Loading...
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 ;