from the budgets of various user
departments, at time of need subject to budgetary approval;
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 bids received on June 26, 2000 from
various pre -qualified vendors as listed on Attachment 1 attached
hereto and made a part hereof for the Department of Purchasing
for the provision of general building/ specialty trade services,
on a contract basis for one (1) year, with the option to renew
for three (3) additional one-year periods, in an amount not to
exceed $25,000 for each project, are hereby accepted, with funds
therefor hereby allocated from the Operating Budgets of various
user departments, subject to budgetary approval.
Page 2 of 3 00— 872
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
PASSED AND ADOPTED this 12th day of October
1 2000.
JOE CAROLLO, MAYOR
In accordance with Miami Code. Sec. 2-36, since the Mayor did not indicate approval of
this legislabon by signing it in the designated e provided, said IlegisAi now
becomes effective with tihe elapse of t a, rom tl�� of Con
�.
�-,,on
eto
regarding same, without the Wyor ercis eto.
-
4 As OFF
ter
ATTEST: ity Clerk
WALTER J. FOEMAN
CITY CLERK
APPR,OVg'6 A/TO FO CORRECTNESS:t/
F
Ir -4 1 tl "A•
-
TOVORNEY
7 3 9: 1 g: L13:13 S S
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 3 of 3 00- 872
•
:7
ATTACHMENT 1
BUILDING/SPECIALTY TRADE SERVICE
AWARD SHEET —
AIR CONDITIONING/HVAC
City Air
Comfort Tech A/C
ELECTRICAL
Gancedo Technologies
Elohim Electric
Marvelous Electric
Handsel Electric
FENCING
Murray Fence
Fence Connection
Tonald M. Gibson
GENERAL BUILDING
Trintec. Construction
R.L. Trenton Construction
Coreland Construction
EDFM Corporation
R. Tarafa Construction
Cazo Construction
C.L. Elias Construction
Genesis Corporation
Florida Lemark
Vend All Enterprises
RJR Construction
August Construction
Hway Corporation
Vera Builders
Talmac Inc.
HOM Construction
C. Tarafa Construction
GLASS/GLAZING
Coral Gables Glass
Glass Tech Engineering
MASONRY
Talmac Inc
MECHANICAL
C. Tarafa Construction
PAINTING/WATERPROOFING
Commercial Interiors
Best Property Service
PLUMBING
MRB Plumbing
C. Tarafa Construction
Best Property Service
STORE FIXTURES/CABINETS
Commercial Interiors
TILE
Commercial Interiors
.0 0-- 872
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM CA=1
TO: Honorable Mayor and DATE: - FILE:
Members of the City Commission
SEP 2 9 2000
SUBJECT: Resolution Authorizing
City -Wide General Building
Specialty Trade Services
FROM:REFERENCES:
7mez Bid No. 99-00-194R
Ci 4yMandgCly ManagENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of various Pre -Qualified Vendors for the provision of General Building/Specialty Trade
Services City -Wide, on a contract basis for one (1) year, with the option to renew for three (3)
additional one-year periods. Funds will be allocated from the various City Department's budgets
at the time of need.
BACKGROUND
The Purchasing Department has seen the need to secure a city-wide contract for General
Building/Specialty Trade services for miscellaneous construction projects not to exceed
$25,000.00. Contract requirements call for soliciting informal bids from qualified
contractors at the time of need. Award will be made to the lowest responsive bidder..
Additional qualified contractors may be added during the term of the contract to meet the
prevailing needs of the City.
The Department of Purchasing analyzed bids received pursuant to Bid No. ,99-00-194R.'
One Hundred forty-eight (148) Invitation for Bids were mailed out and thirty-seven (37)
were rece ved.
CAG C/rb
00- 8/2'
BID NUMBER: 99-00-194R
&AWARD RECOMMENDATION ORM
COMMODITY/SERVICE: CITY-WIDE GENERAL BUILDING/SPECIALTY
DEPARTMENT / DIVISION: PURCHASING FOR CITY-WIDE
TERM OF CONTRACT: ONE YEAR WITH OPTION TO EXTEND FOR THREE ADDITIONAL ONE YEAR PERIODS.
NUMBER OF BIDS DISTRIBUTED: 148
NUMBER OF BIDS RECEIVED: 37
METHOD OF AWARD: AWARD WILL BE MADE TO ALL RESPONSIVE AND RESPONSIBLE BIDDERS WHO
MEET OR EXCEED THE MINIMUM QUALIFICATIONS ESTABLISHED.
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
VARIOUS QUALIFIED VENDORS FOR
DIFFERENT TRADES
TOTAL:
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: THE PURCHASING DEPARTMENT HAS SEEN AN ONGOING NEED FOR THE
COMPLETION OF SMALL CONSTRUCTION AND REPAIR PROJECTS.
ACCOUNT CODE(S): VARIOUS CITY DEPARTMENT'S BUDGETS AT THE TIME OF NEED
DEPARTMENT AP V
Department Direct
Designee
BUDGET REVIEW APPROVAL:
Linda M. Haskins
Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
PAGE 2 OF 2
NG APPROVAL:
j' ��
BUILDING/SPECIALTY TRADE SERVICE
AWARD SHEET —
AIR CONDITIONING/HVAC
City Air
Comfort Tech A/C
ELECTRICAL
Gancedo Technologies
Elohim Electric
Marvelous Electric
Handsel Electric
FENCING
Murray Fence
Fence Connection
Tonald M. Gibson
GENERAL BUILDING
Trintec Construction
R.L. Trenton Construction
Coreland Construction
EDFM Corporation
R. Tarafa Construction
Cazo Construction
C.L. Elias Construction
Genesis Corporation
Florida Lemark
Vend All Enterprises
RJR Construction
August Construction
Hway Corporation
Vera Builders
Talmac Inc.
HOM Construction
C. Tarafa Construction
GLASS/GLAZING
Coral Gables Glass
Glass Tech Engineering
MASONRY
Talmac Inc
MECHANICAL
C. Tarafa Construction
PAINTINGIWATERPROOFING
Commercial Interiors
Best Property Service
P1.11 TMRTNf_
Mats riumbing
C. Tarafa Construction
ROOFING
Best Property Service
STORE FIXTURES/CABINETS
Commercial Interiors
TILE
Commercial Interiors
CITY OF MIAMI OF THE CIT1' CLERK S
BID SECURITI' LIST
CITYWIDE GENERAL BUILDING/SPECIALTY TRADE SERVICES
BID ITEM:
(PRE -QUALIFICATION)
BID NO: 99-00-194R
DATE BID(S) OPENED: J U N E 2 6 2 0 0 0 TIME 10:00 a. m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
CONFORT TECH AIR CONDITIONING
See attached
bid
HOM CONSTRUCTION, E0 RP.
"
TALMAC INC.
CORAL GABLES GABS & MIRROR.CORP.
TRINTEC CONSTRUCTION INC.
"
C. & F. DECORATING SERVICES
"
R.L. FENTON CONTRUCTION
MURRAY FENCE CO.
RONALD M. GIBBONS
"
E.D.F.M. CORP.
CORELAND CONSTRUCTION CORP.
R. TARAFA GENERAL CONT. INC.
GANCEDO TECHNOLOGIES, INC.
"
CAZO CONTRUCTION CORP.
C.L. ELIAS CONTRUCTION, INC.
GNEISS CORP.
FLORIDA LEMARK CORP.,
ck P
D� t�n received
(s)
PURCHASING DEPARTMENT on
(City Department)
SIGNED:
/ Deputy City Cler
) envelops on behalf of
6 -Z 6 -vim
(Date)
0
91
CITY OF MIAMI OF THE CITY CLERK* ..gg
BID SECURITY LIST o`
BID ITEM: CITYWIDE GENEAL BUILDING/SPECIALTY TRADE SERVICES
(PRE QUALIFICATION)
BID NO: 99-00-194R
DATE BID(S) OPENED: JUNE 26, 2000 TIME 10:00 a ..m
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
VEND ALL ENT. INC.
See attached
bid
CO.iST'RUCTIQJN`-�I`N-C
II
II
M. R.B. PLUMBING, .INC` -'
FENCE CONECTION
II
CITY AIR INC.
BEST PROPERTY SERVICES
COMMERCIAL INTERIOR CONTRACTORS INC.
ELOHIM ELECTR-IC, INC.
II
II
AUGUST CONSTRUCTION, CO. INC.
MARVELOU'S-ELE-CTRIC, INC.
I
�
H. WAY CORP.
I`
C. TARAFA CONSTRUCTION
GLASS TECH ENGINEERING, INC.
We.reoleived
onlly one copy of
11 II
VERA BUILDERS ENTERPRISES INC.
II
II II
HANDSEL -ELECTRIC CO.. OF FL,
NO BID
ELECTRICAL CONT. SERVICE INC.
Person receiving bid(s)
received ( ) envelops on behalf of
PURCHASING DEPARTMENT on
(City Department)
SIGNE
4eptuty City Clerk
(Date)
the
ement
BID ITEM:
BID NO:
DATE BID(S) OPENED:
CIT1 OF MIAMI O
F THE CITY CLERK
BID SECURITY LIST
CITYWIDE GENERAL BUILDING/SPECIALTY TRADE SERVIE
( PRE QUALIFICATION)
99-00-194R
JUNE 26, 2000
TIME 10:00 a.m.
BIDDER
TOTAL BID,
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
NO BID
ECONOMY AWNING CO. INC.
TOCHE INC.
AVATAR IN.C.
A -I DURAN ROOFING, INC.
AC & E PROPERTY MAINTENANCE, MSC.
S
All
77 ._
r-,,c.F?i�'".d ..'r;,,.:;C77 CC`,7.r- t j,•1 r
y
F.. ...'x.. ,. 1 ...
received ( ) envelops on behalf of
"' Person receiving bid(s)
PURCHASING DEPARTMENT on
(City ;Department)
SIGN
Deputy City Clerk
(Date)
�C cf
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:
t 15,1/1Z
BID NO. 99-00-149R CITYWIDE GENERAL BUILDING/SPECIALTY TRADE SERVICES (PRE -
QUALIFICATION)
OPENING DATE: 10:00 A.M. MONDAY, June 26, 2000
(Deadline for Request of additional information/clarification:
June 19, 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. 7217
i
.!
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: CITY WIDE GENERAL BUILDING/SPECIALTY TRADE SERVICES
BID NO: 99-00-07.1
DATE BID(S) OPENED: MAY 1, 2000 TIME 10:00 a. m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
P. & E. CONSTRUCTION CO., INC.
�� reuive
i.d w 1 ch
onl ?n copy
as s n o. Proc
HANDSEL ELECTRLC CO. . OF FLORIDA I.NC.
"
" "
BEST PROPERTY SERVICES, INC.
"
"
EPIC CONSTRUCTION
"
VASALLO CONSTRUCTION
"
CAPLTAL IND. ASSOC., INC.
"
VIERA BUILDERS ENT. INC.
A. G. MECHANICAL, INC.
See attach
d bid
C. & F. DECORATING SERVICES
"
FENCE CONNECTION
GNEISS CORPORA TION
MAGES,CO��0'
W.EATHERTROL
.
BAY PLUMBING CO.
"
ZURQUI. CONSTR.UCTT,ON, I.NC.
BISCAYNE AWNING & SHADE
„
TOTAL CONSTRUC ION & h1AINT.
AW 1 _'6 O received ( 2 Z _) envelops on behalf of
/ Person�r*ng id(s) p
PURCHASING DEPARTMENT on � / Q�
(City Department) (Date)
c
c
SIGNED.
Deputy City Clerk
►f the
irement
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST SECOND PAG E
BID ITEM: CITY WIDE GENERAL BUILDING/SPECIALTY TRADE SERVICES
BID NO:
99-00-071
DATE BID(S) OPENED: May 1, 2000 TIME 10 :00 a. m.
— Person receiving bid(s)
received ( ) envelops on behalf of
PURCHASING DEPARTMENT on
(City Department)
SIGNED:
Deputy City Clerk
(Date)
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
TITAN CONSTRUCTION GROUP, INC.
See attach
d bid
DANCO DEVELOPMENT
E.D.F.M. CORP.
"
UNLIMITED ROOFING SERVICES
"
NO BID
ELECTRICAL CONTRACTING
— Person receiving bid(s)
received ( ) envelops on behalf of
PURCHASING DEPARTMENT on
(City Department)
SIGNED:
Deputy City Clerk
(Date)
CITY OF MIAMI
ADVERTISEMENT FOR BID ._2�
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=071 CITY-WIDE GENERAL BUILDING/SPECIALTY TRADE SERVICES (PRE-
QUALIFICAITON)
OPENING DATE: 10:00 A.M. MONDAY, May 1, 2000
(Deadline for Request of additional information/clarification:
April 24, 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
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO. 7211
r
Y.o:,+'"'yr,r •:•,-yam n r ,`� ,ti^'+,+v.--.r4=r"K•+r•-J`ti �"�i i 'kyy"FI'�R�d�E's4 �'41 ivv -7 ^-l•' c - ,..,T. y.� r}..F.-` rf vy 4 4„ r�---•.- -, -a -_.0 ; _'`.�,J{r'Nt+`,' s^`r'�,.. m 4 v
City of Miami.
!This number must
REQUI IT6®V F®R ADVERTISEMENT,;,appear irf:the
o, V,
„ advertse .. imerit:
S
INSTRUCTIONS P+ _ .:q WDO and attach a c6pv of the .advertis merit with thi .r' •`i ition.
1 Department
2. Division: '
;.
rchasing•
3 Accounfi Code numb 9 '`
4. Is 'this confirmation:
5 Prepared by
00100.0 880101 6,�2t37
❑Yes �� 'No
t Athena Finger
6 Size of advertisement.7:1,Starting
date:
8. Telephone:,number:
4/12/2000
X9416-1903
9. Number of times this ad4ertisement is to be.
10. Type of advertisement:'
'ublished,' once:: ” ' (.
�� Le al ❑ Classified ❑ Display
11:.Rema',ks:
i'
12.
7
Alj W
Date(s) of.
r
Publication
:..".Publication.
Advertisement
Invoice No .
Amount
Miami Review
g 1
,.Miami- Times
p'
Diario Las'Americas
i
s
413
El Approved
�!` D4isapproved
Department Director/Designee Date
Approved :for Payment Date
GS/PC 503 Rev.. 12/89' Routing Forward White ;and Canary to G.S.A. (Procurement .Management) and retainPink copy.
4 DISTRIBUTION White GS.A,.Canar , Department ;