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