Loading...
HomeMy WebLinkAboutR-96-0560J-96-616 7/15196 RESOLUTION NO.9 6 r 5 6 0 A RESOLUTION ACCEPTING THE BIDS OF PRIME ELECTRICAL CONTRACTORS INC., A BLACKIDADE COUNTY VENDOR AND ELECTRICAL CONTRACTING SERVICE INC., A NON-MINORITYIDADE COUNTY VENDOR, FOR THE FURNISHING OF ELECTRICAL MAINTENANCE SERVICES TO VARIOUS CITY DEPARTMENTS, ON AN AS NEEDED BASIS, FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT OF $160,000.00; ALLOCATING FUNDS THEREFOR FROM THE OPERATING BUDGETS OF THE USING DEPARTMENTS; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SERVICES AND THEREAFTER TO EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICES, TERMS, AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received MAY 29, 1996 from PRIME ELECTRICAL CONTRACTORS, INC., and ELECTRICAL CONTRACTING SERVICE INC., for the furnishing of electrical maintenance services to various departments on an as needed basis, for a period of one 111) year with the option to extend for two (2) additional one (1) year periods; and WHEREAS, invitations were mailed to thirty six (36) potential bidders and six (6) bids were received; and WHEREAS, funds for this service are available from FY'95-96 Operating Budgets of the user City Departments; and CITY COMMISSION MEETING OF J U L 2 5 1996 Resolution No. 96- 560 WHEREAS, this service will be used to provide electrical maintenance services and supplies to various City Departments on an as needed basis; and WHEREAS, the City Manager and the Director of Finance recommend that the bids received from Prime Electrical Contractors, Inc., and Electrical Contracting Service Inc., be accepted as the lowest most responsible and responsive bids. 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 bids submitted by Prime Electrical Contractors, Inc., and Electrical Contracting Service Inc., for the furnishing of electrical maintenance services to various City Departments, on an as needed basis, for a period of one (1) year with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount of $160,000.00, are hereby accepted, with funds therefor hereby allocated from using City Department's Operating Budgets. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said service and thereafter to extend this contract for two (2) additional one (1) year periods, at the same price, terms and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 25th day of Jul ATTES WALTER J. F E 4 CITY CLERK ie JOE AROLLO, MAYOR Page 2 1996. 96_ 560 PREPARED AND APPROVED BY: r /R,A AEL O. DIAZ /�D PUTY CITY ATT NEY APPROVED AS TO FORM AND CORRECTNESS: Page 3 96- 560 TO FROM CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable Mayor and Members of the City Commission Cesar City M r m DATE: FILE SUBJECT: Resolution Authorizing the award Contract for City Wide Electrical Maintenance Services REFERENCES :Bid No. 95-96-090 ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission pass the attached resolution accepting the bid of Electrical Contracting Service, Inc. a Non-Minority/Dade County Vendor located at 2294 West 78 Street, Hialeah, Florida 33016, as the primary vendor, and Prime Electrical Contractors, Inc. a Black/Dade County Vendor located at 1609 N. W. 79 Street, Miami, Florida 33147 as the secondary vendor, offering the most responsible and responsive, bids to provide City Wide Electrical Maintenance Services for the various Departments on an as needed when needed basis. These services, to include labor, equipment and materials are to be provided to various City departments on a contract basis for one year with the option to extend for two (2) additional one (1) year periods, subject to the availability of funds. Funding for these services are available from the FY' 95-96 operating budgets of the various user departments. BACKGROUND: Due to the requests to perform electrical maintenance service from a number of departments for approximately 150 facilities owned and/or operated by the City, the Department of Finance found it necessary to solicit bids to provide City Wide electrical maintenance services. It has thereafter analyzed the bids received pursuant to Bid No. 95- 96-090 for the furnishing of electrical maintenance service, including labor, equipment and materials. Supplies and parts are to be invoiced to the City at their cost. Thirty six (36) invitations for bids were mailed to potential bidders and three (3) were received. It is therefore recommended that the award be granted to Electrical Contracting Service Inc. as the primary vendor and to Prime Electrical Contractors, Inc. as the secondary vendor who will be contacted when the primary vendor can not respond on a timely basis or to an emergency, as the lowest responsible and responsive bids submitted. Funds are available from the FY' 95-96 operating budgets of the various using departments. Extension for additional years will be subject to the availability of funds. USER DEPARTMENTS: Public Works GSA/Solid Waste Police Department Plus Sub Stations Department of Fire -Rescue Parks & Recreation Facilities 13 NET/Community Development Public Facilities City Hall Plus Other Departments (Needing this service) 96- 560 i CITY OF MIAMI, FLORIDA BID NO. 95-96-09C BID SHEET (Continued) IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN I ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENIr IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT BOND IS SUBMITTED IN THIS ENVELOPE. Terms: Net 30 (Include cash discount for prompt payment, if any) Additional discount of None % if awarded all items. Warranty and/or guarantee: one (1) Year Delivery:variescalendar days required upon receipt of Purchase Order or Noti of Award. Varies Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Spec! Conditions, and General Information to Bidders, we agree to furnish the Items) at Pric indicated on the attached bid sheet(s). a) r" NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Charles H. Floyd Same - President Charlotte Floyd Same - Secty/Treasurer List principal business address: (street address) 2294 West 78th Street, Hialeah, Florida 33016 b) List all other offices located in the State of Florida: (street address) None (Please use the back of this page if more space is necessary) MINORITY RECMI EMENT COMELt-NUE The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with applicable substantive and procedural provisions therein, ipqluding any amendments thereto. Electrical Contracting Bidder: Service, Inc.. Signature: (company name) Date: May 29, 1996 Print Name: Charles H. Floyd Indicate if Business is 51% Minority -owned: (Check one box only) [ J BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN if firm has an existing plan, effective date of implementation: J-Uly 4, 1985 If firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to ordinance #'10062 as amended. See Appen I for sample. Electrical Contracting 9 6 - 5 6- Bidder: Service, Inc. Signature: (company name) i 1 � i :► 1► :► rIMT 1 inY CITY OF MIAMI, FLORIDA BID NO. 95-96-090 BID SHEET (Continued) IMP(��3'�ANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN TH) ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING, IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OF BOND IS SUBMITTED IN THIS ENVELOPE. Terms: (Include cash discount for prompt payment, .if any) Additional discount of 0 % if awarded all items. Warranty and/or guarantee: NONE Delivery: calendar days required upon receipt of Purchase Order or NoticE of Award. Number of calendar days required to complete work after start. 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). Q' NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Stanley cones Prpcirlpnt Stanley Jones a) List principal business address: (street address). 1609 N W 79 Street Miami F1 33147 b) List all other offices located in the State of Florida: (street address) NONE (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 a-- amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, i 1 ding an amendments thereto. Bidder: Prime Electrical Contractors Inc Signature (company name) Date: May 29 1996 Print Name: Stanley Jones Prec;jriant Indicate if Business is 51% Minority -owned: (Check.Qne box only) [XX] BLACK [ ] HISPANIC [ ] FEMALE BFFT MA T ACTTON PLAN If firm has an existing plan, effective date of implementation: 1991 If firm does not have an existing plan, the Successful Bidder(s) shall be required ti establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: Prime Electrical Contractors Inc Signature: ���4,,�— 560 (company name) Stanley Jones 5 FAILURE TO COMPLEIF, �I6N. 'AND RETURN TNI� FORM MAY DISQt1ALIFY THIS BID. BID NUMBER: 95-96-090 E SERVICES COMMODITY / SERVICE: ON CITY WIDE BASIS DEPARTMENT/CONTACT PERSON: DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Procurement Management Division (PMD). The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals riper to forwarding to PMD. Within 10 days., FAX this completed form along with approved and signed Bid Tabulation Form to Finance/P ATTN: Bid/Contract Section, at 579-6853. These forms will be utilized by PMD to prepare the resolution mei and the Resolution for submission to the Agenda Office for Commission approval. Should the department nQ concur with the recommendation for award, FAX separate justification memo to PibID immediately. Emergency procurements are exempt. Contact _ questions. Pamela Burns of the Bid/Contract Section at 579-6845 should you have any APPROVAL TO FORWARD TO DEPARTMENT/OFFICE JuV. Carter Chief Pf6curement Officer DATE: BIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES 96- BID AWARD RECOMMENDATION FORM BID NUMBER: 95-96-090 COMMODITY/SERVICE: ELECTRICAL MAINTENANCE SERVICES ON CITY-WIDE BASIS DEPARTMENT / DIVISION: CITY - WIDE One (1) year contract with the option to extend for two (2) TERM OF CONTRACT: additional one (1) year periods. NUMBER OF BIDS DISTRIBUTED: 36 NUMBER OF BIDS RECEIVED: 3 To the two (2) lowest most responsible and responsive bidders. The METHOD OF AWARD: Primary vendor - Electrical Contracting Service - will be utilized and the Secondary Vendor - Prime Electrical Contractors - will be co RECOMMENDED VENDOR(S): to emergencies . STATUS: CONTRACT VALUE: ELECTRICAL CONTRACTING SERVICES NON-MIN/DADS COUNTY PRIME ELECTRICAL CONTRACTORS, INC. BLACK/DARE COUNTY TOTAL: THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The City of Miami is in the need for the provision of Electrial Maintenance Services on`an as -needed when -needed basis to provide regular maintenance and emergency service at approximately 150 separate locations owned and/or operated by the City of Miami. Services will be required at all of these potential locations where problems exist or may exist, or emergencies may arise, as it relates to electrical services. When it is determined that electrical parts and/or supplies are needed to make the necessary repair(s), the vendor will obtain these supplies and parts at cost and invoiced to the City in order to make the repairs. ACCOUNT CODE(S): DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PROCUREMENT APPROVAL: Department 'rector/ Manoh S. Surana Judy S. Carter Designee Assistant City Manager Chief Procurement officer OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: 8 PAGE 2 OF 2 PAGES 9 6` '- 560 0 CITY OF MIAMI ELECTRICAL MAINTENANCE SERVICES ON A CITY-WIDE BASIS BID NO.95-96.090 BID TABULATION BIDDERS ELECTRICAL PRIME ELECTRICAL AMPCO ELECTRIC, INC_. CONTRACTING SERVICE CONTRACTORS, INC. 3949 S.W. 12 COURT 2294 WEST 78 STREET 1609 N.W. 79 STREET FT. LAUDERDALE,FLA. 332 HIALEAH, FLA. 33016 MIAMI, FLORIDA 33147 NON-MIN./DADE CO. BLACKIDADE COUNTY FEMALE/NON-LOCAL REGULAR REGULAR REGULAR TYPE OF PERSONNEL REQUIRED: HOURLY RATES HOURLY RATES HOURLY RATES ELECTRICAL FOREMAN $ 48.00 $ 35.88 $ 37. ELECTRICAL JOURNEYMAN $ 31.50 $ 31.88 $ 35. ELECTRICIAN APPRENTICE $ 18.00 $ 19.88 $ 28, LABORER $ 15.00 $ 17.88 $ 20 RANKING #1 #2 # 3 APPROVED BY: J S. Came Chie P ocurement Officer DATE: RATE DEFINITION: Regular Rate: Work taking place between 8:00 a.m. ar 5:00 p.m., Monday - Friday Prepared by: Pamela Burns Procurement Management Division May 30, 1996 9s- 560 DID ITINz rZ-CTRTCAL MATNTRNANCF SF.RVTCFS / CT'.TY-WTDF C(HV'.I'HAUY bAcd.b DID 90.2 95-96-090 ----------------NM��---- -------- ---- — ------------- DATE DID(S) OPENED: MAY 29, 1996__----— 10:00 AM BIDDER HID AYlOUNT CA'SHISR' D CHECK AMPCO ELECTRIC, INC. (ONE COPY) ELECTRICAL CONTRACTING SERVICE, INC. 'PRIME ELECTRICAL CONTRACTORS NM,_N NO BID: LIGHTING MGMT. CO. INC. ZIMY FlTcrRoNics, MILLS ELECTRIC SERVICE, INC. , MEGATRAN FD�DATO ELECTRIC, INC. N•__M Na N�_Ns—_ N—r--M_�N__N_—_ "Off r; from tlx� � erii i S )FP ✓+n' +•�+ :...r..li n�F +c. i`n 1 hz !rc;n —arci �?,— �—Q.s W:3i:_2,,r--1tL4 otTCC — m—re d7 al tbY.te. All other C/.i-�: .Z�y �l'7'•. �("..i A,i :... � .,..'�� t'i �::'. ;,.1.' iil•li4 i��i i] mny, MN_-.—_ --N—�•Mw•�N— _—NN_ MwN MN,NY. N__O _ �s—. .w_•.� sw�.OrFf..!®_2.6<D.ca O.ra•ra��a�e— �� o41—Direceive• (�) envelopes oa Ooholf o! ls) GSA/SOLID WASTE -PROCUREMENT DIVISION on'"i� ity Dspastae8t) (Deputy Ci/t;�Clesk) RECEIVFr? '96 MAY 29 A10 :00 WALTER J. FOEMAN CITY CLERK CITY OF tiIAMI, FL,� LEGAL ADVERTISEMENT BID NO. 95-96-090 Mqy 13 k14 [ r£ 410.53 0jr yc/r R FO 0,r , ,Ct FR fMjoAted Sealed bids will be received by the City of Miami City Clerk at his o f z at City Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than y 29, 1996 at 10:00 a.m. from qualified firms regularly engaged in the provision of Electrical Maintenance Services on a City-wide contract basis for one (1) year for various properties owned and/or operated by the City of Miami. Bids submitted after the deadline and/or submitted to any other location or office shall be deemed non -responsive and shall be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good 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's Procurement Office located at 300 Biscayne Blvd. Way, Suite 210; Telephone (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return, and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the bids are available upon request at the City's Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 2134) Cesar H. Odio City Manager City of Miami 213This r REQUISITION FOR ADVERTISEMENT appear nbtthemust P t' advertisement. INSTRUCTIONS: Please type and attach a copy of the advgrtIsRW2nt with tbia r2guisition. 1. Department: 1'i.nanceIProcurc'_ nunfr 2. Division: 3. Account Code number: 261101--287 4. Is this a confirmation: ❑ Yes No 5. Prepared by: GI-a.(iys Bermudez _ 6. Size of advertisement: Ie, a1. 7. Starting date: Ma , 10 1.996 8. Telephone number: 579-6845 9. Number of times this advertisement is to be publish . ed: 1.) one 10. Type of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: Bid tvo. 95--96 -090 City -Wide Electric.jal. Bvlaint.. Svc:S, 12. Publication A. Pr" t M USENLY,- ° Date(s) of Advertisement Invoice No. Amount MIAMI `1'IMI,S MIAMI REVIEW DTARIO LAS 01ERICAS I 13. ❑ Approved ❑ Disapproved ' i Dpartment Director/Designeb Date I Approved for Payment Date C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. uw I MOU 11UR. VWII19W - u.o.n., r unary - uCF,tlRnitlnl