Loading...
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