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
•