HomeMy WebLinkAboutR-02-0003A
J-02-019
12/27/01
RESOLUTION NO.
A RESOLUTION OF THE MTAMI CITY COMMISSION
ACCEPTING THE BID OF LASER PRODUCTION
NETWORK, THE LOWEST RESPONSIVE AND
RESPONSIBLE BIDDER PURSUANT TO INVITATION FOR
BIDS NO. 00-01-36, DATED OCTOBER 22, 2001,
FOR THE PROVISION OF REHABILITATION,
RETROFITTING AND REPROGRAMMING SERVICES FOR
THE LASER TOWER AT BAYFRONT PARK, IN AN
AMOUNT NOT TO EXCEED $118,629; ALLOCATING
FUNDS FROM THE BAYFRONT PARK MANAGEMENT TRUST
CAPITAL TMPROVEMENT BUDGET.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bid of Laser Production Network, the
lowest responsive and responsible bidder pursuant to Invitation
for Bids No. 00--01-36, dated October 22, 2001, for the provision
of rehabilitation, retrofitting and reprogramming services for
the laser tower at Bayfront Park, in an amount not to exceed
$118,629, is accepted, with funds allocated from the Bayfront
Park Management Trust Capital Improvement Budget.
C ITV COTUIMSION
RcsokuE on No,
0 •
Sealed bids will be received by the City of Miami City Clerk at his office Ited at City Hall,
3500 Pan American Drive, Miami, Fl. 33133 for the following:
BID NO. 00-01-239 M/WBE CUSTODIAL SERVICES FOR DISABILITIES DIVISION
OPENING DATE: 10:00 A.M. WEDNESDAY, OCTOBER 3, 2001
Deadline for Request for additional information/clarification:
September 27, 2001)
A MANDATORY pre-bid conference will be held at Disability Division ]Kinlock Park (meet in
lobby) 4560 NW 4" Terrace, Miami, Florida on August 26, 2001, at 10:00 a.m. The purpose of
this conference is to allow potential Proposers an opportunity to present questions to staff and
obtain clarification of the requirements of the Bid documents. It is mandatory that a
representative (s) of the bidder attend in order to qualify to bid.
This bid has been designated as a set aside for Black, Hispanic and Female vendors certified
with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program. Vendors
currently certified with Dade County Public Schools or Miami -Dade County must be M/WBE
certified with the City of Miami, prior to bid award. Firms/sole proprietors interested in
becoming M/WBE certified with the City are required to contact the City of Miami Minority
Enterprise Office to obtain and complete the City's certification requirements, 444 SW 2"d
Avenue, 6th Floor, Telephone (305) 416-1913. MIWBE certification
M/WBE certification as a Black, Hispanic or Female vendor must be current and valid at the
time of bid opening and proof must be submitted with you bid. FAILURE TO MEET THE
ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON• -RESPONSIVE
Detailed specifications for these bids are available upon request at the City of Miami,
Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Fl. 33130 or download
from City's website at www.ci.miami.fl.us. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN
ACCORDANCE WITH MIAMI-DADE COUNTY CODE SECTION 2-11.1., AS AMENDED
Carlos A. Gimenez CITY OF MIAMI
City Manager LOGO
AD NO. 7249
r.4
. 2-
M
CITY OF MIAMI
CJ
--SC1�1
ADVERTISEMENT FOR BIDS
sw
Sealed bids will be received by the City of Miami City Clerk at his office Ited at City Hall,
3500 Pan American Drive, Miami, Fl. 33133 for the following:
BID NO. 00-01-239 M/WBE CUSTODIAL SERVICES FOR DISABILITIES DIVISION
OPENING DATE: 10:00 A.M. WEDNESDAY, OCTOBER 3, 2001
Deadline for Request for additional information/clarification:
September 27, 2001)
A MANDATORY pre-bid conference will be held at Disability Division ]Kinlock Park (meet in
lobby) 4560 NW 4" Terrace, Miami, Florida on August 26, 2001, at 10:00 a.m. The purpose of
this conference is to allow potential Proposers an opportunity to present questions to staff and
obtain clarification of the requirements of the Bid documents. It is mandatory that a
representative (s) of the bidder attend in order to qualify to bid.
This bid has been designated as a set aside for Black, Hispanic and Female vendors certified
with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program. Vendors
currently certified with Dade County Public Schools or Miami -Dade County must be M/WBE
certified with the City of Miami, prior to bid award. Firms/sole proprietors interested in
becoming M/WBE certified with the City are required to contact the City of Miami Minority
Enterprise Office to obtain and complete the City's certification requirements, 444 SW 2"d
Avenue, 6th Floor, Telephone (305) 416-1913. MIWBE certification
M/WBE certification as a Black, Hispanic or Female vendor must be current and valid at the
time of bid opening and proof must be submitted with you bid. FAILURE TO MEET THE
ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON• -RESPONSIVE
Detailed specifications for these bids are available upon request at the City of Miami,
Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Fl. 33130 or download
from City's website at www.ci.miami.fl.us. Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN
ACCORDANCE WITH MIAMI-DADE COUNTY CODE SECTION 2-11.1., AS AMENDED
Carlos A. Gimenez CITY OF MIAMI
City Manager LOGO
AD NO. 7249
lti j- .4 .
City of Miami
This number must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
.
INSTRUCTIONS: Pipase type and attE tch a o2j of the advertispment with this =uisition.
1. Department: 2. Division:
VAI�K"'-' mill) kf.;G1%VAT(0N 11,1 1.]-'.F 1. F,
3. Account Co-Oenu 41 Is this a confirmation: 5. Prepared by:
00 arlo 2 (1) 7 Tk,- 2- 8 7
EYes . -: ONo
6. Size of advertisement: 7. Starting! daieJ 1 8. Telephone number:
o / 1 0 1 ()
-) ") 4 1 i `31.11;
9. Number of times this advertisement is to be 10, Typeof advertisemet:
published: 01� . C -L', Legal Display
11. Remarks:
B11) NW. 00-01-239
12.
Publication Dates)s) of
Advertisement lqv6ice No, Amount
TVAKI 'TIMEI-j
MT,Mlt 10XII,"W
WARTO LAS AMERTGA,';
H
>
00 "'71
W
13.
Approved
El Disapproved
i 'fJe rt ent Director/Designee Date
Approved br Payment 0 ate
Management)C GS/PC; 503 Rev, 12/89 Houtingg Forward White and 'Canary to G.S.A. (Procurement ana retain FInK COPY.
UibinioullUrIE Tv"11a "apaltillopit
• 0
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor."
PASSED AND ADOPTED this 10th
day of January , 2002.
G �
TUEL A. DIAZ, OR
TE
ALTER J.
CITY CL R
APPROVED AS TO FORM AND CORRECTNESS:/
_.X
JANDRO VILA LLO
C TY ATTORNEY
W5899:tr:LB
1 If the Mayor does not sign this Resolution, it shall become effective at
the end of ten 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.
Page 2 of 2
6
i .1'�_
r
• • CAw2
TO: The Honorable Mayor and DATE: December 6, 2001
Members of the City Commission
SUBJECT: Resolution ---
Rehabilitation, Retrofit and
Reprogramming of Laser
Tower at Bayfront Park.
FROM: Jay C. Constantz
Executive Director
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution accepting the
bid received on October 29, 2001, from Laser Production Network, for the provision of
Rehabilitation, Retrofit and Reprogramming Services at the Bayfront Park Laser Tower, for the
Bayfront Park Management Trust, on a one time basis, in an amount not to exceed S 118,629 with
funds therefore allocated from the Bayfront Park Management Trust Capital Improvement Budget.
BACKGROUND
The Bayfront Park Management Trust (Trust) was created by the Miami City Commission to direct,
operate, manage and maintain Bayfront Park for the purposes of ensuring maximum community
utilization and enjoyment. The current Bayfront Park Laser Tower equipment was installed in 1993,
post Hurricane Andrew, and has had no significant upgrades since that time. This project will make
the Laser Tower a state -of the -art installation and serve as a beacon for our entire community.
Pursuant to public notice, Invitation for Bids No 00-01-36 were mailed to nine (9) potential bidders.
One (1) responsive bid was received on October 22, 2001. Funds for this service are available from
the Bayfront Park Management Trust Capital Improvement Budget. The Bayfront Park Management
Trust passed resolution no. 01-069 approving this expenditure at its November 27, 2001, meeting.
The Bayfront Park Management Trust and the Executive Director of the Trust recommend that the
bid received from Laser Production Network be accepted as the lowest responsive and responsible
bid.
JCC/ts
��9 y��
9 •
RESOLUTION
No. 01-069
Approving an expenditure in an amount not to exceed One Hundred Eighteen
Thousand Six Hundred Twenty Nine and 00/100-------($118,629.00)------ Dollars by the
Bayfront Park Management Trust to retrofit the Laser Tower at Bayfront Park payable to
Laser Production Network.
Dated this day of November.
;nt Trust
BAYFRONT PARK MANAGEMENT TRUST 6
301 North Biscayne Boulevard Miami, FL 33132 (305) 358-755; 02— 0 3
Z00q� }ma IN09axyg TTZT89SS0E YV3 t9:9T TOOZ/LI/ZT
•
TO: Ms. Judy Carter, Director DATE: December 6, 2001
Purchasing Department
SUBJECT: Funding for
Rehabilitation, Retrofit and
Reprogramming Services at
the Bayfront Park Laser
Tower
FROM: Jay C. Constantz
Executive Director
The Bayfront Park Management Trust has funds available to cover the cost of the above-
mentioned subject, in an amount of $118,629 from the Bayfront Park Management Trust Capital
Improvement Budget.
JCC/ts
I
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy S. Carter DATE : December 10, 2001 FILE:
Chief Procurement Officer
SUBJECT: Rehabilitation, Retrofit and Reprogramming
Services for Bayfront Park Laser Tower
Bid No. 00-01-036
FROM: REFERENCES:
Terry S. Byrnes
Sr. Procurement Specia 1st ENCLOSURES:
The subject bid opened October 29, 2001 and one (1) bid was received from Laser Production Network for the
Rehabilitation, Retrofit and Reprogramming Services for Bayfront Park Laser Tower.
Nine (9) Bid packages were mailed by this office to potential bidders. A mandatory pre-bid meeting was
required and only one bidder showed up for that meeting. They are the local vendor for this item. Two
vendors responded but one was non-responsive since they did not show for the mandatory pre-bid but
only submitted the "no -bid" form.
The one (1) vendor that responded with a "no bid" for the following reason:
Points were unclear and insufficient time to respond. Had they attended the Pre -Bid Meeting they would
have understood the specifications.
Carlo Manzo and Tim Schmand of Bayfront Park also commented that the other vendors did not respond
because they are located too far away to have people placed here.
Based on the above reason, it is my recommendation to accept the sole bid from Laser Production
for award.
Date: Q
"te)9
0 c
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: REHABILITATION, RETRUFII & REPROGRAMMING OF LASER TOWER
AT BAYFRONT PARK
BID NO: 00-01-36
DATE BID(S) OPENED: OCTOBER 29, 2001 TIME 10.00 a.m.
BIDDER TOTAL BID BID BOND (ER)
• I See attached
ER PRODUCTION NETWORK 1 11 I.
IGHTING SYSTEM DESIGN, INC.
"Offers from the Ilsted- here!n a e t)ye n -tip `fern
receive t!'1? 4/ �� .;� �^I?^r. onr`rrl xG..,� crn:�' a•f.,,,,,�
offersOther - 1
#; are hereby re,
ecled as
receiving
PURCHASING DEPARTMENT
(City Department) on
SIG r
Deputy City Clerk _
�) env�ps on behalf of
�f
(Date)
. Tabulation of Bid
00-01-036
Rehab., Retrofit reprogramming of Laser Tower at Bayfront Paris
LASER PRODU O E] CORK LIGHTING SYSTEM QESIGN
Item Description U1M Unit $ Total$ Unft Total
New Coherent Sabre Purelight 13 watt white laser system
2. New Neos PCAOM system, 8 channel color control system
with driver & crystal
3. New Scanners with mirrors for upper laser model G138DT
from General Scanning
4. New Scanners with mirrors for lower laser model GI20DT
from General Scanning
5. New UO Plus Card manufactured by Laser Prod.Network.
This computer card interfaces with the existing computer
software to output the correct digital color signals
to operate the Neos PCAOM system.
6. New Stepper Motor, manufactured by Superior Electric -
Model M092-LS09 or better.
7. New Stepper Motor Driver, manufactured by Compumotor -
Modei - M106, or better
S. Replace twelve (12) MMI mirrors and five (5) MFE pickoff
mirrors on LaserMiniPro projector on lower station.
9. Replace all potentiometers on Imagemax unit.
10. New Bounce Mirrors
(a) Ten (10) pieces 4x4 inch, first surface mirrors with fine XY
adjust and mounting yoke.
(b) Ten (10) pieces 8x8 inch, first surface mirrors with fine XY
adjust and mounting yoke.
(c) Upgrades to both existing PC style computer systems to
include; Two CD ROMS, 32X - manufactured by Creative,.
or better
11. One RF Wireless Keyboard with mouse, Model RF -25 from
Wireless Computing.
12. RAM for both computers, upgrade to 96MB by Intel or
better.
13, Custom built Monitor A/B/C Switch - for sharing VGA
monitor with three computers or better.
14. New PS/2 Keyboard and mouse.
15. Software upgrades necessary to take advantage of system
improvements.
16. New computer, Pentium 3 or better with CD-ROM and
floppy to act as Master laser computer and for controlling pan and
tilt laser projector.
B. Additional R uired Items:
1. This project will also require custom software development
and custom electronics construction in order to make all the
wireless interfaces work properly with existing control systems.
The existing system is Science Faction Corp.'s 360 Degree
Projector,
2. Project will require the removal and reinstallation of the laser
from the upper to the lower station.
3. A Knuckle boom, 85 foot, rental for approximately one week,
will be required to assist wilh the mirror installations.
TOTAL
WARRANTY PERIOD
Labor Warranty
Prepared By: Terry Byrnes
10131101
1 Ea. $ 72.750.00
I Ea $ 5.900.00
3 Ea S I.116.00
3 Ea $ LOD8,00-L_--, 3.024,00
1 Ea S 795,00 $ 795.00
I Ea $ 500.00
1 Ea $ 2,750.00
12 Ea $ 40.00 $ 480.00
5 Ea $ 40.00 _$ 200.00
32 Ea $ 16.00 512.OD
10 Ea 125.00 _S 1,250.00
10 Ea S 175.00 S 1.750.00
2 Ea 60,00 s- 120.00
1 Ea $
175.00 S 175.00
2 Ea $
40.00--$--
80.00
1 Ea $
500.00 S
500.00
1 Ea $
45,00 �
45.00
1 Ea S
2.000.00
2,000.00_
1 Ea S 1.000.00 $ 1.000.00
I Ea $ 4.000.00_ S 4,000.00
I Job $ 15.650 00_ -� ^ 15.650.00
I Ea -1-1
S0000 1,800.00
$ 118,629.00
12 Months or 1000 hours. All
other items 12 mo.
Laser - 90 days
0
NON-RESPONSIVE BIDDER
r
CITY OF MIAMI OF THE CITY CLERK
BID SECURITI' LIST
BID ITEM: REHABILITATION, RETRUFI 1 & REPROGRAMMING OF LASER TOWER
AT BAYFRONT PARK
BID NO: 00-01-36
DATE BIDS) OPENED: OCTOBER 29, 2001
BIDDER I TOTAL BID I
See attached
LASER PRODUCTION NETWORK i
NO BID
LIGHTING SYSTEM DLSIGN, INC.
TIME 10:00 a.m.
BID BOND (ER)
CASHIER'S CHECK
"Offers from the v�nclrrs 11sted herein a t tl+r� c+"t'r Y{crs
recelve Brain y cs r c (!..:.. c l"rl cre)n,r:. C,Am vnj
4' .� -� 1•n4
are hereby resected as late•" ^ M
6 - c Gerson receiving`bid(4 -
PURCHASING DEPARTMENT
(City Department) on
SIGNE
Deputy City Clerk
_) env ops on behalf of
(Date)
SENT BY:CITY OF MIAMI
Bid Number:
Commodity/Service Code
Commodity Title:
Type of Purchase:
M/WBE, Set -Aside:
Sr. Buyer:
Buyer Fax:
E -Mail Address:
Issue Date:
Pre -Bid Conference:
;10-I5- 1 9 36AM : PROCUPENIENT fT.- 305 858 1610;* 31 4
•
City Of Miami"
Invitation For Bids
IFB
Bayfront Park Management Trust
Jay C. Constantz, Executive Director
Mildred and Claude Pepper Bayfront Park
301 N. Biscuync Boulevard
Miami, Florida 33132
Web Site Address: http://ci.miami.fl.us/
Bid Data
00-01-36
285-56
REHABII,TTATION, RETROFIT & REPROGRAMMING OF LASER
TOWER AT BAYFRONT PARK
Single Purchase
N/A
Terry S. Byrnes
305416-1925
lbyrncs@ci.miami.fl.us
October 12, 2041 Deadline Por Request for Addiliunal Infurmation/Clarlflcation: 10/22/01
MANDATORY — 17riduy, October 19, 2001, 10:00 am Bayfwnl Pork
(call for;lirvOions 305-358.7550) 301 N Biscaylte Mrd,
Bid Security: NIA
Performance Bond: N/A
Bid ODemimg
Day/Date: Monday, October 29, 2001
Time: 10:00 AM
l,ocatiotl/Mail Address: Office of the City Clerk
City Hall
3500 Pan American Drive
Miami, Florida 33133-3504
Directions: FROM THE NORTH: I-75 SOUTH UNTIL IT TURNS INTO USI. U91 WITH TO 27'P!i AV[.,,,
TURN LEFT, PROCEED 80UTIt TO 50. BAYBAORN, DR. ORD TRAFVU, LIGHT), TURN LEFT, 1
BLOCK TURN RIGHT ON VAN st EJUCAN DR, CITY HALF, TS AT THE END OV PAN AMERICAN DR,
BARKING I$ ON RIGHT.
FROM! THE SOUTH; USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO M.
BAY5HORE DR. f 3RD TRAFFIC LIGHTI , TURN T,RFT, 1 I3L(Y_'K T[)RU RIGHT ON PTN 71MERICAN
Dit. GrTY HALL IS AT 'rnf-, END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
Bid Content Sections
1.0 Introduction
2.0 General Terms and Conditions that are general in scope
3.0 Special Conditions related to this Invitation for Bids
4.0 Specifications describing what is needed
5.0 Instructions for submitting a Bid Response
6.0 Bid Response forms and Check List to be completed, signed and submitted
Sealed written Bids must be received by the City or Miami, City Clerk's Office, no later than the date, time and at t11e
location indicated above for the Bid Opening. Submittal of gid by fax il; not acceptable. Three (3) copies of these sets or
forms must be returned to the City or your bid may be disqualified. NOTE: This IFB does not constitute an order for the
goods or services specified.
SENT BY:CITY OF MIAMI ;10-15- 1 ; 3:35AM PROCUREMENT MGM. 305 858 1810;# 1/ 4
CITY OF MIAMI
PURCHASING DEPARTMENT
444 SW 2"D AVENUE, 6T" FLOOR
MIAMI, FLORIDA 33134
PHONE; (305) 416-1960
FAX: (305) 416-1925
E-MAIL ADDRESS: purchasingeci.miami.fl.us
WEBSITE ADDRESS: http://Ci.miami.fl.us/
W'.gp lolOie r
FACSIMILE TRANSMITTAL SHEET
0
COMPANY:
DATE:
FAX NUMBER: SOF PAGES INCLUDING FAX COVER:
CIE:
❑ URGENT ❑ PLEASE REVIEW & REPLY
❑ YOUR fMRMAMON ❑ PLEASE COMMENT