Loading...
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.`