Skip to main content
File #: 25-2144    Version: 1 Name: Award of IFB # TS-25-12 "Vertiv Liebert UPS"
Type: Bid Status: Consent Agenda
File created: 11/17/2025 In control: City Commission
On agenda: 12/11/2025 Final action:
Title: MOTION TO AWARD IFB # TS-25-12 "VERTIV LIEBERT UPS" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, CONCOURSE TECH INC., IN AN AMOUNT NOT TO EXCEED $204,167.25.
Sponsors: Technology Services Department
Attachments: 1. 1. Bid Tabulation, 2. 2. Concourse Tech, Inc - Bid Submittal, 3. 3. IFB #TS-25-12 Vertiv Liebert UPS

Title

MOTION TO AWARD IFB # TS-25-12 "VERTIV LIEBERT UPS" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, CONCOURSE TECH INC., IN AN AMOUNT NOT TO EXCEED $204,167.25.

 

Summary Explanation and Background

PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

- Section 35.15 defines an Invitation for Bid as “A written solicitation for competitive sealed bids with the title, date and hour of the public bid opening designated therein and specifically defining the commodities or services for which bids are sought.  The invitation for bid shall be used when the city is capable of specifically defining the scope of work for which a service is required or when the city is capable of establishing 15 precise specifications defining the actual commodities required.  The invitation for bid shall include instructions to bidders, plans, drawings and specifications, if any, bid form and other required forms and documents to be submitted with the bid.”

 

- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS.

- Section 35.18(A) states, "A purchase of or contracts for commodities or services that is estimated by the Chief Procurement Officer to cost more than $25,000 shall be based on sealed competitive solicitations as determined by the Chief Procurement Officer, except as specifically provided herein."

 

- Section 35.19 of the City's Code of Ordinances is titled "SEALED COMPETITIVE BIDDING PROCEDURE."

 

- Section 35.19(A) states "All sealed competitive solicitations as defined in § 35.18 shall be presented to the City Commission for their consideration prior to advertisement."

 

- Section 35.19(E) is titled "Bid opening procedure."

 

- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

 

1.  On August 6, 2025, the City Commission authorized the advertisement of IFB # TS-25-12 "Vertiv Liebert UPS" which was advertised on August 14, 2025.

 

2.  The purpose of this solicitation was to provide the requested Vertiv Liebert UPS’s for the City of Pembroke Pines.

 

The new Vertiv Liebert UPS’s will be replacing aged UPS’s located in IT closets throughout City buildings and Pembroke Pines Charter School campuses.

 

In the event of a power glitch/failure, these UPSs provide power backup for critical IT infrastructure like network switches, VOIP phones, and security control systems (cameras and badge access).

 

3.  On September 2, 2025, the City opened twenty-four (24) proposals, from the following vendors:

 

Vendor

Total

Concourse Tech Inc.

$204,167.25

AKA Comp Solutions, INC.

$211,386.50

Questivity

$211,475.25

Axelliant LLC

$213,873.50

Mvation Worldwide Inc.

$214,190.00

Dreadnought Endeavors Inc

$214,827.50

Strictly Technology

$214,867.50

Riverside Technologies, Inc.

$214,913.00

DOF CREATIONS, LLC

$215,126.00

Quality Tech Solutions, LLC

$215,650.00

Tech Advanced Computers Inc

$215,825.00

vPrime Tech Inc

$215,875.00

Sai Infotek Inc

$217,659.25

Staples Technology Solutions, a div of Staples Contract and Commercial, LLC

$218,942.50

AVI-SPL LLC

$220,013.50

JPT-TECH, LLC

$223,259.75

Imperium Data Networks

$224,058.50

DIGITAL NET SOLUTION LLC

$224,323.00

ABOVE & BEYOND ELECTRONICS LLC

$237,963.25

Critical Power Solutions Group Inc.

$240,563.75

MIAMI BUSINESS TELEPHONE CORP

$241,037.00

Wilmer +Torres Lighting and stage Design LLC

$248,091.25

EOLA POWER LLC

$251,266.75

NOW Interactives

$266,601.25

 

4.  The Technology Services Department has reviewed the bids received and has deemed Concourse Tech Inc. to be the lowest, most responsive/responsible vendor.

 

5.  In addition, Concourse Tech Inc. has also completed the Equal Benefits Certification Form and has stated that the "Contractor currently complies with the requirements of this section."

 

6.  Motion to award IFB # TS-25-12 "Vertiv Liebert UPS" to the lowest, most responsive/responsible bidder, Concourse Tech Inc., in the amount not to exceed $204,167.25.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: Amount not to exceed $204,167.25.

b)   Amount budgeted for this item in Account No: Funds are available in account 001-513-2002-552650-0000-000-0000 (Non-capital Equipment) and 001-513-2002-552650-0000-000-0000-00308 (Non-capital Equipment)

c)   Source of funding for difference, if not fully budgeted:  Not Applicable.

d)   5 year projection of the operational cost of the project: Not Applicable.

e)   Detail of additional staff requirements:  Not Applicable.

 

FEASIBILITY REVIEW:

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable.

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.