HomeMy WebLinkAboutR-87-0867r
J-87-887
9/21/87 �•y tl
s RESOLUTION NO. 8 /, 1367
i
f A RESOLUTION ACCEPTING THE BID OF ALL PHASE
} ELECTRIC SUPPLY FOR FURNISHING ELECTRICAL
!' SUPPLIES TO THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION AT A TOTAL PROPOSED
I COST OF $6,344.00 ALLOCATING FUNDS THEREFOR
FROM THE 1987-88 OPERATING BUDGET ACCOUNT
CODE #420401-707; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR THIS
MATERIAL, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received September 4, 1987 for furnishing miscellaneous
electrical supplies to the Department of General Services
Administration; and
WHEREAS, invitations were mailed to thirty two (32)
potential suppliers and six (6) bids were received; and
WHEREAS, funds for this purchase will be available from the
1987-88 Operating Budget Account Code #420401-707; and
WHEREAS, this service will be used by the Department of
General Services Administration for the purpose of replacing
defective electrical equipment; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from All Phase Electric Supply 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 September 4, 1987 bid of All Phase Electric
Supply for furnishing miscellaneous electrical supplies to the
Department of General Services Administration at a total proposed
cost of $6,344.00 is hereby accepted with funds therefor hereby
allocated from the 1987-88 Account Code #420401-707.
CITY COMMISSION
MEETING OF
OCT 22 1987
)N No.
Section 2. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Orders
for this material, subject to the availability of funds.
PASSED AND ADOPTED this 22nd day of October , 1987.
XAVIER L. VREZ, MAYOR
ATT
Y HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
V •
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVED
LUC A A.
CITY ATT
AS TO FORM AND CORRECTNESS:
-2- 7.
Section 2. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Orders
for this material, subject to the availability of funds.
PASSED AND ADOPTED this 22nd day of October , 1987.
ATT
a
WMIFY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
Za- Joe V •
&Jdeo�
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVkb/AS TO FORM AND CORRECTNESS:
CITY A'
XAVIER L. tpEZ, MAYOR
-2-
926-7
BID SECURITY
1i'�tr
DAtt 6101 RECttyi6 September_ 4_, 1987 10 : 0 am
86-87-131
TYPE OP SEMWTY
i
i'
�IOOE
TMAL
Cauthen Elec., Inc
Broken down by item
Rays Electrical Supplies
"
So. Dade Electrical Supply
"
Atlas Elec. Supplies
Raybro Elect. Supply
"
All -Phase Electric
NO BTD:
Consolidated Electric Supply
Miramar Electricll . C . i'.n,,ine
Inc.
•i.nzJ , hw .
Gem-B Electric Supply, Inc.
Mercedes Lighting & Electric
Samirco Pneumatic
1 Supply, Inc.
RECEIVED on behalf
f PURCHASING DIV./PUBLIC�O S T4 envelopes.
SIGNED �I . DATE:
Rasas.od liho elver e1ewlbod $&*A$ oil _ _ Tier of ILMM M
WOK ACCOUNTWO olvaeK ''"
LEGAL ADVERTISEMENT Y
t
i
i BID NO. 86-87-131
i
Sealed bids will be received by the City of Miami City Clerk at
her office located at 00 P 'ca Driv Miami, Florida,
33133 not later than :00 a.m. September 4, 198IJor furnishing
Electrical Supplies to e uepartment of keFeral Services
Administration.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods 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 Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 579-6380.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 4526)
Cesar H. Odio
City Manager
A
.e ..
, REQUISITION FOR ADVERTISEMENT This number must appear
DEPT/DIV. I= r t;�: �.i: _,,; {_ ; , ; in the advertisement.
ACCOUNT CODE '
DATE t Ii" PHONE APPROVED BY:
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement - times.
(number of tunes)
Type of advertisement: legal classified display
(Check One)
Size: Starting date
First four words of advertisement:
Remarks:
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-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
O&W
pROJECT-
11
13
1 11718
34 39,42
45
50,51
56
57 62
63 65
66 71
0
1
2
4111
VIP
1
11
1
121012121817
FTTT
T
2
3
4 7
8 V P 12
314
15 DESCRIPTION
36
64 DISCOUNT
72
AMOUNT 80
5
2
0
0
2
0
1
White — Purchasing
Yellow - Finance
Appmved for Payment
Pink — Deparwwnt
CITY OF MIAMI, FLORIDA
INTER-01tFICE MEMOORIANDUM
f ^^
*0` The Honorable Mayor and Members o"*E` CT J 1987 n�E:
of the City Commission Resolution Authorizing
SUBJECT: Award of Bid #186-87-131
Purchase of Electrical
Supplies
REFERENCES:
Cesar H. Odi
to
City Manager ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached resolution awarding a contract for purchase of
electrical supplies to All Phase Electric Supply as the lowest
complete, responsive bidder in accord with Bid No. 86-87-131.
Total cost of these products for one year are estimated to be
$6,344, which funds are available in the Property Maintenance
Division budget of the General Services Administration
Department.
BACKGROUND:
The General Services Administration Department analyzed bids
received pursuant to bid #k86-87-131, to furnish electrical
supplies to the City for upgrade of electrical service at Bobby
Maduro Baseball Stadium. Award is recommended to be made to All
Phase Electric Supply; a non -minority vendor; as the lowest
complete responsive bidder.
Funds for this purpose will be available in the 1987-88 budget of
the Property Maintenance Division, General Services
Administration Department.
Amount of Bid: $60-344 % of Cost Estimates: N/A
Budgeted Amount: $6;344
Source of Funds:
1987-88 Property Maintenance Division Funds:
Account #1420401-707
Attachments:
Proposed Resolution
Tabulation of Bids
CITY OF MIAMI. PLOR16A
IN INTER -OFFICE MEMORANDUM
t+ef
A. L. Mullins DATE: RIL[:
Chief Procurement Officer
Procurement Management Division SUBJECT: Bid #86-87-131, Electrical
Supplies
swop Ron E. Williams, Director REFERENCES:
Generale Services Administration
ENCLOSURES:
i
This department has verified available funding with the
Departments of Finance and Management & Budget that funds are
available to cover the cost of the subject bid in the amount of
$6,344.00, Account Code Number 420401-707.
FINANCE REVIEW & APPROVED BY:
r
Carloo rarcia, Director
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
Manohar Sur ana ector
Department of gement
and Budget
ADDITIONAL APPROVALS
(IF REQUIRED)
Sergio Rodriguez, Director
Planning Department
Frank Castaneda, Director
Community Development
1
AWARD OF BID
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
__
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
FUNDS:
Bid No. 86-87-131
Electrical Supplies
General Services Administration
Single purchase
To replace defective electrical
32
6
Attached
1987-88 Operating Budget Account Code
#420401-707.
MINORITY/WOMAN PARTICIPATION: Invitations to Bid were sent to
Four black, Thi tr Thirteen (13) hispanic and one (1) woman
owned firms engaged in the Electrical Supplies business as
located in the following sources:
1. Dade County Minority Register
2. Previous bids on file in the Procurement Mgmt. Office
3. Yellow Pages Telephone Directory
Minority response consisted of one (1) bid from black and one (1)
bid from woman owned firms.
BID EVALUATION: All bids meet the specifications.
Following is an analysis of the
Invitations to Bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders
Black A scan 0 0
Hispanic American 3 0
Woman Owned 0 0
Non -Minority 5 2
New Bidders
Black American
4
1
Hispanic American
10
0
Woman Owned
1
1
Non -Minority
9
2
Courtesy Notifications
14
0
"No Bids"
-
6
Late Bids
.__
Totals 4 46 -12
Reasons for "No Bid" were as follows
1. Consolidated Electric Supply, Inc. "We are not square
Distributors."
2. Miramar Electric. - "No quote"
3. A.C. Engineering, Inc. - "Do not carry the required
parts"
4. Gem-8 Electric Supply, Inc. "We don't handle square D"
S. Mercedes Lighting a Electrical Supplies - "We are not
square D Distributors."
6. Samirco Pneumatic - "we do not distribute this type of
product anymore."
Page 1 of 2
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE. TO ALL PHASE ELECTRIC SUPPLY
FOR A TOTAL PROPOSED AMOUNT OF
$6,344.00.
;0
/-Chief Procurement officer
Date
The Minority & Women Business Administrator concurs with the
above recommendation.
i
Minority & Women Business
Administrator
Date
0
Page 2 of 2%' Al
i
TABULATION OF BID #86-87-131
Electrical Supplies
BIDDER
All Phase Electric
8550 N.W. South River Dr.
Miami, F1. 33166
Raybro Electric Supply, Inc.
P. O. Box 522427
Miami, Fl. 33152
So. Dade Electrical Supply, Inc.
13100 S. W. 87th Ave.
Miami, F1. 33156
Cauthen Electric, Inc.
P. O. Box 380637
Miami, Fl. 33138
Rays Electrical Supplies
2155 Opa-Locker Blvd.
Opa-Locka, F1. 33054
TOTAL COST CO19amS
$ 6,344.00 Lowest acceptable
and responsive bid
per specifications
8,269.21
8,748.00
9,607.00
13,505.57
i