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