Loading...
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