Loading...
HomeMy WebLinkAboutR-99-0521J-99-625 7/9/99 RESOLUTION NO. e 9 9 " 5 21 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF PRIME ELECTRICAL CONTRACTORS, INC., FOR THE PROVISION OF ELECTRICAL -MAINTENANCE SERVICES AT MIAMI RIVERSIDE CENTER. (MRC), ON AN AS -NEEDED CONTRACT BASIS THROUGH SEPTEMBER 30, 1999, WITH THE OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE-YEAR PERIODS, IN AN AMOUNT NOT TO EXCEED $5,000 FOR THE INITIAL PERIOD AND IN AN ANNUAL AMOUNT NOT TO EXCEED $15,000 FOR EACH ADDITIONAL ONE-YEAR PERIOD; ALLOCATING FUNDS THEREFOR FROM THE MRC BUDGET, ACCOUNT CODE NO. 504000.421901.6.340. WHEREAS, the Facility Manager at the Miami Riverside Center (MRC) requires electrical maintenance services; and WHEREAS, pursuant to public notice, Invitations for Bids No. 98-99-092 were mailed . to twenty-eight (28) potential providers for said service; and WHEREAS, four (4) bids were received on April 26, 1999; and WHEREAS, the City Manager and the Miami Riverside Center Facility Manager recommend that the bid received from Prime Electrical Contractors, Inc., be accepted as the lowest CITY COMOSSICE KEETING OF J U L 2 7 1999 Resolution No. 9 9 -- 5 �. responsive and responsible bid; and WHEREAS, funds are available from the MRC budget, Account Code No. 504000.421901.6.340; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on April 26, 1999, by Prime Electrical. Contractors, Inc., for the provision of electrical maintenance services for Miami Riverside Center, on an as -needed contract basis through September 30, 1999, with the option to renew for three (3) additional one-year periods, in an amount not to exceed $5, 000 for the initial period and in an annual amount not to exceed $15,000 for each additional one-year period, is hereby accepted, with funds therefor hereby allocated from the Miami Riverside Center (MRC) budget, Account Code No. 504000.421901.6.340. Section 3. This Resolution shall become effective 2 - 99- 521 immediately upon its adoption and signature of the Mayor'/. PASSED AND ADOPTED this 27th day of Jul ATTEST: , 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate appnov4l of this legislation by signing it in the designated place pm sided, laic+ leg. elation now becomes effective with the elapse of ten (10) days from the da/ot,;Coisscn action regarding same, without the mayor isi ve Ar Waft eman, City Clerk T WALTER J. FOEMAN CITY CLERK "G• R0 VILARELLO TORNEY W3 6 : RCL CORRECTNESS: �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - 99- 521 CITY OF MIAMI, FLORIDA CA=7 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members DATE: JUL 1 2 +999 FILE of the City Commission SUBJECT: Resolution Authorizing MRC Electrical Maintenance Services M : onald H. ars aw REFERENc :Bid Number 98-99-092 FROM: ES City Manager ENCLOSURES: Recommendation: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Prime Electrical Contractors, Inc., a Miami-Dade/non-minority vendor, located at 1609 N.W. 79`'' Street, Miami, Florida 33147, for the provision of electrical maintenance services for the City of Miami Riverside Center (MRC) for the initial period from the date of implementation through September 30, 1999, with the option to renew for three (3) additional one-year periods, for the amount of $5,000.00 for the initial period and $15,000 for each additional one-year period. Funds are available from the MRC budget account code 504000.421901.6.340. Background: The City Manager has seen a need to secure a contract for electrical maintenance services for the MRC. The Department of Purchasing and the MRC Facility Manager have analyzed the bids received pursuant to Bid Number 98-99-092. Twenty-eight (28) Invitations for Bids were mailed and four (4) bids were returned. Prime Electrical Contractors, Inc. was the low bidder and was found to be qualified and is therefore recommended for award. DHW:S/� cover. Itr.elec. maint. doe 0.9- 521 iCITY OF MIAMI, FLORIDA • INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: on . - City Manager DATE: Jt ;L I 2 i�jn9 FILE : lJ ,.�i�j SUBJECT: Bid No. 98-99-092 Local Vendor Participation/Response REFERENCES: ENCLOSURES: The subject bid opened 10:00 a.m. Monday April 26, 1999, for Electrical Maintenance for the Miami Riverside Center Invitation for Bids were hand -delivered through the City's Local Vendor Outreach Program and via mailed. As a follow-up, the vendor(s) who did not bid was contacted, to determine the reason(s) for not bidding: District Name of Vendor Vendor Response(s) Contact Person No. 1. Tuma Electric & Plumbing Supply Supply only, no maintenance service Jorge Torrente I 2. Trail Lighting Electric Products Doesn't provide electrical maintenance Aurora Arguello III 3. Saturn Construction & Develop Can not be competitive Eddy Laraque II 4. Electric Power & Service, Inc. Company doesn't own equipment Clifton Vaughn II 5. R Holmes Bus & Property Service Vendor doesn't provide service Renita Holmes V DHW:BWH:JSC:abf 99- 521 6.1 BID INFORMATION FORNV-- Mailing Date: Aril 7,1991& Buyer: Maritza Suarez Bid No.: 98-99-92 tephone: 305416-1907 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. 910-82: ELECTRICAL MAINTENANCE SERVICES FOR THE MRC We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 5 number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. 1 number of calendar days required before commencement of work. Delivery will be made within 1 calendar days after receipt of purchase order. Terms: 2%-10 days Net 30 days x x Additional discount of n / a (include cash discount for prompt payment, if any) Other Discounts: Contact Person/Telephone: Tony M a r c h e t t a 3 0 5— 6 9 3— 6 8 0 0 Term of Warranty for equipment: 6m o n t h s Term of Warranty for labor: 6 m o n t h s All exceptions to this bid have been documented in the section below. EXCEPTIONS: none % if awarded all items. n/a I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: Prime Electrical Contractors Telephone: 305-693-6800 Principal Business Address:1609 NW 79 St. Fax: 305-693-1963 Miami F1 33147 Name: Stanley Jones Mailing Address: as above Title: President _ Authorized Signature: E-Mail Address: n/a Beeper: 305-543-32 99- J`�1 City of Miami, Florida Bid No. 98-99-92 6.SENDOR BACKGROUND INFOR&TION INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President Stanley Jones Secretary same COMPANY OWNERSHIP: Stanlev Jones LICENSES: PRIME ELECTRICAL CONTRACTORS INC. Vice President same Treasurer same 1. County or Municipal Occupational License No. 30-2814151 (attach copy with bid) 2. Occupational License Classification Electrical 3. Occupational License Expiration Date: Sept 30, 1999 4. Metro -Dade County Certificate of Competency No. CC# 19113 (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. fed # 65-030-7793 EXPERIENCE: 100 % of ownership of ownership % of ownership of ownership 6. Number of Years your organization has been in business: Oct 1991 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 8 years 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: same 99- ;)41 QID AWARD RECOMMENDATIN FORM BID NUMBER: 98-99-.bb- �: 'K COMMODITY/SERVICE: Electrical Maintenance services for the Miami Riverside Center DEPARTMENT / DIVISION: City Manager's office TERM OF CONTRACT:--C-antract the end NUMBER OF BIDS DISTRIBUTED: METHOD OF AWARD: RECOMMENDED VENDOR(S): .-shall commence upon the date of award and shall be eff9k2 unt: of the fiscal year with OTR for three additional one year perioc twenty-eight (28) NUMBER OF BIDS RECEIVED: four (4 ) Lowest average total rate of those items listed under Rate A, which are projected by the City to have the highest usage. Prime Electrical Contracts, Inc. STATUS: Dade/Non-Minority CONTRACT VALUE: Initial period: $5,0 one-year periods at $15,000 per year TOTAL: $50,000.00 THE FOLLOWING TO W COMPLETED BY USER DEPARTIYENT: JUSTIFICATION: Provide electrical maintenance -related services for the City of Miami ACCOUNT CODE(S) Riverside Center. >Lu_ 504000.421901.6.340 DEPARTMENT APPROVAL: partment Director/ Designee BUDGET REVIEW APPROVAL: OTHER FUNDING APPROVALS, IF APPLICABLE: E_uiE 'Banrinn, Director PURCHASING APPROVAL: 4tor art TITLE: PAGE 2 OF 2 S9- 521 Item 1) Electrical Foreman 2) Electrician Journeyman 3) Electrician Apprentice 4) Laborer 5) Bucket Truck Minimum use time Average Total Rate of all items under Rate A C�? TABULATION OF BIDS BID NO. 98-99-092: ELECTRICAL MAINTENANCE SERVICE FOR THE MIAMI RIVERSIDE CENTER Prime Electrical Contractors, 1609 NW 79 Street Miami, FL 33147 Dade/Non-Minority Rate A Rate B Rate C $ 31.88 /hr $ 47.88 /hr $ 47.88 /hr $ 25.88 /hr $ 38.88 /hr $ 38.88 /hr $ 21.88 /hr $ 32.88 /hr $ 32.88 /hr $ 10.88 /hr $ 16.88 /hr $ 16.88 /hr $ 39.00 Ihr $ 58.00 /hr $ 58.00 Ihr 4 hours Ul P�' Prepared by Maritza Suarez, 4/30/99 Handsel Electric Company of Florida, Inc.* 25 NW 57 Avenue Miami, FL 33126 Local/Non-Minority Rate A Rate B Rate C $ 40.00 /hr $ 60.00 /hr $ 81.00 Ihr $ 36.00 /hr $ 54.00 /hr $ 73.00 /hr $ 24.00 /hr $ 36.00 /hr $ 48.00 Ihr $ 18.00 /hr $ 27.00 /hr $ 36.00 /hr $ 85.00 /hr $ 85,00 /hr $ 85.00 /hr 8 hours $ 40.60 *Local vendor is not within 10% of low bidder Tri-City Electric Company, Inc* 625 NW 16th Avenue Miami, FL 33125 Local/Non-Minority Rate A Rate B Rate C $ 39.50 /hr $ 46.00 /hr $ 49.00 /hr $ 37.50 Ihr $ 43.00 /hr $ 46.00 /hr $ 26.50 Ihr $ 29.00 Ihr $ 33.00 Ihr $ 16.00 /hr $ 19.00 /hr $ 22.00 /hr $ 52.00 /hr $ 70,00 /hr $ 80.00 /hr 4 hours $ 34.30 Page 1 9 Approved by Department Director/Designee: Riverside Electric Company 1744 W. Flagler Street Miami, FL 33135 Dade/Non-Minority Rate A Rafe B Rate C $ 53.00 /hr $ 7725 /hr S 95.00 m( $ 48.00 /hr $ 70.25 /hr S 92 00 rhr $ 32.00 Ihr $ 47.00 /hr S 65 25 :hr $ 15.00 /hr $ 22.50 Ihr S 28 50 r,r $ 100.00 /hr $ 137.00 /hr S 185 00 mr 3 hours 0 $ 49.60 0 CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: ELECTRICAL MAINTENANCE SERVICES FOR MIAMI RIVERSIDE CENTER Bid No. 98-99-092 AWARDED TO: Prime Electrical Contractors, Inc. ($50,000.00) TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS 1996 to Present 95-96-044 $10,000.00 PRIOR CONTRACT AWARD: BID NO. 95-96-067 Pole & Parking Lot Light Maintenance awarded $3,000.00 SUMMARY OF CONTRACTS. DOC 99- 521 BID ITEM: BID NO: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST ELECTRICAL MAINTENANCE FOR THE MIAMI RIVERSIDE CENTER DATE BID(S) OPENED: A P R I L 26. 1999 TIME 10 : 0 0 a. m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK RIVERSIDE ELECTRIC CO. See attached bid prime electrical contractors ' TRI-CITY ELECTRIC CO. INC. " HANDSEL ELECTRIC CO. OF FLA. We received bid which was only one copy sent to Proc NO BID TUMA ELECTRIC & PLUMB. ELECTRICAL CONTRATING NELSON ELECTRICAL SERVICES �S may-- l�jQ received Person recei ing bid(s) PURCHASING DEPARTMENT on (City Department) SIGNED: Deputy City ( 7 ) envelops on behalf of 'Y - y� (Date) )f the irement CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 98-99-092 Electrical Maintenance for the Miami Riverside Center OPENING DATE: 10:00 A.M. Monday, April 26, 1999 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906. Donald H. Warshaw CITY OF MIAMI City Manager LOGO I_ 01we] M, role] i I' 'q 1y E ID i 9'1 - cr) C j 0 J& I �%N O� City of Miami' 05400 REQUISITION. FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS- Please type and attach a copy of the advertisement with thia reauisition. 1. Department: 2. Divisio n: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: 880101. 6 , 1!13 El . Yes 1:1 No 6. Size of advertisement: 7. Starting date: 8. Telephone number: 4 /7 /L91 9. Number of times this advertisement is to be 10. Type of advertisement: Type published: Legal El Classified El Display 11. Remarks: i A I T'i-C, A.Rr J ..C)�Yj 12. & Date(s) of Publication Advertisement Invoice No. Amobnt Tlme:r, co > 13. ❑ Approved El Disapproved Department Director/ Designee Date Approved for Payment Date I C JGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.