Loading...
C2C-Award Contract HVAC Equipment Installation Parts And ServicesCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award A Contract To Pursuant To Invitation To Bid (ITB) No. 2014-066 For HVAC E ui ment, Installation, Parts and Services. Key Intended Outcome Supported: Ensure Well-Maintained Facilities. Supporting Data {Surveys, Environmental Scan, etc.): N/A Issue: I Shall the City Commission approve the award of Contract? Item Summary/Recommendation: The purpose of this item is to approve contracts to provide HVAC Equipment, Installation, Parts and Services at various facilities located within the City of Miami Beach pursuant to ITS. 2014-066. This item is necessary to expedite HVAC repairs and installations as necessary on all City facilities. The City has immediate need of firms and contractors, who are authorized by the manufacturers to sell equipment, perform installation and provide service. The successful Bidder shall furnish air conditioning repair services, including parts, labor, materials, equipment and supervision for all the air conditioning units Forty (40) vendors were notified of the solicitation, with ten (10) vendors downloading the solicitation. Five (5) responses were received in response to the solicitation. After review of responses received, it is recommended that the following responsive, responsible bidders be awarded the contract(s). For Groups 1-6, 8, 10, 13, 16-21, 23: Master Mechanical Services, Inc. as the sole vendor. For Groups 7, 9, 11, 12, 14, 15: Comfort Tech as the sole vendor. Finally, for Group 22: MRSE, LLC d/b/a Roth Southeast as the sole vendor. RECOMMENDATION It is recommended that Master Mechanical Services, Inc. be awarded Groups 1-6, 8, 10, 13, 16-21, 23; that Comfort Tech be awarded Groups 7, 9, 11, 12, 14, 15; and MRSE, LLC d/bla Roth Southeast be awarded Group 22. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Funds:~ 1 $115,000 Property Department Account No. 520-1720-000342 fo· Total $115,000 Financial Impact Summary: The annual cost associated with HVAC Equipment, Installation, Parts and Services to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted above are the FY 2014 budget amounts approved by Commission. Clerk's Office Le islative Trackin MIAMI BEACH 64 AGENDA ITEM _C_~_C __ DATE 3-5"-/l( MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members FROM: Jimmy L. Morales, City Manager DATE: March 5, 2014 SUBJECT: REQUEST FOR APPROVAL TO AWA D A CONTRACT PURSUANT TO INVITATION TO BID (ITB} NO. 2014-066 FOR HVAC EQUIPMENT, INSTALLATION, PARTS AND SERVICES ADMINISTRATION RECOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Ensure Well-Maintained Facilities. FUNDING The annual cost associated with HVAC Equipment, Installation, Parts and Services is subject to funds availability approved through the annual budgeting process. Account information and availability offunds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted below are the FY 2014 budget amounts approved by Commission. $115,000 Property Department Account No. 520-1720-000342 Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Office of Budget and Performance Improvement (OBPI). BACKGROUND INFORMATION The purpose of Invitation to Bid (ITB) No. 2014-066 is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide HVAC Equipment, Installation, Parts and Services at various facilities located within the City of Miami Beach pursuant to ITB. 2014- 066. This item is necessary in order to reduce the cost and time of advertising, shorten the response time and improve the efficiency and clarity in the production of the contracts for HVAC services Citywide. The City has immediate need of firms and contractors, who are authorized by the manufacturers to sell equipment, perform installation and provide service. The successful Bidder shall furnish air conditioning repair services, including parts, labor, materials, equipment and supervision for all the air conditioning units. These services are needed for regular maintenance and emergency situations. 65 Commission Memorandum ITB 2014·066 HVAC Repair and Services March 5, 2014 Page 12 The ITB also requested bidders to submit, for each manufacturer group for which bidder submits a bid, documentation from the manufacturer that bidder is authorized to sell parts, install and provide service. The City may award up to three vendors (primary, secondary, tertiary), as available, by line item, by group or in its entirety. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. The contract(s) entered into with the successful bidder(s) shall remain in effect for two (2) years. The price offered by the Bidder in its Bid Proposal shall remain firm and fixed during the initial two (2) year term. The City, through its City Manager, shall have the option to renew this contract for an additional three (3) one·year periods on a year-to-year basis. During the renewal term, the City may consider an adjustment to price based on changes in the applicable CPI·U index. ITB PROCESS ITB No. 2014-066, was issued on December 6, 2013, with a bid opening date of January 9, 2014. Three (3) addenda were issued to answer to questions submitted by prospective bidders. The Department of Procurement Management issued bid notices to twenty (20) firms utilizing the Public Group and ten (1 0) prospective bidders accessed the advertised solicitation. Additionally, twenty (20) firms were notified of the ITB through the Florida Purchasing Group website. Finally, the Department of Procurement Management sent the ITB document to additional firms not registered with the Public Group. The notices resulted in the receipt of five (5) responsive and responsible bids from Airmatic Controls, Comfort Tech, Master Mechanical, MRSE, LLC d/b/s Roth Southeast and Premiere Air Conditioning & Refrigeration. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. Veterans and local preferences were considered during the tabulation of the bids received. Local preference was not applied to any of the bidders. The Bid Price form was categorized by manufacturers resulting in twenty-three (23) groups. The manufacturers on the bid price form included: Baber Coleman, Bard, Bristol Compressors, Carrier Equipment, Climate Master, Coleman, Copeland Compressors, Evapco, Friedrich, Florida Heat Pump Equipment, Goodman, Janitrol, Johnstone Supply, Lenox, Mitsubishi, Rheem Equipment, Trane Equipment, York Equipment, Ice 0 Matic, Delta Controls, Direct Digital Controls, Explorer Controls, and Johnson Controls. With regards to HVAC equipment, installation, parts and service the bids received from three (3) different vendors were deemed the lowest "responsive" to the bid requirements. Those vendors are: Comfort Tech Air Conditioning & Refrigeration, Master Mechanical Services, Inc., and MRSE, LLC (d/b/a Roth Southeast). All of the responsive vendors provided the necessary manufacturer's letter authorizing service and selling of parts and equipment. 66 Commission Memorandum ITB 2014-066 HVAC Repair and Services March 5, 2014 Page 13 The Department of Procurement Management verified the following: • Minimum Requirements 1. Licensure I Certification. Miami-Dade County Air Conditioning Mechanical Journeyman license or Journeyman General Mechanical license, and EPA 608 Technical Program Certification. Current licenses must be provided with bid, and no personnel shall service City facilities without said licenses. Comfort Tech Air Conditioning & Refrigeration, Master Mechanical Services, Inc., and MRSE, LLC (d/b/a Roth Southeast) submitted the required licenses. 2 Similar Experience. Bidder shall demonstrate previous experience in regards to the requirements of this solicitation for a period of no less than three (3) years in providing these services to at least one government agency in the Tri-County area (Miami-Dade, Broward, Palm Beach). Comfort Tech Air Conditioning & Refrigeration received very positive feedback from Miami-Dade County Corrections, Turner Construction Company, and Pirtle Construction Company. Master Mechanical Services, Inc. received excellent references from Miami-Dade College, Caristo Construction, and Monroe County. MRSE, LLC (d/b/a Roth Southeast) received great feedback from Florida Atlantic University, Amersco, and also has successfully provided services for the City of Miami Beach. 3 Manufacturer Authorization. Bidder shall submit, for each manufacturer group for which bidder submits a bid, documentation from the manufacturer that bidder is authorized to sell parts, install and provide service. All three (3) vendors provided the manufacturer's letter of authorization for the groups they are being recommended for award. 67 Commission Memorandum ITB 2014-066 HVAC Repair and Services March 5, 2014 Page 14 • Past Performance Comfort Tech, located in Hialeah Gardens, Florida; has provided HVAC services and products for 17 years with over ten ( 1 0) years of service in South Florida. Specifically, they have successfully completed projects with Jackson Memorial Master Mechanical Services, Inc., located in Miami, Florida; has been servicing South Florida for over 20 years and has 33 years in the HVAC industry. Their technicians hold EPA certifications and have also received additional training in Refrigerant Transition and Recovery and other technical certifications. MRSE, LLC (d/b/a Roth Southeast), located in Davie, Florida; has three (3) years of HVAC service under its current name and in the past ten (10) years has operated under the name of Thermal Concepts. They are members of Energy Star and are Authorized Building Control Specialist (ABCS) for the state of Florida. Pricing submitted by all vendors is included in Appendix A. Based on the above, it is recommended that the following responsive, responsible bidders be awarded the contract(s). It is recommended that Master Mechanical Services, Inc. be awarded Groups 1-6, 8, 10, 13, 16-21,23: that Comfort Tech be awarded Groups 7, 9, 11, 12, 14, 15: and MRSE, LLC d/b/a Roth Southeast be awarded Group 22. CITY MANAGER'S REVIEW After considering the review and recommendation of City staff, the City Manager exercised his due dillgence and is recommending to the Mayor and the City Commission to award a contract to Master Mechanical Services, Inc, Comfort Tech Air Conditioning & Refrigeration, and MRSE, LLC d/b/a Roth Southeast as previously indicated. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award a contract pursuant to Invitation to Bid {ITB) No. 2014-066 for HVAC Equipment, Installation, Parts and Services to Master Mechanical Services, Inc, Comfort Tech Air Conditioning & Refrigeration, and MRSE, LLC d/b/a Roth Southeast in the amount of $115,000. 68 ~Co MDUn r\are-.... <:>nno:: '-'1<1..--.u tTOUflYI'\<IU~ l~li.I..IU ~,~I.JV.UI.J' MI:JIUII)III.<IU~· o!IIJ.UU ~,~UUUI.J' MOU l'iille :>:J-UU L,LlAJ.UU MOUrl Hate f""::I.I..IU li.UU riOUrl)'"l>:i-~lle /"J,W j,f..II.I!J.OO ts.2oo.oo 9.2oo.oo 7,700J~ a.oc "9,soo.oo (T) St.ateWnethertlle-% Net Cost S-~• Whrlherthe% Net Cost StateWheth.eortM% N-et Cost St.tc-Whethe-r~% Net Co-st State WM-therthe% Net Cort e.g Group E:5tirru~tMAnnu•l %(.ditcOUntor l~o!disi!Oiscountof (Gros.s_Colt" %[d~untor L.irtHisarJ~urttof (Grou_COit" "~d~ntt~t LliMdtiiiiDIKountof (Gn;~H'_(I;'$\~ ""CdiiKo~,_.Q-r L..ktl!d&iill&c:ounlof ~Gro"_(c;~Jt% %ld~SWUotor l..ist.d5•05wounta-f {GrOH_CoU" ~i'n O.Kn~IIQn Gron Com miJk-upl Mllrk--up [)~unt or m;~~rk-t.~p. M1rk-up DISCOunt oor Mnk rmnk-upJ M.r-k·UiP Dkoaunt ar Mark-mark-up) M-1rk•up OiHounl o-t Mink IThllrk-upJ M1rk-up Di~M.I or M•rk-3C Par15Pne'l.lmiltk. 5,000.00 3D% Mark UIJ 6 50000 lD"X Mink-up 5.500.00 15% M;uk-up 5,7SOJXI :i!O:X. Mark-up 0.00 2.0% Mark-up 6,00000 "------H'--1~11 .oL •• -~-~ l!o n 1 or .r l!t"' t" ~ • C.D -'I • I t.1l~ o<~~; 1 '•Ill '~ t,G I • .,, • I, t•ur , .. ,. ':)(·Sf.· E • • -u1 ..,r rp ~. 5 I .'H1' :..., <,o, I!Cill ~ 1! r dt 11 1 J ".F • lit=-'• I ~OCH I """''-• • ) ">( •• I 1 ;I i ·01 1 1' IIPIT"> '>;' ~~ 0.00 btdiGTU •0...1'-. llll ')' <:,;;; ...... 0 Hl l.tb< 1 IIH >ICC"' 10) Of • lt-i,dc>JIJL!p S 110 ltf'l1l,Hll ]IL, 1) lilic>r II ~·rm lOC-lOD i 11r • l lr>lillof< p"•llll(lt,-.rmJJ,, (1<,] J0,700.DD •,u! tn1" lt.-.m lU Laber lllo>ll 'lUl ~ 11 rl •• 1 G '-'UI.J 5 110 lkun. Q,\ J:)(., Q,OO ',1il tl <tllkr1 IC Lolurtll w 10~_, 1 IJ!,jl( ou~ 5110(11• 1 I< o Oil ...... ~ •, I <Jhn• ]t,•n, t I_-l~LJ I '>I • I lvl 11 {.r< p '> 1 l S ~ lt·rn;. 1 I/\ IF 1 l'i ld •JIIlu!I',]!:,.(~~~D•l• t J II r,,l( IO<Ij..: 1 ]') (111'1-ll' I Lr I '~lh TOtllll m S 1.-thnr]ITI-'11 l' I t l lco,~l br up 'J 1 1'> I ill m] l1. I~~ :,111 !1 t~l t(tn 15 L~l.!o.; lihl I'\ • l I() I o I C. r J-ll p "5 l I ~ II 1'111". J l1\ I ~ r: ~ ...... N I ""!'! I 0.00 ~ 1 I I r .. ,;.~~,.R ·;-~ · ~-! .·., ~-J,~:-7~·,·r~?it!tJ w -·· -··