Loading...
HomeMy WebLinkAboutR-84-0793J-84-696 RESOLUTION NO. 84°" 79a A RESOLUTION ACCEPTING THE BID OF J. B. FORBES PLUMBING AND HEATING, INC. FOR FURNISHING A1.1, 1,A130P AND MATERIALS TO REFURBISH FOUR ( 4) SWIMMTNG POOL, FT_1.TERS AT RANGE PARK, ON A ;;(10f3T-TE'RM CONTRACT BASIS TO THE DFPARTNF'N'F OF 1?111-1,1)Ii1G AND VEHICLE MAINTENANCE AT A TOTAL COST OF ,"'` 1600.00; ALLOCATING FUNDS TIiFREF()R 1, ROL1 THE CAPITAL IMPROVEMENTS PROGRAM FUND OF THE DEPARTMENT OF PARKS AND RECREATION; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE PURCHASING AGENT TO ISSUE A PURCHASE ORDER FOR THIS SERVICE. WHEREAS, pursuant to public notice, sealed bids were received May 15, 1984 for the furnishing of all Labor and Materials to Refurbish Four (4) Pool Filters at Athalie Range Park, on a short-term contract basis until final acceptance, to the Department of Building and Vehicle Maintenance; and WHEREAS, invitations were mailed to 50 potential suppliers and 3 bids were received; and WHEREAS, funds for this purchase are available in the Capital Improvements Program Fund; and WHEREAS, this service will be used by the Department of Building and Vehicle Maintenance for the purpose of repairing and replacing malfunctioning filter system equipment and enable use of this pool facility by Citizens of Miami; and WHEREAS, the City Manager and the Director of the Department of Building and Vehicle Maintenance recommend that the bid received from J. B. Forbes Plumbing and Heating, 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 May 15, 1984 bid of J.B. Forbes Plumbing and Heating, Inc. for furnishing all Labor and Materials to Refurbish Four (4) Swimming Pool Filters at Range Park, on a short-term contract basis for the. Department of Building and Vehicle Maintenance at a total cost of $28,600.00 is hereby CITY COMMISS11011 MEE`I'lly G Gl" JUL 30 19M RESOLU] w. i,u REMPW accepted with funds therefor hereby allocated from Capital Improvements Program Fund of the Department of Parks and Recreation. Seeti_on 2. That the City Manager is hereby authorized to instruct the Purchasing Agent to issue a Purchase Order for this service. PASSED AND ADOPTED this 30 day of July , 1984. Maurice A. Ferre MAURICE A. FERRE MAYOR ATTEST: RALn G. ONGIE, CITY CL a PREPARED AND APPROVED BY: r j F 0 ERT F. CLARK, DEPUTY CITY ATTORNEY x 84-793 BID SECURITY A7 Repair Four(4) Si-,JmmJiig ilm)l ij I t q r s at PA'TF goof Athal-fe Pmig- f f e I on & P) 1*0 t 11 e 3: 's COn q t I c. P. 0. Box /411.2 North Miami Bencli , F1 .33169 J.R. Forbes Plumbing & Heating,Tnc 1742 N.W. 7th Street Miami, Florida 33125 NO BID; Del Amo Plumbing Inc. Ilan American Foundation All Type Projects, Inc. Standard San & Silica Co. M.E.T. Construction Inc. Pan American Sporting Goods ME OF SECI-MR377 AM "M 7 Z - P 70TAL $24,000 $28,600 tkiv trk1b Pok Lt-couktwu mom LEGAL ADVERTISEMENT BID NO. 83-84-56 Sealed bids will be received by the City Manager and City Clerk of the City of Kiami, Florida not later than May 1-5, 1984 for fi.irnishing All Tabor and Materials to jL 4) Swi-TmmJJ-1-1r1 Filters at JPerk, for -I'lip Depai--bamt of J--,uildinq and Vehicle 11, aJ-ntqnai)c,e Ordinanc(-: No. 9775 a go -al of 71,t.-mr(.33-ng 50% oA,.-* tjir-,, City's total dollar volurm of all m-ar-iditures, for A11 Cris and S =-ices to Black and Hispanic Minority Mtnincss nit-crpriscs on an equal basis. Minority vendors who am- intcrosltcd in -,uU-,u.tU-ng bids and %-,'ho are not registered %vitli tho City az minority vendors are advised to contact the City Purchasing office, 1145 N.W. 11th Street, Room 12G, Telephone 579-6380. Detailed specifications for the bid are available upon request at the City Purchasing Office. The City Manager may reject all bids and readvertise. (Ad No. 0075 Howard V. Gary City Manager Is I � � S +- !l!% 'A i 3 O REOVISITION FOR ADVERTISEMENT This number must appear F1irchasin (or F3i;i+r ii a ; ; in the advertisement. DEPTiDIV. -- _ 0075 , ACCOUNT CODE 4(.+i)1(11--2R7 DATE — ° '__' ?. i`: J-984 PHONE -7fj -t; '()0 APPROV91D BY: {: PREPARED BY-1 iat'j-,3L lbi ,-Iiil - DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement One (3. } times. (number of times) Type of advertisement: legal classified _ display (Check One) Size: _ `' ' Starting date t,t:ri ? 2(, 1'1f i First four words of advertisement: Remarks l 7_ 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 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE YY MA4 DATE DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 0 1 13 2 1 17 4 1 18 25 V P _ �1415 34 39 42 45 2 0 2 50 51 56 57 62 63 65 2 8 7 66 71 1 2 3 4 718 V P 12 13 DESCRIPTION 36 64 DISCOUNT 69172 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Green - Finance Pink - Department CITY OF MIAM1, FLORIDA INTER -OFFICE MEMORANDUM TO. Howard Gary City Manager C , FROM CE. C`ox, Director ')93uilding & Vehicle Maintenance a DATE: June 27, 1984 FILE: SUBJECT, Request for Commission Action REFERENCES: Bid m83--84-56 ENCLOSURES: THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE REQUESTS THAT A RESOLUTION BE PASSED, ACCEPTING THE LOWEST RESPON- SIVE AND RESPONSIBLE BID FROM J. B. FORBES PLUMBING & HEATING, INC., FOR THE REFURBISHING OF POOL FILTERS AT RANGE POOL FOR THE TOTAL COST OF $28,600. Pursuant to Bid '83-84-56, a total o~ three (3) bids were received for refurbishing pool filters at Range (Edison) Pool. The first low bidder, H. J. Jefferson and Brothers Construction, has been deter- mined to be non -responsible; and, therefore is not being recommended for award. The second low bidder, J. D. Forbes Plumbing & Heating, Inc., did submit a responsive and responsible bid and is therefore recommended in the amount of $28,600. The repair of pool filters at Rance Pool is part of the major effort to improve the conditions of all City of Miami swimming pools. The refurbishing effort is part of several other major repair activities at this particular location. When complete, the pool at this site will once again operate in a mannc, that is conducive to uositive water activities by the residents of this community. Funding for this award has been appropriated and is available in the budget of the Parks and Recreation Department. I ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: m71nTTT.7\T T nN AWARD OF BID }aid No. 83-84-56 Refurbishment of. Four (4) Pool Filters Building and Vehicle Maintenance Short term contract Repair and Replacement of malfunctioning equipment at Range Pool 50 3 BIDDER(Minority Classification H.J. Jefferson and Brothers Construction, Inc. (Black American) J.B. Forbes Plumbing and Heating, Inc. (Non -Minority) South Miami Pool Company (Non -Minority) UNIT PRICE PER FILTER $6,000.00 7,150.00 no bid TOTAL BID $24,000.00 28,600.00 30,700.00 FUNDS: The Capital Improvements Program Fund of the Department of Parks and Recreation. MINORITY PARTICIPATION: Bid Invitations were sent to thirteen (13) Black -owned and seventeen (17) Hispanic -owned firms engaged in sales of Swimming Pool Filter Systems, and/or Plumbing Supplies, or those listed as Plumbing or Pool Contractors, as located in these sources: 1) Metropolitan Dade County Minority Vendor Directory 2) Bidder applications on file in Purchasing 3) Previous formal City bids 4) Southern Bell Yellow Pages for Greater. Miami Minority response included one (1) bid from a Black owned business (as indicated in the tabulation), and "no bids" from one (1) Black and three (3) Hispanic firms. BID EVALUATION: The low bid of H . J. Je f f e_r-son and Brothers Construction, Inc. is not recommended e duto a finding of non - responsibility by the Purchasi_n,7 Agent, concurred I_>y the Chief Pro- curement Officer and Minority Procurement Officer, per City Code Sectior. 18-54.1. This determination taa: based primarily on the bidders failure to provide requested information reclardi.ng references and locations of previously performed work of similar nature. The next lowest bid meets all specifications, has a good record of past performance and is recommended. Following is an analysis of the invitation to bid: Page I of •, s s I Category Prior Bidders Black American Hispanic American Non -Minority New Bidders Black American Iii.spanic American Non -Minority Courtesy- Notifications "No Bids" r +-- n; A Totals Number of Bid Invitations Mailed 0 0 4 13 17 16 Number of Responses 0 0 2 1 0 0 -0- 7 0 10 Reasons for "No Bid" were as follows: 1. "Bidding other projects at present time." 2. "We do not handle pool work, only plumbing." (Hispanic American firm) 3. "At this time, our workload is at capacity." 4. "The request is not within our line of work." (Iispanic American firm) 5. "We do not perform this type of service." (Hispanic American firm) 6. "We can only supply filter media, no repair service." 7. "Filter refurbishment is not our specialty." (Black American firm) RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO J.B. FORBES PLUMBING AND HEATING, INC. IN THE TOTAL AMOUNT OF $28,600.00 Purchasing Agent Date The above award meets the requirements of the Department of Building and Vehicle Maintenance, and approval is recommended. Director - Date The Minority Procurement Officer concurs with the above recommendation. Officer Date Page 2 of 2 •