Loading...
HomeMy WebLinkAboutR-99-0245J-99-360 4/15/99 RESOLUTION NO. 245 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF 5'AFECO A/C, INC., FOR THE PROCUREMENT AND INSTALLATION OF TWO HEATING, VENTILATION AND AIR CONDITIONING UNITS AT CITY HALL, IN AN AMOUNT NOT TO EXCEED $34,661, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROGRAM, "A/C AND H.V.A.C. SYSTEMS REPLACEMENT", PROJECT NO. 311704. WHEREAS, the General Services Administration requires the procurement and installation of two heating, ventilation and air- conditioning units to replace the existing system at city hall; and WHEREAS, pursuant to public notice, Invitation for Bids No. 98-99-033 were mailed to seventy-five potential bidders; and WHEREAS, six bids were received on February 17, 1999; and WHEREAS, the new heating, ventilation and air-conditioning systems have an energy efficiency rating which shall allow for a three and one-half year buy back, based on projected energy savings; and WHEREAS, the City Manager and the Director of General CITY cobsMS MEETING OF, APR 2 7 1999 Rasolutlon No. 997 245 �3 Q Services Administration recommend that the bid received from Safeco A/C, Inc., be accepted as the lowest responsive and responsible bid; and WHEREAS, fonds are allocated from the FY199 General Fund contribution to the Capital Improvement Program, "A/C and Systems Replacement", Project No. 311704; and 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 thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid submitted on February 17, 1999, from Safeco A/C, Inc., is hereby accepted, for the procurement and installation of two heating, ventilation and air-conditioning units at city hall, in an amount to exceed $34,661, for the Department of General Services Administration, with funds therefor hereby allocated from Capital Improvement Program, "A/C and H.V.A.C. Systems Replacement, Project No. 311704. Section 3. This Resolution shall become effective - 2 - 99- 245 ` r. 10 7 immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 27th day of April 1999. ATTEST: WALTER J. F'OEMAN CITY CLERK JOE CAROLLO, MAYOR in accordance with Miami Code See. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place pr ided, said legis'ation novi becomes effeeNe with the elapse often (10) days from date t Commi�si acticr� regarding same, without the Mayor exercisIV6 "v to) j � "'SS : 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. .- 3 - 99-- 245 CITY OF MIAMI, FLORIDA CA=6 INTER -OFFICE MEMORANDUM Honorable Mayor and Members TO: of the City Commission (1441:r;2 =90--1 onald H. Warshaw FROM: City Manager Recommendation DATE: APR 1 9 1999 FILE: SUBJECT: Resolution Authorizing the Award of H.V.A.C. Replacement for City Hall REFERENCES: Bid No. 98-99-033 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the lowest and most responsive bid for the purchase and installation of a new H.V.A.C. (Heating, Ventilation and Air Conditioning) unit for City Hall, under Bid No. 98-99-033, from SAFECG A/C, Inc., a Hispanic/local vendor, located at 2203 N.W. 23 Avenue, Miami, Florida 33142, for a total award amount not to exceed $34,661. Funds are available in the FY '99 General Fund contribution to the Capital Improvement Program "A/C and H.V.A.C. Systems Replacement", CIP Project No. 311704, in the amount of $34,661. �Backg_round The Department of General Services Administration has analyzed the bids received pursuant to Bid No. 98-99-033. Seventy-five (75) invitations for bids were mailed and six (6) responses were received. This project is for the replacement of two (2) H.V.A.C. units, replacement of thermostats, wiring, disconnect switches, the cleaning and sanitizing of existing indoor duct system, replacement of the outdoor duct system, and balancing all new units. These systems have an energy efficiency rating which shall allow for a three and one-half year buy back, based on projected energy savings. Additionally, maintenance and repair savings, plus operational efficiencies are not calculated in the pay off analysis. DHW/RM/J /om GSA/City3ia11HVAC.doc 99- 245 r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: The Honorable Mayor and Members of /dH. Commission FROM: DoTars � City Manager DATE: SUBJECT: FILE: Bid No. 98-99-033 Local Vendor ParticipatiorvResponse REFERENCES: ENCLOSURES: Please be advised that Invitation for Bids (IFB) were sent to the following local vendor(s) to procure Heating, Ventilation, and Air Conditioning Replacement at City Hall. Bids were opened 11:00 am, Wednesday, February 17, 1999. As a follow-up, the vendor(s) who did not bid was contacted on April 8, 1999, to determine the reason(s) for not bidding. 1. Name of Vendor Porto A/C Vendor Res onse s Contact Person District No. 2. R Holmes Bus & Property Svc. Unable to contact vendor Left several messages William Porto 1 3. 4. P & E Construction Co., Inc. JSK International, Inc. Du not provide service Renita Holmes Eusebio Arias V I 5. DPC General Contractors Unable to contact vendor Don't provide service Jorge Kuperman 1 6. H R Reed Construction Inc Don't provide service Fred Culleton H ni Reed I 7. 8. Landmark Builders, Inc. M J Anderson Construction Don't provide service Ernie Abreu II II 9. Miles C Jennings Construction Co. Bid package returned- "vendor moved" Don't provide service Jose Ferre IV 10. I I - Saturn Construction Co. Wis's Engineering Bid package returned-' forward expired � Miles C. Jennings Edy Laraque II 11 Don't remember seeing bid package Wisconsin Mclauglin V DHW:BWH:JSC:CYB:cyb c: Purchasing Dept K 09- 245 Bid No. 98-99-33 1 BI D INFORMATION . ON FORM January 28, 1999 ,.o.: 98-99-33 Bu er: Pamela Burns Telephone: 305416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the ouoted nrirne 914-50: H.V.A.C, REFLACEMNT We have read your Invitation for Bids, completed the necessary documents, and propose to fiuuish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALLBIDSTE MUST BE SUBMITTED so TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. -----.number of calendar days required before commencement of work. Delivery will be made within GO calendar days after receipt of purchase or der. rder. Terms: 2%10 days Net 30 days Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Contact Person/Telephone: A t1 L J At M E Term of Warranty for equipment: 5 YSARS T,o2 Term of Warranty for labor: ( Y. —'-.— Other Discounts: (6'65-IMS ©e 4 YEA2 All exceptions to this bid have been documented in the section below. EXCEPTIONS: F-CZ'1 tek—t ' VS ,) 992 - 3ac ii ice• A-Q7 S I certify that any and all information contained in this bid is true; and I Prior understanding, agreement, or connection with any corporation, firm or Person certify that this bid is made without materials, supplies, equipment, or service, and is in all reperson submittin id far the same by all terms and conditions of this bid and certify��s hor and without collusion or I agree to abide the followin and sign that 1 am authorized to sign this b' r idder. Please i; gn your name: print Firm's Name: SA;:EFCc) A T,JC �5 �035 Principal Business Address: Telephone: ls7U 20 Fax: 5 - Mailing Address: 1 1 - e Name: I Q Title: AJ� A �� EMI FL E Marl Address. Authorized Signature: Beeper:_( 805) sr, - •► 99- 245 6,5 DOR DACVG1ROII,,,,,O pMBid No. 98-9933`>TON , UCTIONS: this questionnaire is to be does not apply, included with your bid. Do not leave any questions unanswered, 0 write the words) "Noneh or "Not Applicable" as appropriate. Please print, When the question COMPANY NAME: SQV_Sug C) �IQ ((� �O►..�ITit�►.��►,lCp TnJC COMpgyy OFFICERS: President T•ETBle i�trlA� j Secretary Vice President Treasurer COMPANY OWNERSHT; .TE.t'� — � % of ownership of ownership --�_% of ownership ---___� of ownership LICENSES- County or Municipal Occupational License No. (attach copy with bid) 30 — Cxog 78 59 2• l Occupational License classification ossification CLASS A A,e (? 3. Occupational License Expiratim on Date: SL—� � .��� 4. M�o-Dade County Certifrcate of Competency (attached copy if requested in Bid or RFp No. C' °`'. �� 1 9.4 S' Social Sec ) Security or Federal I.D. No.591 (b79•7R7 EXPERIENCE: 6. Number of Years your . organization has been in business: 7. Number of Years ex 2 5 " (j4,2 S type re of the experience B'DDER/PROPOSER (persoquired by the specifications of the Bid or RFP:n ' Principal f firm o 2 o caner) has had in operation 8• Number of Years ex ���QS Operation of the experience BIDDER/PROPOSER, (firm, co type required by the specifications of the Bid or R� ration, proprietorship) YEA.Qg has had in 99- 245 - }awn uitdS�4kY Ana RID AWARD RECOMMENDATION FORM t 131D NUM131IR: 98-99-033 COMMODITY/SERVICE: HVAC Re lacement at city Hall DEPARTMENT / DIVISION: General Services Administration TERM OF CONTRACT: NUMBER OF BIDS DISTRIBUTED: METHOD OF AWARD: RECOMMENDED VENDOR(S): Safeco A/C Inc Term Contract 75 NUMBER OF BIDS RECEIVED: 6 To the lowest r Db ive and responsible bidder meeting specifications. STATUS: Local/Hisbanic CONTRACT VALUE: $ 34,661.00 TOTAL: $ 34 , 661.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: Lowest and most responsible bid. 03-1 ACCOUNT CODE(S): FY ' 99 Genera- d Program , "A/C and No. 311704, In an contribution to the Capital Improvement IiVAC Systems Replacement", CIP=Project amount not to exceed $34,661. BUDGET R EW APPROVAL: PURCHASING APPROVAL: 41pak M. Parekh Director JU .Carter Director OTHER FUNDING APPROVALS, IF APPLICABL94PAGE _TITLE: L%% OF 2Zu er nistrator 99 245 TABULATIOK�OF BIDS HEATING, VENTILATION AND AIR CONDITIONING UNITS AT CITY HALL BID NO.98-99-033 Safeco A/C, Inc. Weathertrol Maint. Corp. Air Temp Service Inc. City Air, Inc. Airstron, Inc. dlb/al Temptrol Air Conditioning 2203 N.W. 23rd Ave. 7250 N.E. 4th Avenue 7003 N. Waterway Dr., 8396 N.W. 701h St. S & S Air Conditioning Inc. 4215 S.W. 72 Ave. Miami, Fla. 33142 Miami, Florida 33138 Suite 212 Miami, Fla. 33166 1559 S.W. 21stAve Miami, Fla. 3315541510 Local I Hispanic Local / Hispanic Miami, Fla. 33155 Miami -Dade Co. / Ft. Lauderdale, Fla. 33312 Dade / Hispanic Miami -Dade Col Hispanic Non-Local/NonMinority ITEM Non Minority # DESCRIPTION: TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST TOTAL COST Furnish all materials, labor, supv., 1 equip., personnel, & supplies to acq. assemble, & Install 2 HVAC units, remove & legally dispose of existing AIC pkg units & related materials. PU 18 Addison Model DFHO54F, or $ 16,344.00 $ 13,906.00 approved equal Make / Model: DFH - 054-M-3F DFHO54F 50TJ006-V5 DFHO54F DFH054F DFHO54F Manufacturer: ADDISON ADDISON CARRIER ADDISON ADDISON ADDISON PU 20, Addison Model DH084F, or $ 17,856.00 $ 26,073.00 approved equal. Make / Model: DFH-084-M-3F DFHO84F 50TJQ008-V5 DFHO84F DFHO84F DFH084F Manufacturer: ADDISON ADDISON CARRIER ADDISON ADDISON ADDISON LUMP SUM TOTAL: $ 32,661.00 $ 39,896.00 $ 34,200.00 $ 47,565.00 $ 39,979.00 $ 36,025.00 2 Provision for Special Items $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 (not to exceed $ 2,000) GRAND TOTAL: $ 34,661.00 $ 41,896.00 $ 36,200.00 $ 49,565.00 $ 41,979.00 $ 38,025. ('Note: $3,000 discount # DAYS REQ. BEFORE WORK if use Carrier units) CAN BE STARTED AFTER 8 weeks depends on equip. 10 days 15 days from 60 days 60 days ISSUANCE OF P.O. availability equipment delivery Total Estimated Time Req. to Comp 9 weeks 10 working days 5 days 15 days from 90 days 68 days all Work equipment delivery Warranty 5 yrs compressor, as specified in 5 yrs compressor 1 yr. parts, 5 yrs. 1 yr parts & labor, Not Reflected 1 yr pa and labor bid documents 2-5 yrs extended parts compressor per 5 yrs. compressor only protection, 1 yr labor manuf. 1 yr. labor Approved b . Approved J d. Carter, �1 .cam �,;i r l Designee El TIME PERIOD 1 877 From: 1994 to Present CITY OF MUM SUMMARY OF CONTRACTS AWARDED FOR: H.V.A.C. REPLACEMENT AT CITY HALL AWARDED TO: Safeco A/C, Inc. Bid No. 98-99-033 $34,661 NUMBER OF BIDS DOLLAR AMOUNTS PRIOR CONTRACT AWARD: NONE SUMMARY OF CONTRACTS. DOC None 99- 245 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST ID ITEM: HEATING, VENTILATION AND AIR CONDITIONING CITY HALL BID NO: 98-99-033 DATE BID(S) OPENED: FEBRUARY 17, 1999 UNITS AT TIME 11:00 AM BIDDER TOTAL BID BID BOND (ER) AMOUNT CASHIER'S CHECK SAFECO AIR CONDITIONING $ 34,661.00 AIR TEMP SERVICE, IN(,-. 36,200.00 TEMPTROL AIR CONDITIONING, INC. 38,025.00 WEATHERTROL MAINTENANCE CORP. 41,896.00 S & S AIR CONDITIONING, INC. 41,979.00 CITY AIR, INC. 49,565.00 NO BID: VARSITY CONTRACTORS, INC. PORTATEMP USA, INC. PAMECO CORP. i RS & H/RAYNOLDS, SMITH & HILLS, INC. THE ARCHITECTS PARTNERSHIP OF BROWN & BROWN ' A—NUTEMP, INC. ROYAL AIR MACHANICAL, INC. KUH ARCHITECTS, P.A. P.E.C.O. ENTERPRISES, INC. SERVITFCH CORP. AIR INC. l .. received �_) envelops on behalf of Person receiving bid(s) ..= C h� lei S' .0 E) �t (City Department) SIGNED: — Deputy City Cl Oil / -7 /* ware) CITY OF MIAMI l� 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, FI. 33133 for the following: BID NO.98-99-033 Furnish and Install two (2) new heating ventilation, and air conditioning (H.V.A.C) units, and the removal and legal disposal of the existing units at Miami City Hall, 3500 Pan American Drive, Miami, Florida for the Department of General Services Administration. OPENING DATE: 11:00 A.M. Wednesday, February 17, 1999 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906. Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD NO.4402 r City of Miami REOUISITION FORADVERTISEMENT ahis ppear Innumber advertisement ZTq CTIONS: Plgase tme and atAtchof 1. Department: 2. Division: 3. Account Code number: j ' d. Is this a confirmation: 5 Prepared by 5i:.007 ,4:'"ta� El Yes ❑ No 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: —published: (] Leaal ❑ Classified ❑ •Display 11. Remarks: 12. Publication Date(s) of f Advertisement Invoice No. Amount N '\ , o , —' C ?7 N ! 1 i 13. El Approved ❑ Disapproved Department Director/Designee Date t e Approved for Payment Date k f• i /f f N1 r TT" hfa0 1.