Loading...
HomeMy WebLinkAboutR-88-06033-88-634 6/27/88 RESOLUTION NO. 144-60 A RESOLUTION ACCEPTING THE BIDS OF SOLO AIR CONDITIONING AND HEATING, INC. AT A PROPOSED AMOUNT OF $12,650.00 AND A ALL MAJOR BRANDS CORPORATION AT THE PROPOSED AMOUNT OF $14,823.00 FOR FURNISHING ALL LABOR AND MATERIALS FOR THE REMOVAL AND REPLACEMENT OF ROOF TOP AIR CONDITIONING UNITS AT TWO FIRE STATIONS FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AT A TOTAL PROPOSED AMOUNT OF $27,473.00, WITH FUNDS THEREFOR ALLOCATED FROM THE 1987-88 FIRE, RESCUE AND INSPECTION SERVICES OPERATING BUDGET ACCOUNT CODE NO. 289401-670; AUTHORIZING THE, CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE. WHEREAS, pursuant to public notice, sealed bids were received, June 6, 1988 for furnishing all labor and materials for removal and replacement of roof top air conditioning units at Fire Stations # 2 & 8 to the Department of General Services Administration; and WHEREAS, invitations to bid were mailed to twenty two (22) potential suppliers and seven (7) bids were received; and WHEREAS, funds for this purchase are available from the 1987-88 Fire, Rescue and Inspection Services Operating Budget Account #289401-670; and WHEREAS, this service will be used by the Department of General Services Administration for the purpose of removing and replacing rooftop air conditioning units at Fire Stations #2 and #8 which are old and in constant need of repair; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the bids received from Solo air Conditioning & Heating, Inc. and A All Major Brands Corp. be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The June 6, 1988 bid of Solo Air Conditioning and Heating, Inc. at a proposed amount of $12,650.00 and A All Major Brands Corporation at the proposed amount of $14,823.00 for CITY COMMISSION MEETING OF JUL 14 1968 RESOLUrM No. REMARKS: a # furnishing all labor and materials foe the removal and replacement of roof top air conditioning units at two Fire Stations to the Department of General Services Administration at a total proposed cost of $27,473.00 are hereby accepted with funds therefor hereby allocated from the 1987-88 Fire, Rescue and Inspection Services Operating Budget Account #289401-670. Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue Purchase Orders for this service. PASSED AND ADOPTED this _1` 4th�day of __.July 1988. XAVIER L. SUARYZI, MAYOR ATT tex-t�� MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JO GE F4RNANDEZ CITY 4TTO251EY 88-603 BID SECURITY Kw -Tons Roof Top A/C -Fire Stations OcTE a,ps %EGElVEp June 6, 1988 2:30pm No.2 and No.8 87-88-100 TYPE OF SECURITY aloof% TOTAL. ANADUNT Jorda Mechanica Broken down by items Solo Air Conditioning it Temptrol Air Conditioning, In::. It " All Brands A/C Co. " to AA11 Major Brands Corp Classic Air, Inc. " Weathertrol Maintenance Corp " NO RTD- Cain & Bultman, Inc. Servidyne, Inc. Sam L. Hamilton, Inc. RECEIV��h4lf of PURCHASING DIV,/PUBLI� WQRKt envelopes. SIGNED�,� L J_ �- DATE "c•r Alefvitttd 0*cis Ohl rcy •1 1L� toot ACCOUNT11Nc INVIS1ON LEGAL ADVERTISEMENT BID NO. 87-88-100 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500__Pan.-American_Drive, Miami, Florida. 33133 not later thanes 30 p.m. June 6, 1988_'�for the furnishing of all labor and materia_Is`at -required -for replacing two (2) 7- 1/2 Tons and one (1) 3 Tons Roof Top A/C Units at Fire Station No. 2 to the General Administration Department. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods 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 Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-6380. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 5150 ) Cesar H. Odio City Manager DEPT DIV. ACCOUNT CODE DATE ---- --- PREPARED BY _ nni� J CoC WS C�1(ltiJ REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. PHONE APPROVED BY. DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. (number 01 times) Type of advertisement: legal classified display (Check One) Size: Starting date First four words of advertisement: Remarks: DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 25 34 39 42 45 50 51 56 57 62 63 65 66 71 0 1 2 411 V P I I 1 1 1210121218171 1 21314 7 8 V P 12 13 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department %4it-111% of "(St"aint RON E. WILLIAMS 11 9- 3 O MAY 24, 1988 ADDENDUM NO. 1 RID NO. 87-88-100 AIR CONDITIONING REPAIR CtSAR H. ObIO city Mahaget THE PURPOSE OF THIS ADDENDUM IS TO ADD ITEM 4 (SEE SPECIFICATIONS AND BID SHEET ATTACHED) THIS IS AN ADDITIONAL JOB ON FIRE STATION NO. 8. ALL SPECIAL CONDITIONS APPLY TO THIS ITEM THE SAME AS ITEM NO. 1 FOR FIRE STATION NO. 2. If your bid has already being mailed please mail the attached bid sheets in the enclosed envelope. ALL OTHER INFORMATION AND REQUIREMENTS REMAIN THE SAME. SINCE WLY, �-C W LIAM J. SCHAUT PROCUREMENT SUPERVISOR GENERAL SERVICES ADMINISTRATION DEPARTMENT/Procurement Management Division 1390 N.W. 20th Street/Miami, FL 33142/(305) 579-6380 is CITY OF MIAMI, FLORIOA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members •1,11 -o of the City Commission DATE Resolution AuthoriFz-ing Award of a Contract for SUBJECT Removal & Replacement - Rooftop Air Conditioner y 1 at Fire Stations Cesar H. Odio' :•'�� y� City Manager REFERENCESV ENCLOSURES RECOMMENDATION: It is respectfully recommended that the City Commisoic- ad -opt the attached resolution awarding a contract for the removal and replacement of rooftop air conditioning units at Fire Station #8 to Solo Air Conditioning and Heating, Inc., an Hispanic vendor, in the amount of $12,650.00. Also awarding a contract for the removal and replacement of rooftop air conditioning units at Fire Station #2 to A All Major Brands Corp., a Black, Woman -owned firm, in the amount of $14,823.00. These awards are to the vendors submitting the lowest, complete bid for these services in accord with the specifications of Bid #87-88-100. BACKGROUND: The General Services Administration Department has analyzed proposals received pursuant to Bid #87-88-100, the removal and replacement of rooftop air conditioning uni�:s at Fire Stations #2 and #8. Replacement of these units is necessary as the existing units are old and in constant need of repair. Award is recommended to be made to Solo Air Conditioning and Heating Co., Inc, an Hispanic vendor in the amount of $12,650.00 and to A All Major Brands, a Black, Woman -owned firm, in the amount of $14,823.00, as the vendors submitting the lowest, complete bids in accord with the specifications (A Bid #87-88-100. Funds for this contract are available from the budget of the Department of Fire, Rescue and Inspection Services, Account No. 289401-670. Amount of Bid: $27,473.00 Source of Funds: Department of Fire, Rescue and Inspection Services, Account #289401-670. Attachment: Proposed Resolution 9H-6O33 /5 _1 ri Tabulation of Bids #87-88-100 Removal and Replacement of Rooftop Air Conditioning Units at Fire Station #2 BIDDER TOTAL COST COMMENTS A All Major Brands Corp. $14,823.00 Lowest acceptable 955 East 52nd Street and responsible bid Hialeah, FL 33013 per specifications Weathertrol Maintenance 17,127.00 P. 0. Box 523130 Miami, FL 33152 Temptrol Air Conditioning 17,171.00 4215 S. W. 72nd Avenue Miami, FL 33155 Jorda Mechanical 17,760.00 7591 N. W. 7th Street Miami, FL 33126 Solo Air Conditioning 20,100.00 & ideating Co., Inc. 8451 N. W. 61st St. Miami, FL 33166 . 88 60 3 JUN-27--99 MON 1 1 2 1 9 MGMT . 9UDr;ET P.02 J U IJ -• 2 -9- — es 9 pro* t t s : am 03 9 0% 1% . 0 4% CIl V UR MIAMI. 1'l40+10A I147ER'4FFICE MCMGRANDIwIM r ...wY.i/..�r�..�r.w..1��..VwwYrr•.r.r..w�r�.. ..•.i_.�.r .r.w�...._wrw...r. �.r.. •....• Yo. Wi 1 i am J. Sgtleu t Pr c reme t supecviaor P ur e t anagement Division �Ro++ E. Nq iams, Director G Herat Services Administration DAYS, I I.C. jUSJCCTt Bid #87-88-100, Removal and Replacement of Rooftop Air Conditioning Units at Fire Stations #2 and #8• gVC01INCIrs �IVCL01Nkr5 This department has verified available funding With the Departments of Finance and Management & Budget that funds are available to cover the cost of the subject bid in the amount of Account Code Number 313018-289401-670 PINANCE REVIEW & APPROVED BY: Carlos Garcia, DiC@CtOC— Department of Finance BQDGETARY REVIEW & APPROVED BY: Mano r Surana, Director Dep rtment of Management a Budget ADDITIONAL APPROVALS (IF REQUIRED) Sergio Roar 9ue2, YfIiT ector Planning Department Frank�Ca$taneda,yDicectut Community Development SS-G03 3 2 AWARD OF BID Bid No. 87-88-100 ITS: Removal and Replacement of Rooftop Air Conditioners at Fire Stations Nos. 2 and 8 DEPARTMENT: General Services Administration TYPE OF PURCHASE: Short term contract REASON: Replacement of these units is necessary as the existing units are old and in constant need of repair. POTENTIAL BIDDERS: 22 BIDS RECEIVED: 7 TABULATION: Attached FUNDS: 1987-88 Fire, Rescue and Inspection Services Department Account Code No. 289401-670. MINORITY/WOMAN PARTICIPATION: Invitations to bid were sent to Five 5 Black, Eight (8) Hispanic and two (2) woman -owned firms engaged in the Air Condtioning business as located in the following sources: 1. Dade County Minority Vendor Register 2. New Vendors Applications 3. Yellow Pages Telephone Directory 4. Previous voids on file in the Procurement Mgmt. Office Minority response consisted of bids received from one (1) Black and five (5) Hispanic firms. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman Owned Non -Minority New Bidders All bids meet the specifications. Following is an analysis of the Invitations to Bid: Number of Bid Invitations Mailed 1 3 0 4 Number of Responses 0 3 0 0 Black American 4 1 Hispanic American 5 2 Woman Owned 2 0 Non -Minority 3 1 Courtesy Notifications 15 0 "No Bids" - 3 Late Bids - 0 Totals 37 10 Page 1 of 2 148-603 L/ RO&SOfiS tot "no b 4 were as follows: 1. Cain & quttman, Inc. _ "Not in our scope of work 2. Servidyne, Inc. "Can not provide labor at this tithe." 3. Sath L. Hamilton, Inc. - "Due to the workload, unable to sumbit bid." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD 13E MADE TO A ALL MAJOR $RANDS CORP. AT A PROP08ED AMOUNT OF $14,823.00 4ND SOLO AlR CONDtTtONING & HEATING, INC. AT A PROPOSED AMOUNT OF $12,650.00 FOR A TOTAL- PROPOSED AMOUNT OF $27,473.00. Procurement supervisor Date The Minority & Women Business Administrator concurs with the above recommendation. } ,• V Minority & Women Business Administrator Date Page 2 of 2 98-603 Tabulation of Bids #87-88-100 Removal and Replacement of Rooftop Air Conditioning Units at Fire Station #8 BIDDER TOTAL COST• COMMENTS Solo Air Conditioning $12,650.00 Lowest acceptable & Heating Co., Inc. and responsible bid 8451 N. W. 61st St. per specifications Miami, Fl 33166 Jorda Mechanical 14,315.00 ' 7591 N. W. 7th St. Miami, FL 33126 All Brands A/C Co. 14,600.00 5211 N. W. 36th Ave. Miami, FL 33142 Weathertrol Maintenance 17,473.50 P. 0. Box 523130 Miami, FL 33152 A All Major Brands Corp. 18,345.00 955 East 52nd Street Hialeah, FL 33013 Temptrol Air Conditioning 20,161.00 4215 S. W. 72nd Avenue Miami, FL 33155 Classic Air, Inc. 20,327.00 7801 West 25th Ct. Hialeah, FL 53016 R8-60 3 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION SID NO. 87-88-100 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: 30 ,bN (Include cash discount for pa meet, if any) Additional discount of k % if awarded all items. warranty and/or guarantee: ,P (' Stace ally 4arianc-. t^ S�?C1f1Cat10 necessary): 4n'/ f ~-1 s'.. prompt use separate sheet it Delivery:a ndar f�ay.s required /'up (jrecei t of Purchase Order. �F�:X i ��Q 1 ( V`� 1-� Deliver Poin�: City of Miami, Fire Station No. 2 Y ( ) 1901 N. Miami Avenue Miami, F1 33132 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFF CTRS: (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has -received a copy of ordinance No. 10062, the Minority Procurement Ordinance of the City Df Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. .1 r� BIDDER: / ��fV� Signatue ( com �Iname) � (' Print Na me3-/}/ Indicate if Minority Business: Date: [ j Black . X-1 Hispanic [ ) Women FAILURE TO COMPLETE, SIGN, AND _RETURN THIS FORM MAY DISQUALIFY THIS BID. i .✓ NO 00� CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION SID NO. 87-89-100 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: lVe j -3 C (Include cash discount for prompt payment, it any) Additional discount of (1' % % if awarded all items. Warranty and/orguarantee: State any necessary): variances to specifications (use separate sheet ii Delivery: C calendar days required upon receipt of Purchase Orde r. Delivery Point(s): City of Miami, Fire Station No. 2 1901 N. Miami Avenue Miami, F1 33132 In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OlFFICERS: (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: :Ur.2, <"I&/JSignature. ( company name) ..�T '" '-- Print Name: A_��% �`S ze4'�F-r---� Indicate if Minority Business/' Date: 3 alt'16 [ 4," Black [ ] Hispanic [ • Women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. q8-603 8