HomeMy WebLinkAboutR-88-1159t ,}} 4"leYf a t i
VN
y#�
i
RESOLUTION N0 •
A RESOLUTION ACCEPTING THE RIbS OF ft.Rt
GROVE, INC. i IN THE AMOUNT of $ 42 # 7 27 ►00 AND
MURRAY ELEC'PRIO, INC. IN THE PROPOSED AMOUR'
bFSrD511OD FOR THE FURNISHING AND
INSTALLATION OF AN UNINTERRUPTABLE POWER-
SYSTEM (UPS) FOR THE ADMINISTRATION gU ILDING
TO THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION AT A TOTAL ESTIMATED COST OF,
..,48,'�7.170;
ALLOCATING FUNDS THEREFOR FROM THE
'q$$.•89
FIRE, RESCUE AND INSPECTION SERVICES,'
DEPARTMENT PROJECT NO. 313232 ACCOUNT CODE
2$S4O1�$40; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT:
H'REpg
i
ptxstat�t. to public notice, sealed bide
rar+o4 ttnA . AunuESt{',22: 198g ox; the: furnishing of ; :aCl Uriintexrupt+
T!ER L. =; SUAREZ - MAYOR`
�L
rR -
r
87-88-137 imD SECURITY
UPA SYSTEMS ADMINIST TION
BUILDING eaTE iIOs Otte
rtw
SOUTH DADE ELECTRICAL SUPPL
MURRAY ELECTRIC
ADAMS ELECTRICAL SERVICE
R.B.GROVE
LEY POWERS
TOTAL.
BROKEN DOWN IN ITEMS
BROKEN DOWN IN ITEMS
BROKEN DOWN IN ITEMS
BROKEN DOWN IN ITEMS
NO BID
2:00 P.M.
T"E OF SECURITY
Am=T
T
REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
C�EPT/DIV. procurement (for GSA -Property maintenance) 5182
AbCOUNT CODE X22XRXX22A 313 212 - 2 89 4 01- 287
r
Jul 25 - 1988 Y
DATE y � PHONE S 7 9— 6 3 8 0 APPROVED BY'�
f PfREPARED.BY' Maria Abi alil
�
!
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement One (1) times.
(number of Umes)
'f!rpe of advertisement: legal X`' classified display
I (Check One)
f Legal Aggust lst'..1988
gize: Starting date
/x7
girst four words of advertiment: Hid No. 87-88-se
° -Sealed bids will be....
E-5
'`F3 F4 F5 F7 FS F9
DUE DATE
UNE .� TRANS VOUCHER try MM -DD Adv. Doc. Reference VENDOR INDEX ._CODE BJE PHOJEET4
i
11 1 17 18 5 34 38 42 �5 50 51 56. 57 62 63 65 66. . ': x ' 4{.
zl
4
1
y
r
z
U
Z
1
24,14
7
8 V P 12
314
1S' DESCRIPTION 36
DISQOUNT6
72 '/41tilC•Ul+)7
' 5
2
0
20
1r
,
Pin
Copyt Maria
- Procurement Management
i Yelow
�.
Copy: Silvia Mendoza -City Clerk's
`: ur•{n �. mx,x;�
APR►tr,1�y1)t w,t�
i
White -Purchasing �Yeliow- Flnanoe
1
Plnk�-Aepament .:
-
1
s
CITY OF MIAMI. FLORIDA
s
INTER -OFFICE MEMORANDUM
M L -
The honorable Mayor and Members Author
'`'
���,�� �FILE:
DATE: TO: of the City Commission Reso utiizing
SUBJECT: Award of Bid #87-88-137
UPS System for
Administration
Building
REFERENCES:
.FROM: Cesa H• Odio
City Manager ENCLOSURES:
RECOMMENDATION: _
It is respectfully recommended that the City Commission adopt the
attached resolution awarding contracts to furnish an
Uninterruptible Power System (UPS) for the Administration
Building, 275 N.W. 2 Street, to R.B. Grove, Inc., a non -minority
vendor, in the amount of $42,727.00.• Also, to award a contract
t; for the installation of the UPS System to Murray Electric, Inc.,
jj a Woman vendor, in the amount of $61,050.00. Awards are to the
lowest, most complete responsive bidders in accord with Bid #87
88-137. Total cost of theseilableses from s the estimated -to be
Department of
$48,777.00, which funds are ava
Fire, Rescue and Inspection Services.
BACKGROUND:
( The 'General Services Administration Department has analyzed bids
�;. received pursuant to Bid #87-88-137, to furnish and install an
Uninterruptible Power System (UPS) at the Administration
' The proposed UPS System will
Building, 275 N.W. 2 Street.
jl provide a backup power source for the Fire Central Alarm Office'
which dispatches all emergency fire and rescue equipment. Said.
44' system would become operative in the event of a failure of the:
f�
i main power supply. -AT,t>t
Y G
i1} c t'is
�,.�
n 3 F M 1 ^n1tY'
ilk
tll
AWARD-0 _BID
Sid No.,87-88!tIl
Purnishing and installation for an UPS
ITEM:
System at the Administration building
DEPARTMENT:
General Services Administration
TYPE OF PURCHASE:
Short term contract.
REASON:
To system will provide a backup power.
*the
—""-
source . to Fire, Rescue and
Inspection Services Central alarm
office which dispatches all emergency
fire and rescue equipment. aid
system would become operative in the
event of a failure of the main power
supply.
POTENTIAL BIDDERS:.
24
BIDS RECEIVED:
4
TABULATION:
Attached
1988-89 Fire, Rescue & Inspection
FUNDS.:
Services Project #313232 Account Code
#289401-840.
MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to
three 3 hispanic and one (1) woman owned firms engaged in
the Electrical Supplies business as located in the.following
sources:
1. New Vendors Applications on file in Procurement
2. Dade County Minority Vendor -Register,
3. Previous bids on file in the Procurement Mgmt. Office
4. Yellow Pages Telephone Directory
Minority response consisted of one (1) bid received from a. -Woman
owned firm, Murray Electric, Inc. one of the recommended vendor.'
BID EVALUATION: The bids meet the specifications'
Following is an analysis of the
Invitations to Bid:
Number of Bid Number of,
Invitations Mailed Responses;
Category y
�f
Prior Bidders `
0 - 0 r
B ack American
0 r
Hispanic American 0
O 0
Woman Owned 0:
Non -Minority 0
New Bidders
Black American 0
Hispanic Amer. ican ` 1 '6''"
' i a
Woman Owned l
t s+hh
20
}
Non -Minority
2' .
. Courtesy Notifications
"No BidsM.
"
Late Bids fi +-°,
.�
�.
Tota�.s
77777777
} t ) X+ FNIM,;!
1` 4 t r �yi°r� inh
T
1§ ,yam
r3 r:
L CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-137
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE 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, 1 any)
Additional discount of 0 %
Warranty and/or guarantee: ONE
if awarded all items.
(1) YEAR.
State any variances to specifications (use separate sheet if
necessary): NONE.
Delivery: 45 See Notes° enarada°ys' required upon receipt of Purchase
Order.
Delivery Point(s): City of Miami - Administration Building
275 N.W. 2nd Street - Ground Floor
Miami, Fl 33128
In accordance with theinvitationto Bid, the Specifications, Genera
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES
OF COMPANY'OFFI.CERS:
SENNET'T' DUTTENHOFER
SENNETT
DUTTENHO� FE`R,_CHAIRMAN
OF BOARD
RICHARD B. DOWLING RICHARD B. DOWLING, PRESIDENT
RAUL E. ARRONDO. VICE PRESIDENT
(Please use the back of this page it more space-is.necessary
MINORITY.PROCUREMENT COMPLIANCE,."
The undersigned bidder acknowledges that rt has received a- copy,OC
Ordinance No. 10062, the Minority Procurement Ordinance of:the,:Citr"O
Miami, and agrees to comply with all. applicable substantive-.acnd.'
procedural provisions therein, including any amendments thereto..
BIDDER:. R. B. GROVE,. INC Signature:
company -name
Print 'Name: NORMAN LARRY' DAVLS '.
Iadioake if : Minority :Businesas Daiej. - AUGUST;, 5,, 1988; _. s
C 3 B14ck_ 1.3 , Hispanic.. [ 3 Women_
FAILURE TO COMPLETE, SIGH,: AND: RETURN• THIS FORM'a:MKY.. Dh$QUAfa.0mti��
N
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
BID NO. 87-88-137
BID SHEET
IMQVNTAW" BID SHEET AND BIDDER AClCNOWLEDGEMBNT MUST BE RETURNED IN
DUPLICATE 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: 2%--30•days (Include cash discount for prompt
payment, i fany)
Additional discount of $ if awarded all items.
Warranty and/or guarantee: one year from date of final inspection.
State any variances to specifications (use separate sheet if
necessary):
Delivery:*sixty (60)alendar days required upon receipt of Purchase
order. subject to installation of equipment*
Delivery Point(s): City of Miami - Administration Building
275 N.W. 2nd Street - Ground Floor
Miami, F1 33128
In accordance with t e Invitation to Bi , the Sp'e-clficatlons, Genera
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s)..
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
55% — Mary D. Nels-on Murray E: Nelson— President
45% — Murray E. Nelson Mary D. Nelson, Secretary/Treasurer
(Please use the back of this page if more space is necessary
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the'City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
SIDDER:Murray Electric, Inc.
company name
Indicate if Minority Business:"
[ ] Black [ ] Hispanic [x] Women
,FAILURE
BID.
SIGN
Signature:"-
/ -- ACC"4
Print Names Mary D. Nelson. Sec/Trews.`