HomeMy WebLinkAboutR-96-0496i
J-96-565
6/27/96
RESOLUTION NO. 9 6 - 496
A RESOLUTION ACCEPTING THE BID OF CARRIER
CORPORATION, A NON-MINORITY/DADE COUNTY VENDOR,
FOR THE FURNISHING OF AIR CONDITIONING
MAINTENANCE SERVICES, IN THE ANNUAL AMOUNT OF
$40,560.00, FOR THREE POLICE DEPARTMENT STATIONS,
FOR A ONE (1) YEAR PERIOD WITH THE OPTION TO EXTEND
SAID SERVICE FOR TWO (2) ADDITIONAL ONE (1) YEAR
PERIODS; ALLOCATING FUNDS THEREFOR FROM THE
DEPARTMENT OF POLICE FY'95-96 GENERAL OPERATING
BUDGET, ACCOUNT CODE NO.290-201-670; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR
SAID SERVICES AND THEREAFTER TO EXTEND THIS
CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR
PERIODS AT THE SAME PRICES, TERMS AND CONDITIONS
PURSUANT TO BID NO. 95-96-081, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were received May 13, 1996 for
the furnishing of air conditioning maintenance services on a contract basis for one (1) year
with the option to extend for two (2) additional one (1) year periods for the Department of
Police; and
WHEREAS, these services are necessary in order to ensure that qualified Air
Conditioning Maintenace Services are provided inclusive of parts, labor and materials at
all times including 24 Hour call in Service and Holidays, for the North District Station,
Central District Station and the South District Station; and
CITY COKWSSIO?
XEETING OF
J U L 1 1 1996
Resolution No.
L_ss- 4ss
WHEREAS, invitations for Bid No. 95-96-081 were mailed to thirty-three (33)
potential bidders and eight (8) bids were received; and
WHEREAS, funds for these services are available from the Department of Police
FY'95-96 Operating Budget, Account Code No. 290-201-670; and
WHEREAS, the City Manager and the Chief of Police recommend that the bid
received from Carrier Corporation, be accepted as the lowest most responsible and
responsive bidder; 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 by Carrier Corporation, for the furnishing of air
conditioning maintenance services, in the annual amount of $40,560.00, for three Police
Department Stations, for a one (1) year with the option to extend said service for two (2)
additional one (1) year periods, is hereby accepted, with funds therefor hereby allocated
from the Department of Police 1995-96 Operating Budget, Account Cod-
No.290-201-670.
Section 3. The City Manager is hereby authorized to instruct the Chie
Procurement Officer to issue purchase orders for said services, and thereafter to exten(
this service for two (2) additional one (1) year periods, at the same price, terms an
conditions, pursuant to Bid No. 95-96-081, subject to the availability of funds.
Section 4. This Resolution shall become effective immediately upon its adoption.
Page 2
PASSED AND ADOPTED this --I_Lthday of _i' LTi v , 1996,
ATTEST:
WALTER J. FO ,AWN, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORN
GORT, VICE -MAYOR
APPROVED AS TO FORM AND CORRECTNESS:
A. Q N JO ,III
CITY ATTOR60
Page 3
96- 49
SENT BY'BUDGET L'NIT ; 6-27-06 ;10:52.*1 ;CITY OF MIAMI POLICE CITY MANAGER'S OFF.;# 2/ 3
TO
Honorable Mayor and ]Members
of the Commission
FROM
RECOMMENDATION:
CITY OF MIA` I, FLORDA
INTER -OFFICE MEMORANDUM
(1A71
CA=1
JUN 2 6 1996 ((((
SUBJECT: Resolution and Award of Bid
Air Conditioning Maintenance Service
for 3 Department of Police Locations
REFERENCES $ld No. 95-96-081
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution awarding
Bid No. 95-96-081 to Carrier Corporation a Nan-ittinority /Dade County Vendor located at
120 N. B. 179 Street, Mimi, Florida at an estimated amount of $40,560.00, as the lowest most
responsible and responsive bidder to provide full maintenance service, including parts, labor and
refrigerant to three Niiatni Police sites. . This service is on a contract basis for one (1) year with
the option to extend for two (2) additional one (1) year periods, at the same prices, terms and
conditions stipulated in Bid No. 95-96-081, subject to the availability of funds. Funds are
available from the Department of Police FY' 95196 Operating Budget Account
No. 290201-670
BACKGROUND
The Department of Police has analyzed the bids received pursuant to Bid No, 95-96-081 for the,
furnishing of maintenance service, parts, labor and refrigerant to three Miami Police sites, 'rhirty
three invitations for bids were mailed and eight (8) bids were received. Carrier Corporation meets
the Department's requirements and specifca6ons and offers the lowest most responsible and
responsive bid based upon the lowest annual cost of service. Carrier Corporation has done work
in the past for the Department of Police and their performance has been rated as satisfactory. It
is therefore recommended that Carrier Corporation, a Non-Mittorityfllade County vendor at an
annual proposed amount of $40,560.00 receive the Award of Did as the lowest most responsible
and responsive bidder.
Attachments
M
96- 496
::Irl'Y OF' MIAMI, FLORIDA BID NO. 95-96-081
;BID SHEET (Continued)
'IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPEN]
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSI9
BOND IS SUBMITTED IN THIS ENVELOPE.
i
'terms: N/A (Include cash discount for prompt payment, if any)
Ndditional discount of 1 % if awarded all items.
4arranty and/or guarantee:
Delivery: 5 calendar days required upon receipt of Purchase Order or Not
:) f Award.
N/A Number of calendar days required to complete work after start.
jin accordance with the Invitation to Bid, the Specifications, General Conditions, Spe,
:onditions, and General Information to Bidders, we agree to furnish the Item(s) at Pr
;indicated on the -attached bid sheet(s). �•
NAMES OF COMPANY OWNER(S): NAMES'OF COMPANY OFFICER(S):
N/A John Lord - President
Sandy Muerlot - Vice President
Arnold Lema - Treasurer
a) List principal business address: (street address),
L20 N.E. 179 Street, Miami, FL. 33162
'b) List all other offices located in the State of Florida: (street address)
See Attached
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMP-JANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #1006=
amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder: N/A Signature:_
(company name)
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check one box only)
[ ] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRMATIVE ACT ON 21,AN
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shall be require
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appe
I for sample.
Bidder: Carrier Cornoratinn Signature:
(company name)
FAILURE TO COMELEIE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BI,
BID AWARD RECOMMENDATION FORM
AIR CONDITIONING MAINTENANCE SERVIC!
BID NUMBER: 95-96-081 COMMODITY/SERVICE: FOR THREE S ATTONS OE TAE pnT.IcE DEL
DEPARTMENT / DIVISION: MIAMI POLICE DEPARTMENT
ONE (1) YEAR WITH THE OPTION TO EXTEND TO TWO (2) ADDITIONAL ONE (1)
TERM OF CONTRACT: YEAR PERTODS
NUMBER OF BIDS ISSUED:
METHOD OF AWARD:
RECOMMENDED VENDOR(S):
i
CARRIER CORPORATION
30 NUMBER OF BIDS RECEIVED: 8
AWARD TO THE LOWEST MOST RESPONSIBLE AND RESPONSIVE BIDDER
BASED UPON THE LOWEST ANNUAL COST OF SERVICE.
STATUS:
Non-Min./Dade Co.
CONTRACT VALUE:
$40,560.U0
TOTAL: $40 , 560 .00
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: Carrier CprDnrafinn mepts the D-•- u • -. -u ..
-bas done •rl- fnr thp nppartmpmt in thp pqqt - • a hps • - • -
satisfpntarily-'Fnr thege• • - • Y •• ■ • - • that
ACCOUNT CODE(S): ,2 golao ( -- 6 go
DEPARTMENT APPROVAL:
De nt Dire tor/ i
es nee
BUDGET REVIEW APPROVAL:
L'
Manohar S. Surana
Assistant City Manager
OTHER FUNDING APPROVALS, IF APPLICABLE:
PAGE 2 OF 2 PAGES
PROCUREMENT APPROVAL:
Judy S. Cat&
Chief -,Procurement officer
TITLE:
5
96-- 496
SLN[ UY:ULLGt:[ UN[[ b-2b-Ub | 4:411tN Q|I 01- A|M| ft)L|Lt-~ OUo8001/U/�� a'
iPOLICE
BID NO. gi-96-081
BID TABULATION
ANNUAL COST OF SERVICE
�
|
�
|
'
! -
IAME OF BIDDER
46,200.00
. .. .'.-
emawhlon"Dade County
20 N.E. 179 Street
41,376.001
§gbi4i N.E. 10th Avenue
!4EXTHERTR& MAINTENANCE
�
| -~`~ ~`~~'-~-
250 N.E. 4th Avenue
� '-,_-
' -J-'------ -
------'-
i575 N. Zqtn Avenue
!
on-Mino6ty/Non-Dade County
AM N.W. 56TH Street, Suite 102
fispankJ-Da& County
'L Lauderdale, Fla. -33-3-31
!
DEPARTMENT APPROVAL --j
IF
-emale/Dade County
'
' ---------`--'
Procurement Management
�u ��
xx
���
�
�
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
FUNDING ALLOCATION:
BID EVALUATION:
ALL VENDORS
MINORITY/FEMALE VENDO
Within City limits
Registered with City
Black Vendors
Located within City limit
Registered with City
Female Vendors
Located within City limit
Registered with City
i
Hispanic Vendors
Located within City limit
Registered with City
NON MINORITY VENDORS
Located within City limit
UNKNOWN VENDORS
Located within City Limi
"No Bids"
AWARD OF BID
BID NO. 95-96-081
AIR CONDITIONING MAINTENANCE SERVICES
FOR THREE POLICE STATIONS
POLICE DEPARTMENT
CONTRACT FOR ONE YEAR
Furnishing of full maintenance service to three
Miami Police Stations.
Thirty three (33)
Eight (8)
FY' 95/96 Police Department Operating Budget
Account Code No. 290201-670
Bid Bid
Invitations Mailed
33 8
RS 14 4
1 0
14 4
6 0
s 0 0
6 0
1 1
s 0 0
1 1
7 3
s 1 0
7 3
5 4
s 0 0
14 0
is 0 0
3
96- 496
3
96- 496
SENT BY:CIT[ OF MIAMI-
Reasons for "No Bid" was as follows:
1. CITY AIR INC. - "Resources tied up"
Z. MERIDIAN MANAGEMENT, - "Too small; would perform work with z.
contract."
3, AIR CONDITIONING PLUS, INC. --Cannot provide service. "
RECOMMENDATION:
IT IS RECOMMENDED THAT AWARD BE MADE TO CARRIER CORPORA`S
NON•MINORITYIDADE COUNTY VENDOR AT A PROPOSED Ai'vi' UA
AMOUNT OF $40,560.00,
ief Procurement Officer
Date
10
PAGE ^.
96- 496
BID ITEB: AIR CONDITIONING MAINTENANCE SERVICES
--ww----IN----- —s bdb.bMd—M----ls--it
w+M_____d_---lldM—.—l---___b___O—__NOOIN!_
BID 10.8 95-96-081
DATE 3I0(3) OPINED: -MAY-13_-1996--N 11:00 a m_----N---------p_
SIDDIR
TOTAL BIO !OKDor1
sia AXOVur CASH1
IBR I a CHECK 1
HYVAC, INC.
See attached b
d
CARRIER CORPORATION
rr rr ,
LANDIS & GYR, INC,
rr n
WETHERTROL MAINTENANCE CORP.
THERMO AIR, INC.
AIR X SERVICE CORP.
"
YORK INTERNATIONAL
" ' •"
TOTAL AIR SERVICES INC.
We received on
which was sent
y one copy of the bid^
to Procurement Departure
NO BID
CITY AIR INC.
O.�—f�--O—wMbdd�
MERIDIAN MANAGEMENT
—d•M—N---l--d
—bb_pe—dddddN—O!
AIR CONDITIONING PLUS, INC.
�--
I7
received .ji..e?y r;,; 'ci i'zr
are z• ,. ,, `,...,
he.e��r rc,�4c:!� t a
fA�--Nb—
NNNi N—N
�Lz
r.0Ile
�,::!s --
—_w—N
OMbd�—bdd--OM-00--0—
_
—
if culy7
bNN—
O—Nm—bbwbb4!—
NNONN--
NNN —�.
Nb—bNdMd—.—OOMtIdO�—_
�,�� i• � �
NNb Mb
_
bd
dwY—dNO—
bb�..MMdd �,
—®m
arvird..Y
O.M.wOdddwdN O—�
I
received envelopes on beha1=
Yasaoa r cai•ini bids)
GSA/SOLID WASTE -PROCUREMENT DIVISION on
---N—dd---l—O— — --b------------
(City Department)
W/7Utj Cit —Clark)
C�ttty of tiCzrtt
'i o,.
f9
MANOHAR S. SURANA «
Assistant City Manager ii11�r
yG�c•o,. r•�°��c
ADDENDUM NO. 1
BID NO. 95-96-081 MAY 1, 1996
AIR CONDITIONING MAINTENANCE SERVICES
FOR THREE (3) STATIONS OF THE
MIAMI POLICE DEPARTMENT
�,ESAR H. ODIO
City Manager
ATTACHMENT A, NORTH DISTRICT STATION OF THE SPECIFICATIONS,
IS TO BE REPLACED WITH THE ATTACHED.
IN ADDITION, BE ADVISED THE OPENING DATE AND TIME HAS BEEN
CHANGED TO MONDAY, MAY 13 i 996 AT 1 1:00 A.M.
THE ORIGINAL SPECIAL CONDITIONS, SPECIFICATIONS AND PRICE SHEET
REMAIN THE SAME.
WE APOLOGIZE FOR ANY INCONVENIENCE THIS HAS CAUSED YOU.
SINCERELY,
tPROEMENT
ARTER
CHIEOFFICER
2
-
>
;U
0 --ri
M
"-i�m ,
4
n
> .�t
30
fV
�rn
xr
N
71
D D
�
z
(0
DEPARTMENT OF FINANCE/ PROCUREMENT MANAGEMENT DIVISION
300 Biscayne Boulevard Way, Suite 210, Miami, FI 33131/(305) 579.6845/Pax: (305) 579- 6853
RECEIVED
*96 MAY 13 All :00
WALTER J. FOEHAN
CITY CLERK
CITY OF MIAMI, FLA.
LEGAL ADVERTISEMENT
BID NO. 95-96-081
Sealed bids will be received by the City of Miami City Clerk at his office located
at City Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than
Monday, May 6, 1996 at 11:00 a.m. from entities regularly engaged in the
provision of Air Conditioning Maintenance Services for three (3) stations of the
Miami Police Department on a contract basis for one (1) year.
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.
Section 18-52.1(h) of the City Code, as amended, states that the City Commission may
offer to a responsible and responsive local bidder, whose primary office is located in
the City of Miami, the opportunity of accepting a bid at the low bid amount, if the
original bid amount submitted by the local vendor does not exceed 1 10 percent of the
lowest other responsible and responsive bidder.
The City reserves the right to request copies of the occupational license, professional
and/or trade licenses, corporate chart and tax return, and any other documents to
verify the location of the firm's primary office.
All vendors whose primary office is located within the City of Miami must provide a
copy of their City Occupational License with their bids.
Detailed specifications for the bids are available upon requesq a thWCity's
Procurement Office.
air M
—o
The City Manager may reject all bids and readvertise. ; o rn
31.,E ," v
,M0 ^�
(Ad No. 2132)
Cesar H. Odio
City Manager
City of Miami
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type and a a h a copy of the dv rti
nt with this reguisition.
1. Department:
2. Division:
r1 ice.
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
290201--287
❑ Yes No
Pamela Burns
6. Size of advertisement:
7. Starting date:
8. Telephone number:
1996
579--6845
9. Number of times this advertisement Is to be
10. Tye of advertisement:
ublished:
Legal El Classified ❑
Display
11. Remarks:
BID NO. 95--96-081 AIR C19NDIT:IONING
MAINTENANCE SERVICES FOR
THREE (3)
STATIONS OF THE
MIAMI POLICE DEPARTMENT
12.
G: A. Pe .- t
r.
Publication
Date(s) of Invoice No.
Amount
Advertisement
Miami Review
M'.ami Times
D ' ario Las Americas
O-1rt7
> r
- j ....
m
i
i
i
Z
O
I
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C (GS/PC 503 Rev. 12/89 i Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department