Loading...
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