C2B-Award Contracts Inspection And Maintenance Of Parking Lot LightingCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO
BrD (rTB) NO.2014-168-SW FOR TNSPECTTON AND MATNTENANGE OF PARKTNG LOT
LIGHTING.
Maintain City's lnfrastructure.
Supporting Data (Surveys, Environmental Scan, etc.):
ltem Su mmary/Recommendation :
The purpose of lnvitation to Bid (lTB) No.2O14-168-SW was to establish a contract, by
means of sealed bids, with a qualified vendor(s), to provide maintenance and/or repair of
parking lots lights at the various City-owned surface parking lots, totaling approximately 600
light fixtures. Responsibilities include the maintenance and replacement of head fixtures,
bulbs, photo cells, wires and fuses. The work includes bi-weekly night inspections to assure
parking lot lighting systems are maintained in full working capacity to the greatest extent
possible.
The Procurement Department issued lnvitation to Bid (lTB) No. 2014-168-SW, on September
3'd,2014, with a bid opening date of September 30th, 2014. A total of two (2) addendums
were issued. The Procurement Department issued bid notices utilizing the Public Group and
via email. A total of three (3) bids were received from the following bidders: Edd Helms
Electric, Enterprise Electrical, lnc., and R & D Electric, lnc.
RECOMMENDATION:
After considering the review and recommendation of City staff, the City Manager exercised
his due diligence and is recommending to the Mayor and the City Commission to award
contracts pursuant to ITB No. 2014-168-SW to the following: Enterprise Electrical
Contracting, as the primary vendor, and R & D Electric, lnc., as the secondary vendor.
Board Recommendation:
Financial lnformation :
Source of
Funds:/e Amount Account
1 $48,062.40 480-0463-000325
OBPI Total $48,062.40
Financial lmpact Summary: The annual cost associated with the inspection and
maintenance of parking lot lighting is subject to funds availability approved through the
City's budgeting process.
Alex Denis, Extension 7490 and Eric Carpenter, Extension 7080
AGENDA
'TEM
CEB
oerc //-/?^/?E MIAMIBEACH 69
r.-'.-.
Ii-r-
Ul- r, r-,. iL.' t.'. - I ;
Ciiy of lliomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
PROCUREMENT DEPARTMENT
I el 30547 3-7 490. Fox: 7 8639 +407 5.
COMMISSION MEMORANDUM
TO:Mayor Philip Levine and Members offthe City C
FROM: Jimmy L. Morales, City Manager
DATE: November 19,2014
INVITATION TO BID NO. 2014.168.SW, FOR INSPEGTION AND
MAINTENANCE OF PARKING LOT LIGHTING.
KEY INTENDED OUTCOME
Maintain City's lnfrastructure.
FUNDING
fundinq for this followslheIILIS AS
Fund Name Fund Code Amount
Contract Maintenance 480-0463-000325 s48,062.40
BACKGROUND
The purpose of lnvitation to Bid (lTB) No.2014-168-SW was to establish a contract, by
means of sealed bids, with a qualified vendor(s), to provide maintenance and/or repair of
parking lots lights at the various City-owned surface parking lots, totaling approximately
600 light fixtures. Responsibilities include the maintenance and replacement of head
fixtures, bulbs, photo cells, wires and fuses. The work includes bi-weekly night
inspections to assure parking lot lighting systems are maintained in full working capacity
to the greatest extent possible.
ITB PROCESS
The Procurement Department issued an lnvitation to Bid 2014-168-SW, on September
3'd,2014, with a bid opening date of September 30,2014. A total of two (2) addendums
were issued. Twenty-Four (24) Bid Notices were issued via Public Purchase. A total of
three (3) bids were received from the following bidders:
o Edd Helms Electrico Enterprise Electrical lnc.o R&DElectric, lnc.
70
The three (3) bids received were reviewed by the Procurement staff and all were
deemed responsive to the bid requirements. The bids were tabulated and the following
are the results. While there is a wide variance in the total cost (3 years) proposed by the
bidders, the Procurement Department confirmed that, in fact, the prices indicated in the
table below are each bidder's total cost.
As required in the lTB, bids were evaluated for compliance with the minimum qualifications and
specification requirements, including :
1. Licensing Requirements: Company or its employee shall be a State of Florida Elechical
Contractor or Miami-Dade Master Electrician.
Enterprise Electrical Contracting, lnc., is a State of Florida certified and licensed
electrical contractor. State License number is: EC13004436 and expires on August
31, 2016.
R & D Electrical, lnc., is a State of Florida certified and licensed electrical
contractor. State License number is: EC13001534 and expires on August 31,
2016.
2. Previous Experience: Bids will only be considered from firms that are regularly engaged in
the business of providing goods and services as described in this Bid for a minimum of three
(3) years and provide a contact name and phone number for verification. Bidder must list at
least one (1) governmental agency currently being serviced or have been serviced by the
bidder within the last three (3) years and provide a contact name and phone number for
verification.
Enterprise Electrical Contracting, lnc. and R & D Electric, lnc,, submitted three (3)
individual references which exemplify their experience in projects similar in scope
and volume to the work indicated in the lTB,
3. Financia! Stability and Strength: Bidders must be able to demonstrate a good record of
performance for a reasonable period of time, and have sufficient financial resources to ensure
that they can satisfactorily provide the goods and/or services required herein,
Enterprise Electrical Contracting, Inc. has a good record of performance and
has the financial resources to ensure that they can satisfactorily provide the goods
and/or services required in the lTB. Their latest Supplier Qualifier Report from
TABU LATION SHEET !TB-2014-158.SW
TOTATS BY GROUP BASED ON THREE YEARS
Enterprise Electrical
Contractins R&DElectric,lnc.EDD Helms Electric
Group 1A
lnspection and
Maintenance of Light
Poles S 144.L87.2o S 2so.2o7.20 S 1.455.120.00
71
Dun & Bradstreet indicates that their financial condition is "Good" and they have
Supplier Evaluation Risk (SER) rating 5 out of 9. The lower the score, the lower
the risk.
R & D Electric, lnc. has a good record of performance and has the financial
resources to ensure that they can satisfactorily provide the goods and/or services
required in the lTB. Their latest Supplier Qualifier Report from Dun & Bradstreet
indicates that their financial condition is "Good" and they have Supplier Evaluation
Risk (SER) rating 5 out of 9. The lower the score, the lower the risk.
4. Product or Service Requirements: As a result of the due diligence of bids, Enterprise
Eleckical Contracting, lnc., has been deemed the lowest responsive and responsible bidde(s)
meeting allterms, conditions, and specifications of the lTB,
CITY MANAGER'S REVIEW & RECOMMENDATION
The City Manager has considered the bids received, pursuant to ITB-2014-168-SW, and
recommends that the Mayor and City Commission of the City of Miami Beach, Florida,
approve the award of a contract to Enterprise Electrical Contracting, the lowest
responsive, responsible bidder to the ITB as the primary vendor; and R & D Electric,
lnc., as the secondary vendor; and further authorize the Mayor and City Clerk to execute
the contracts.
CONCLUSION
The Administration recommends that the Mayor and City Commission of the City of
Miami Beach, Florida approve the City manager's recommendation pertaining to the bids
received, pursuant to lnvitation to Bid (lTB) No. 2014-168-SW for lnspection and
Maintenance of Parking Lot Lighting.
72