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