Loading...
HomeMy WebLinkAboutR-96-0123J-96-176 2/29/96 9 6- 123 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF TOTAL AIR SERVICES, INC., TO PROVIDE HVAC (HEATING, VENTILATION AND AIR CONDITIONING) MAINTENANCE SERVICES AT THE CITY OF MIAMI RIVERSIDE CENTER, LOCATED AT 444 SOUTHWEST 2ND AVENUE, MIAMI, FLORIDA, ON A CONTRACT BASIS FOR A ONE YEAR PERIOD WITH THE OPTION TO EXTEND FOR TWO ADDITIONAL ONE YEAR PERIODS, AT A PROPOSED FIRST YEAR COST OF $17,040.00 FOR ROUTINE AND PREVENTATIVE MAINTENANCE AND $5,000.00 AS CONTINGENCY FOR NON -MAINTENANCE AGREEMENT REPAIRS, SERVICES AND/OR MODIFICATIONS, FOR A TOTAL PROPOSED FIRST YEAR COST OF $22,040.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 921135; AND AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID SERVICES AND THEREAFTER TO EXTEND SAID CONTRACT FOR TWO ADDITIONAL ONE YEAR PERIODS, UPON THE SAME TERMS, PRICES AND CONDITIONS, AND SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received January 31, 1996, for the provision of HVAC (heating, ventilation and air conditioning) maintenance services at the City of Miami Riverside Center, 400 Southwest 2nd Avenue, Miami, Florida, on a contract basis for a period of one year with the option to extend for two additional one year periods; and WHEREAS, invitations to Bid No. 95-96-042 were mailed to twenty-eight (28) potential bidders and eleven (11) bids were received; and CITY COMMISSION MEETUIG OF FEB 2 9 096 Resolution No. 96- 123 WHEREAS, funds for said service are available from Account Code No. 921135; and WHEREAS, it is recommended that Total Air Services, 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 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 January 31, 1996 bid of Total Air Services Inc. is hereby accepted to provide HVAC (heating, ventilation and air conditioning) maintenance services, at the City of Miami Riverside Center, located at 444 Southwest 2nd Avenue, Miami, Florida, on a contract basis for a one year period with the option to extend for two additional one year periods, at a proposed first year cost of $17,040.00 for routine and preventative maintenance and $5,000.00 as contingency for non- maintenance agreement repairs, services and/or modifications, far a total proposed first year cost of $22,040.00, with funds therefor hereby allocated from Account Code No. 921135. Section 3. The City Manager is hereby authorizedl~ to instruct the Chief Procurement Officer to issue a purchase order for said services and thereafter to extend said contract for two i~ The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - ~~s- ~.~3 •,~ - additional one year periods, upon the same terms, prices and conditions, and subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 29th da of February 1996. S PHEN P. CLARK, MAYOR ATTEST: ~ 1 WALTER J. FOE CITY CLER ~/ PREPARED-D,Y ~ ~~ ~ E ROD, G DIRECTOR D~PA TMENT F SET MANAGEMENT APPROVED AS TO FORM AND CORRECTNESS: s A. NN J ES, III CITY ATTO Y BSS:W638 -3- ~~- 1:~3 CITY OF MIAMI, FLORIbA INTER-OFFICE MEMORANDUM ~3 ro : The Honorable Mayor & Members DATE of the City Commission FEB ~ ~ ~°55 sue,iECr : Accepting Bid for •~ HVAC Services Ces io FROM : Ci ~ e~ REFERENCES ENCLOSURES: FILE RECOMMENDATION: It is respectfully requested that the City Commission adopt the attached Resolution accepting the bid of Total Air Services, Inc. (a female/Dade County vendor) for the furnishing of HVAC maintenance services at the City of Miami Riverside Center, 400 SW 2 Avenue, Miami, Florida, on a contract basis for a period of one year with the option to extend for two additional one year periods at a proposed first year cost of $17,040 for routine and preventive maintenance services and $5,400 contingency for non-maintenance agreement repairs, services and/or modifications for a total proposed first year cost of $22,040; allocating funds therefor from Account Code No. 921135; further authorizing the City Manager to instruct the Chief Procurement Officer to issue a purchase order for these services and thereafter to extend this contract for two additional one year periods, upon the same terms, conditions and prices, subject to the availability of funds. BACKGROUND: The Office of Asset Management has prepared the attached Resolution for consideration by the City Commission. These services are necessary to provide routine maintenance and repairs as well as emergency repairs to the heating, ventilation and air conditioning system located within the City of Miami Riverside Center. This invitation to bid was mailed to twenty-eight vendors. Eleven bids were received in response to this solicitation with Total Air Services, Inc. being the lowest responsive and responsible bidder. It is recommended at this time that the City Commission adopt the attached Resolution accepting the bid of Total Air Services, Inc. and authorizing the City Manager to instruct the Chief Procurement Officer to issue a purchase order for these services. ~Q- ~~°- ~.~3 CITY OF MIAMI, FLORIDA INTER-OFFICE MEMORANDUM To : Judy Carter oArE : February 13, 1996 FILE Chief Procurement Officer suaiECr : gid No. 95-96-042 FRQM : Edllar rlgUBZ, Director REFERENCES Offs e of sset Management ENCLOSURES: This ~o~ce has verified available funding with the Department of Finance that funds are available to cover the cost of HVAC services at the City of Miami Riverside Center, on a contract basis for one year, in the total amount of $22,040, Account Code No. 921135. d~T~~REVIEW & APPROVAL Man har Surana, Director Department of Finance 3 ~~-- 1~3 BID #95-96-042 IR CONDITIONIN G MAINTENANCc FOR 7HE MIAMI RIVERSIDE BUILDING BID TABULATION it Mana amen Total Air Weathertrol Thermo Air Inc S stems, Inc. Johnson Controls HVAC Inc. Services TOTED $55 668.00 $20 910.00 $20 335.00 $40 800.00 $25 000.00, $12 600.00 $63 348.00 $32 340.00 $25 717.00 $41 475.00 $37 500.00 $16 200.00 $70,056,00 $33,396.00 $28 335.00 $47 850.00 $32,000,00 $17,040.00 VIAN HVAC ular hrl rat $50.00 $57.00 $50.00 $60.00 $48,00 $35.00 or overtime $75.00 $85.50 $75.00 ~ $90.00 $65.00 $50.00 la hrl rate $75.00 $85.50 $75,00 $90.00 $65,00 $50.00 arl rate $75.00 $85,50 $75,00 $90.00 $65.00 $50.00 ICE HVAC ular hrl rat $40.00 $40.00 $25,00 $42.00 $35.00 $30.00 or overtime $60.00 $80.00 $37.50 $63.00 $42.00 $45.00 la hrl rate $60.00 $85.50 $37.50 $63.00 $42.00 $45.00 arl rate $60.00 $80,00 $37.50 $63.00 $42.00 $45.00 Landis 8 G r Air X Service Tem trot * York Southeastern Chiller Svcs $24 964.00 $27 000.00 $16 020.00 $8,500.00 $42 228.00 $35,225.33 $32 000.00 $20 700,00 $8,500.00 $44 568.00 $37,565.33 $42 000.00 $23,640.00 $9 000,00 $46 704.00 MAN HVAC ular hrl rate $80.00 $45.00 $48.00 no uote $57.00 or overtime $90.00 $75.00 $72.00 no uote $75.00 la hrl rate $90.00 $75.00 $72.00 no uote $75.00 url rate $90.00 $75.00 $120.00 no uote $75.00 ICE HVAC ~ular hrly rate_ __ $50.00 $40.00 $32.00 no note ~ $50.00 or overtime $75.00 $67.50 $48.00 no uote $88.00 is hrl rate $75.00 $67.50 $48.00 no uote $68.00 url rate $100.00 $67.50 $80.00 no uote $88.00 **Non-responsive. Cannot be AWARD OF B1D ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: FUNDING ALLOCATION: B1D TABULATION: BID EVALUATION: BID NO. 95-9b-042 Furnishing of HVAC maintenance services at the Miami Riverside Center Asset Management Contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods. To provide maintenance and repairs as well as emergency repairs. Twenty-eight (28) Eleven (11) FY'95-9b Operating Budget, Account Code No. 921 135. See Attached ALL VENDORS MINORITYIFEMALE VENDORS Within City limits Registered with City Black Vendors Located within City limiu Registered with City Female Vendors Located within City limits Registered with City Hispanic Vendors Located within City limits Registered with City NON MINORITY VENDORS Located within City limits "No Bids" Bid Invitations Bid Mailed Responses 2l3 11 12 5 z 2 10 3 4 0 0 0 4 0 2 2 0 0 0 0 6 3 2 2 b 3 16 b 0 0 4 ~6-- ~.~3 M1..1 Reasons for "No Bid" were as follows: 1. City Air, Inc. - "Resources tight up at times". 2. Air Conditioning Plus, Inc. - "Schedule full at this time". ', 3. Carrier Corporation - "Did not have enough time". 4. Miami Air Duct Cleaning - "Does not service HVAC". RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO TOTAL AIR SERVICES, INC., A FEMALE/DADS COUNTY VE/NDOR AT A TOTAL PROPOSED AMOUNT OF $22,040.00. C ~/ L~ v~~rZ.C ~~ ,% Chief Procurement Office` J Date 8 ~~'~ ~~~ DID ZTD2is ~ HEATING , VENTILATION AND AIR ACCONDITIONING SERVICES ~N-~.-----------------N--~~- --•-M-------YID---N- AT RIVERSIDE CENTER ~_. -.s-....----.•-- ---- ----------~---------- SID DO.~ 95-96-042 ----- ------....,....:.,.N---------------------------- JANUARY 31, 199b 2:30 p.m. DaYE DID(S) OlBNDD: ~-•_.•-- .•---_....----------~---------------------------- ~r /~ ?OTAL SID DOIfD~or2 ------ SIDDD1t al~~ ~llQIIllt C~SHZ~A~s C8~C1C--- ____-_-_ --N_ -------- YORK INTERNATIONAL CORP. -~-~~-_ __-~- We received on 1,,~, ;~ }~„y,~-~~ - --- - y one. copy of the bid D e,~ a r t m e n t WEATHERTROL MAIi1T . CORP . .- " "' •" " . .~ . •TEMPTROL AIR COND. INC. ~M~-Y See attached •b a ~ 'd AIR X SERVICES CORP. ~" " LANDIS & GYR, •INC. " '~ --NYN-Y~ aN SOUTHEASTERN CHILLER SERVICES ~....~- " " N- TOTAL AIR SERVICES, INC. ~' " HYVAC, INC. " '~ AIR MANAGEMENT N--N " " Ma-_--NN THERMO AIR, INC. ~..~ _ " " - -N~l- --~---~•---- _. JOHNSON CONTROLS, INC. NON~Y-A~- ------- - ' " " NYN---- ----NN ._.,«--N --M~-M.-N-- NO BID ~ CITY AIR INC. -NNN- _ - N- ~Yw ~- - AIR CONDITIONING PLUS, INC. N•- --N---N- - - -~~-w _- ~ ~C///~/~~/ ~ /(/~- N~NN-N~-I~I~i-e CARRIER CORPORATION M -l-~w-wNa- MIAMI AIR CUCT CLEANING , _- --N-ENO.- -aN NN-i - ~-NN-N~--N- i------N-- - ~-Me-N~ .. .. rcceiv~d. tirrxe~y as of tl~e a~ac~t*~ ~~~t'n^i c'a{1~ Ct2i:I .~n~n. fi" o er o ors ~u mi ~n~T' i~z r~ :~=~` ccre hereby re ~a~ tea .. •~ i:,.... ~~~t.~-~ i# ecz~~, --.~- NNN M-N _ -Oi-O_MMM-gyp N~M~- -- N~---N-_ i -ti-N--~-~ \ , - p_ ~ N `~ N-MNi-_-N---O--o soeol~od ~ls I •a~eloDoo oa !s®hal! o! soa sse~foia~/b~ds G5A/SOLID WASTE-PR~UREMENT DIVISION _~~-- ~ ~~ (City Departoetat) ~ .,~ LEGAL ADVERTISEMENT BID NO. 95-96-042 ~ .,~ << ~.~// Sealed bids will be received by the City of Miami City Clerk at his office located ~ ~~~ at City Hall, 3500~an American Drive, Miami, Florida 33133 no later than 1~-89- a.m. January ,~ 1996 for the provision of all Heating, Ventilation, and Air Conditioning (HVAC) Services, including service, maintenance, and materials, on a contract basis for one (1) year, at the Miami Riverside Center located at 400 S.W. 2nd Avenue, Miami, Florida. A Mandatory pre-Bid conference will take place at the Miami Riverside Center, Lobby area, on Tuesday, January 23, 1996 at 9:00 a.m. Failure to attend shall disqualify any bid submitted. Bids submitted after the deadline and/or submitted to any other location or office shall be deemed non-responsive and shall be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51% of the City's total dollar volume of all expenditures for all good 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 City as minority or women vendors are advised to contact the City's Procurement Office located at 300 Biscayne Blvd. Way, Suite 210; Telephone (305) 579-6845. Detailed specifications for the bids are available upon request at the City's Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 2103) Cesar H. Odio City Manager -M ~~Y ~. City of Miaimi -~~.~ ~ ~~~~~~ `~ ~ ~ REQUISITION FOR ADVERTISERAENT Tnis number must oy~`'~n.r'~~~`°! appear in the t; advertisement INSTRUCTIONS: Please a and atta h a o f t dv nt 1. Department:. Procttr~tuent ter Asset Planagem~nt 2. Division: 3. Account Code number: 921135-2137 4. Is this a confirmation: ^ Yes ^~ No 5. Prepared by: Pame~.a Burns 6. Size of adve sement: le~~~ 7. Starting date: J~anataxy 10, 1996 8. Telephone number: 579--6845 9. Number of times this advertisement Is to be ubiished: ~ tine 1 10. Ty a of advertisement: ~~ Le al ^ Classified ^ Dis la 11. Remarks: 13TIJ NO. 95-9~i-04Z BEATING, VI~;N'I'TLATIpN AND ATR CQNDTTTONTNG (HVAC) $Er'2VTCES FOR THE Iv1IAMT IZ]:VE~RSIDE IiIJTLDTNG Publication Date(s) of Advertisement Invoice No. Amount Miami Revi~:w Miami Titagts Uia.ri~ :Las Ame.~: ic:.r,.::, i i ' 13. ^ Approved ^ Disapproved ~f ~ r` `r~ s` Department Director/Designee .Date pproved for Payment Date i. C CGS/PC 503 Rev, 12/89 ~ Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White -G.S.A.; Canary -Department ...,~ ~~~,.~v ~F•.,,,3 M1 MANOHARS,SURANA Assistant City Manager c "";; ;;"" o< ~` !J~ X77., FV~ .._ ADDENDIDeVI #1 BID N0. 95-96-042 JANUARY 25, 1996 CESAR H. ODIO City Manager HEATING, VENTILATION AND AIR CONDITIONING (HVAC) SERVICES FOR THE MIAMI RIVERSIDE CENTER This addendum is to inforrn you of the following changes to the above noted Bid as a result of the Pre-Bid meeting on 1/23/96. 1. SPECIFICATIONS, Section 1, General Information: Replace the information originally provided on Number of Units and Types of Units with the revised attached 2 page detailed specifications on the above entitled HVAC and Refrigeration Item I_is~ 2. The Submittal date for Bids has been changed. The new Bid Due Date is: January 31 199 at Z:30 a.an. Si cerely, ~` G sara Gonzalez Procurement Supervisor C: Walter Foeman, City Clerk DEPARI-MENT OF FINANCFJ PROCUREMENT MANAGEMENT DIVISION 300 Biscayne Boulevard Way, Suite 210, hlianii, FI 33131/4305) 579-G845/Fax: (305) 579- 6853