Loading...
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