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