Loading...
HomeMy WebLinkAboutR-93-0704J-93-801 10/27/93 RESOLUTION NO. 9 3- 704 A RESOLUTION ACCEPTING THE BID OF JANTECH POWER SERVICES FOR THE FURNISHING AND INSTALLATION OF 80 UPS BATTERIES TO THE DON HICKMAN ADMINISTRATION BUILDING FOR THE DEPARTMENT OF FIRE, RESCUE AND INSPECTION SERVICES DEPARTMENT AT A TOTAL PROPOSED AMOUNT OF $22,160.00; ALLOCATING FUNDS THEREFOR FROM FIRE, RESCUE OPERATING BUDGET, ACCOUNT CODE NO. 290461-718, PROJECT NO. 196002; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received March 31, 1993 for the furnishing and installation of 80 UPS Batteries to the Don Hickman Administration Building for the Department of Fire, Rescue and Inspection Services; and WHEREAS, invitations were mailed to forty-eight (48) potential bidders and one (1) bid was received; and WHEREAS, funds for this purchase are available from the Fire, Rescue, Operating Budget, Account Code No. 290461-718, Project No. 196002; and WHEREAS, this acquisition will be used to replace the existing deteriorated batteries; and WHEREAS, the City Manager and the Director of the Fire, Rescue and Inspection Services recommend that the bid received from Jantech Power Services be accepted as the only responsible and responsive bid; CITY C0b=SSI03J MEETING OF NOV 2 3 1993 Resolution No. 93- 704 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 March 31, 1993 bid of Jantech Power Services for the furnishing and installation of 80 UPS Batteries to the Don Hickman Administration Building for the Department of Fire, Rescue and Inspection Services, at a total proposed amount of $22,160.00 is hereby accepted, with funds therefor hereby allocated from the Fire, Rescue, Operating Budget, Account Code No. 290461-718, Project No. 196002. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this acquisition. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 23rd day of November , 1993. RK , MAYOR ATT S STEPIVM P. w METTY HIRAI, CITY CLERK PREPARETI-,AND'APPROVED BY: DEPUTY CITY ATTOR4EY APPROVED AS TO FORM AND CORRECTNESS: A.' QU IINN JON , I I I CITY ATTORN 93- 704 ;n_sacvRYrt ,liar SID TM t 90 HEAVY DUTY UPS BATTERIES 1I� s0. s 92-93-062 �.M iI�(Di 0lZlDY MARCH 31, 1993 11:00 a.m. t OSAL AID 10RD�ot2 PiDDIAlt - Z,i"MUT �assiig csaeR� N TECH POWER SERVICES Se attached. Bid d--l----� rNO BID: Y'S ELECTRICAL SUPPLIES INC. i LJD SUPPORT CONCEPTS ATLANTIC ELECTRONICS, INC. ADAMS ELECTRICAL SERVICE M !— O_.!—OoynN!!-4! OlMwwwO----Oo NiwrOOrl N--lMo! • w!p!ilO.O --il—� _MyM!llO.w lwYN !! N—M—•.—P•�—►�. M•'_•!iw o—w-wo- oYI---M--o-- wlIMAY•Y Moi011OO w! o0•�oM—NOON►N-- —1��.�01 w�•►—•IA--NO— •. wN—aM_�-------------- N——NiwN--- -- N-6NN—O —O--v.►O--�wY ---ob—O—M—.►—O •M—MIOa•i N—�•• —MN—M00--► wMlOsl Nla►!w! !N!M'!i!!MM! —0—.---MMw•—IOi—Osla o0.iriN.i1�•� � w •rMIO ••►—M •� 00 —d 1 Oo OYM�Ni M—M—O —iM wapl�—a�..0►oo�--Owr�•oOA �.• 4biwa OlaO•_•.40 M•-w--la o0••ORaY.r4MMOw•M_.►w.►••_•� —MON MN-- • OwMy—/•w _..tea—o_ oOwV—w—N Oa ���_�dOPa�!•O R __, —i►00�._—_OOsmow .�O MOOI.OItOww!• .•_!__!O!o•r OOOMMaO•►—N t'Frn o—M'•00•�_Ow .'� —raceived onv®lopes on behalf of �a sail -e'c- v as Ids) GS Soli Waste -Procurement Division w oar (City Department]-- ----- _-- DYGNi3Dt _ ___ _ (Deputy -w City Clerk) ------ RECEIVED '93 MAR 31 All :00 MAT"I'l 1,11HAI CI1'Y CLERK CITY OF Mlr H1, FLA. LEGAL ADVERTISEMENT 'N:, l� l� Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, M40i, Florida 33133 not later than 11.100 A.M. NA=h 3 for the purchase, delivery and installation of 90 heavy d "';U'i S Batteries as or equal to (Power PRC12110X), and battery r4a or equal to (Power R604T), and the removal of the exitiing batteries located at the Don Hickman Administration Building for the Fire, Rescue & Inspection Services Department. 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, as amended, established a goal of AMMOinq 51% of the City's total dollar volume of all expenditures for.All Goods and Services to Black, Hispanic and Women Minority BuGiAess Enterprises on an equal basis. Minority and women vendors who are interested in submitting.bido and who are not registered with the City as minority or n vendors are advised to contact the City Procurement Office, 1390 NW 20th Street, Second Floor, Telephone 575-5174. Local preference may be applied to those vendors office is located in the City of Miami, provided the bid or bid is not more than ten percent (10%) the lowest other responsible bidder or bidder. whose pr►ry the axo*At, of in exc00*: mf Detailed specifications for the bids are available upon at the City Procurement Office. The City Manager may reject all bids and readvertise. i (Ad No. 0826) Cesar H. Odio City Manager reeat UM t„ � F it 4, & t, City of Miami 0826 This number must REQUISITION FOR ADVERTISEMENT appear In the Uf V % advertisement. INSTRUCTIONS: Please jyge jnd attach a copy of the adyertiselljont wIth this reaulaltion. 1. Department: FIRE,RESCUE & INSPECTION SERVICES 2. Division: 3. Account Code number: i, 420604-287 4. Is this a confirmation: Yes 0 No 5. Prepared ROBIN MYING 6, Size of advertisement: legal 7. Starting date: MARCH 1 9993 8. Telephone number: 575-5174 9. Number of times this advertisement is to be published'. one 10. Type of advertisement: &I Legal C1. Classified El Dlsl2lay 11. Remarks: BIN NO. 92-93-062 12. Publication Invoice NO. Amount Date(s) of Advertisement MIAMI REVIEW MIAMI: TIMES DIARIO LAS AMERICAS 13. El Approved El Disapproved Department Director./Designee Date Approved for Payment 'Date cF5—smc 503 Rev. ev..12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy; DISTRIBUTION: White - G.S.A.; Canary - Department . i CITY OF MIAMI, FLORIDA CA=1- INTER-OFFICE MEMORANDUM I TO: Honorable Mayor Member .Qf the FROM : Cesar . Odio VCity Manager Recommendation: and City Commission DATE SUBJECT : REFERENCES: ENCLOSURES: September 15, 1993 FILE Bid No. 92-93-062 It is respectfully recommended that the City Commission adopt a resolution authorizing awarding a bid to Jantech Power Services located at 5004-A West Linebaugh Avenue, Tampa, Florida 33624, a non-minority/non-Dade County vendor, at a proposed amount of $22:,1F0 for the removal and installation of eighty (80) Power PRC 1211OX UPS Batteries located at 275 N.W. 2 Street. Jantech Power Services was the only responder to the ,City's request for bid. Index Code 290461 718-196002. Background: The Department of Fire, Rescue and Inspection Services needs to purchase and have installed 80 Power PRC 1211OX UPS Batteries for the UPS system located at 275 N.W. 2 Street. The existing batteries are six years old and are nearing the end of their usefulness. These D.C. batteries supply power to the communications system and 911 equipment, telephone equipment and EOC Center in the event of a commercial power failure, and will keep the equipment running until the building generator starts. Should a commercial power and generator failure occur simultaneously, the UPS will hold all communications equipment for a minimum of four hours. 93 CAI _ 704 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM ro ; Judy S . Carter onrE : September 15, 1993 FILE Chief Procurement Officer FROM : C. a ez, Director Res ue and Inspection Services Department Bid No. 92-93-062 SUBJECT : UPS Batteries REFERENCES: ENCLOSURES: This Department has verified available funds with the Department of Management & Budget and the Capital Improvement Administration that funds are available to cover the cost of subject bid in the amount of- $2-3,-'.$, A cunt Code Number 290461-42-0-196002. L BUDGETARY REVIEW & APPROVED BY: (Except for items funded through Capital Improvement Program),( Manohar S"urang[, H- "rector Department of Management & Budget CAPITAL IMPROVEMENT FUNDING REVIEW AND APPROVAL: 04 )1� Eduardo odriguez Capital Program Manager (This form properly signed is part of the Bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) 93- '704 M CITY OF MIAMI, FLORIDA BID SHEET (Continued) BID NO. 92-93-062 IMRTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE 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 OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: Net 30 (Include cash discount for prompt payment, if any) Additional discount of N/A % if awarded all items. Warranty and/or guarantee: N/A Delivery: 0 calendar days required upon receipt of Purchase Order or Notice of Award. N/A 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 Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Jay A. Nizborski Jay A. Nizborski a) List principal business address: (street address) 5004-A W. Linehaugh Ave., Tazpa, FL 33445 b) List all other offices located in the State of Florida: (street address) 3770 D Village Dr., Delray, FL 33445 (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT CO PL.I NCE The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, includi ny amendments thereto. Bidder: Signature: (company name) Date: Print Name: Indicate if Business is 51% Minority -owned: (Check one box only) BLACK f 1 HISPANIC f 1 FEMALE If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: Jantech Pover Senrices Signature: (company name) L� FAILURE TO COMPLETE SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS RID. V 93- 704 TE Furnishing and installation of UPS 80 Batteries. DEPARTMENT: Fire, Rescue & Inspection Services TYPE OF PURCHASE: Short Term Contract REASON: To replace deteriorated UPS batteries. POTENTIAL BIDDERS: 48 BIDS_RECEI ED: 1 i I FUNDS: Fire, Rescue and Inspection Services General Operating Budget, Account Code No. 290461-718- 196002. BID TABULATION: JANTECH POWER SERVICES - $22,160.00 BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 48 1 MINORITY/FEMALE (M/F) VENDORS.......... 19 0 Within City limits .................. 2 0 Registered with City ................ 2 0 Black (B) Vendors..... ............ 6 0 Located within City limits.......... 0 0 Registered with City ................ 0 0 Female (F) Vendors. ..• ......... .... 4 0 Located within Citylimits.......... 0 0 Registered with City ................ 1 0 Hispanic (H) Vendors... .............. 9 0 Located within Citylimits.......... 2 0 Registered with City ................ 1 0 NON MINORITY (NM) VENDORS .............. 29 1 Located within City limits.......... 3 0 "No Bids " . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - 4 93- 704 8 Reason(s) for NOT awarding to local vendor: Jantech Power Services was the sole bidder Reasons for "No Bids" are as follows: Adams Electrical Services- No Reason LJD Support Concepts "unable to supply at this time" Atlantic Electronics- "we aren't licensed electrical contractors" Ray's Electrical Supplies- "unable to supply specified batteries" RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO JANTECH POWER SERVICES A NON -LOCAL, NON - MINORITY VENDOR AT A PROPOSED COST OF $22,160.00. i Chie rocu a fficer to zI 93 D to 93- 704