HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #5184
Date: 12/10/2018
Commission Meeting Date: 01/10/2019
Requesting Department: Department of
Police
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - Uninterruptible Power Supply
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bid received on September 11, 2018 pursuant to IFB 923384 from EOLA
Power, LLC ("EOLA") for the service and maintenance of uninterruptible power supply
(UPS), semi-annually and on an emergency callback basis, for an initial contract term of
three (3) years, with the option to renew for two (2) additional one (1) year periods,
allocating funds from the City of Miami Police Department's General Account Fund
00001.191501.546000, and other sources of funds. Authorizing the City Manager to
negotiate and execute all other documents, including any amendments, renewals, and
extensions, subject to allocations, appropriations and budgetary approval having been
previously made, and in compliance with applicable provisions of the Code of the City of
Miami, Florida, as amended, ("City Code"), including, the City of Miami's Procurement
Ordinance, Anti -deficiency Act, and Financial Integrity Principles, all as set forth in
Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in
compliance with applicable regulations, as may be necessary for said purpose.
Background of Item:
The City of Miami ("City") has identified a need for service and maintenance of
uninterruptible power supply (UPS) semi-annually and on an emergency callback basis
during regular work hours. On August 15, 2018, the Department of Procurement
("Procurement") issued IFB No. 923384, for Service and Maintenance of Uninterruptible
Power Supply (UPS). As required by the Procurement Code, the IFB was advertised
and issued online. On September 11, 2018, at the bid closing, six (6) bids were
received, one (1) bid was found to be non -responsive because they failed to bid on all
line items as requested by the IFB. Procurement is recommending award to EOLA
Power LLC, which met all requirements, per the bid specifications, and is the lowest
responsive and responsible Bidder. The estimated contract amount is $60,395
annually, approximately $301,975 for all five (5) years in the aggregate. The funds will
be allocated from the City of Miami Police Department's General Account Fund
00001.191501.546000, and other sources of funds.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Item is an Expenditure
Total Fiscal Impact:
$ 60,395 Annually (Approximately $301,975 for five (5) years in the aggregate)
General Account No.: 00001.191501.546000, and other sources of funds
Department of Police
Department of Police
Department of Police
Office of Management and Budget
Office of Management and Budget
Department of Procurement
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Office of the City Clerk
Reviewed B
Jorge Blanco
Ronald Papier
Ronald Papier
Luis Hernandez -Torres
Christopher M Rose
Annie Perez
Valentin J Alvarez
Nikolas Pascual
Valentin J Alvarez
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
City Clerk's Office
Initial Police Review Completed 12/13/2018 9:59 AM
Police Chief Review Completed 12/19/2018 1:28 PM
Department Head Review Completed 12/19/2018 1:28 PM
Budget Analyst Review Completed 12/24/2018 9:11 AM
Budget Review Completed 12/26/2018 4:07 PM
Procurement Review Completed 12/27/2018 11:56 AM
Legislative Division Review Completed 12/27/2018 1:02 PM
City Manager Review Completed 12/27/2018 1:19 PM
Deputy City Attorney Review Skipped 12/27/2018 8:27 AM
Approved Form and Correctness Completed 12/27/2018 3:47 PM
Meeting Completed 01/10/2019 9:00 AM
Signed by the Mayor Completed 01/18/2019 2:35 PM
Signed and Attested by the City Clerk Completed 01/18/2019 3:47 PM
Rendered Completed 01/18/2019 3:48 PM
City of Miami
Legislation
Resolution
Enactment Number: R-19-0004
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 5184 Final Action Date:1/10/2019
A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BID
RECEIVED SEPTEMBER 11, 2018, PURSUANT TO INVITATION FOR BID ("IFB") NO.
923384, FOR SERVICE AND MAINTENANCE OF UNINTERRUPTIBLE POWER
SUPPLY (UPS) FROM EOLA POWER LLC, ("EOLA") THE LOWEST RESPONSIVE
AND RESPONSIBLE BIDDER, FOR THE MIAMI POLICE DEPARTMENT ("MPD"),
SEMI-ANNUALLY AND ON AN EMERGENCY CALLBACK BASIS, FOR AN INITIAL
PERIOD OF THREE (3) YEARS, WITH THE OPTION TO RENEW FOR TWO (2)
ADDITIONAL ONE (1) YEAR PERIODS; ALLOCATING FUNDS FROM THE MPD'S
GENERAL FUND ACCOUNT 00001.191501.546000, AND OTHER SOURCES OF
FUNDS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY
APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE ALL OTHER CONTRACT DOCUMENTS, INCLUDING
ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO
ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVAL, HAVING BEEN
PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF
THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"),
INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -
DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH
IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE
NECESSARY FOR SAID PURPOSE.
WHEREAS, The Miami Police Department ("MPD") has a need for service and
maintenance of its uninterruptible power supply ("UPS"); and
WHEREAS, an UPS is a device that allows computers and similar devices to continue to
run, at least for a short time, when the primary power supply is incapacitated or lost; and
WHEREAS, on August 15, 2018, the Department of Procurement ("Procurement")
issued Invitation for Bid ("IFB") No. 923384 to establish a contract for service and maintenance
of the MPD's UPS semi-annually and on an emergency callback basis; and
WHEREAS, bids in response to this IFB were received on September 11, 2018 and Eola
Power, Inc. ("Eola") is the lowest responsive and responsible bidder;
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
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The bid received September 11, 2018, pursuant to IFB No. 923384, to
establish a contract for the service and maintenance of the MPD's UPS from EOLA, the lowest
responsive and responsible bidder, semi-annually and on an emergency callback basis, for an
initial period of three (3) years, with the option to renew for two (2) additional one (1) year
periods, is accepted.
Section 3. Funds to be allocated from the MPD's General Account Fund, Account No.
00001.191501.546000, and other sources of funds, subject to the availability of funds and
budgetary approval at the time of need.
Section 4. The City Manager is authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to allocations,
appropriations, and budgetary approval having been previously made, and in compliance with
applicable provisions of the Code of the City of Miami, Florida as amended ("City Code"),
including, the City of Miami's Procurement Ordinance, Anti -Deficiency Act, and Financial
Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the
City Attorney, and in compliance with applicable regulations, as may be necessary for said
purpose.
Section 4. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, ity Attor ey 12/27/2018
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.