HomeMy WebLinkAboutR-02-0352J-02-216
3/19/02
RESOLUTION NO. 0 2- 3 5 2
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF GANCEDO TECHNOLOGIES, THE
LOWEST RESPONSIBLE BIDDER PURSUANT TO
INVITATION FOR BIDS NO. 00-02-037R, DATED
DECEMBER 17, 2001, FOR THE ACQUISITION OF
LIGHT FIXTURE REPLACEMENT SERVICES AT BAYFRONT
PARK FOR THE BAYFRONT PARK MANAGEMENT TRUST
("TRUST"), IN AN AMOUNT NOT TO EXCEED $42,982;
ALLOCATING FUNDS FROM THE CAPITAL IMPROVEMENT
BUDGET OF THE TRUST.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bid of Gancedo Technologies, the lowest
responsible bidder pursuant to Invitation for Bids No. 00-02-
037R, dated December 17, 2001, for the acquisition of light
fixture replacement services at Bayfront Park for the Bayfront
Park Management Trust ("Trust"), in an amount not to exceed
$42,982, is accepted, with funds allocated from the Capital
Improvement Budget of the Trust.
APP 1 1 2002
42- 352
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.1/
PASSED AND ADOPTED this 11th day of April , 2002.
ATTEST:
PRISCILLA A. THOMPSQU
CITY CLERK
TTORNEY
W6068:tr:LB
ESS:
6U�
MANUEL A. DIAZ AYOR
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
02- 152
TO: The Honorable Mayor and
Members of the City Commission
FROM: Jay C. Constan
Executive Director
RECOMMENDATION
CA -2
DATE: February 6, 2001
SUBJECT: Resolution —
Lighting Project at Bayfront
Park.
It is respectfully recommended that the City Commission adopt the attached Resolution accepting the
bid received on December 17, 2001, from Gancedo Technologies, a Miami -Dade County, Hispanic
firm, for the provision of lighting fixture replacement services at Bayfront Park, for the Bayfront
Park Management Trust, on a one time basis, in an amount not to exceed $42,982 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 lighting fixtures in the Bayfront Park Amphitheater are in need of
replacement. Pursuant to public notice, Invitation for Bids No 01-02-037R were mailed to thirty-
eight (3 8) potential bidders. Three (3) responsive bids were received on December 17, 2001. Funds
for this service are available from the Bayfront Park Management Trust Capital Improvement
Budget. The Bayfront Park Management Trust passed resolution no. 02-001 approving this
expenditure at its January 29, 2002, meeting. The Bayfront Park Management Trust and the
Executive Director of the Trust recommend that the bid received from Gancedo Technologies be
accepted as the lowest responsive and responsible bid.
JCC/ts
02- 352
TO: Ms. Judy Carter, Director DATE: February 26, 2002
Purchasing Department
1f39)ZI
Jay C. Constantz`�
Executive Director
SUBJECT: Funding for
Light Fixture Replacement at
Bayfront Park
The Bayfront Park Management Trust has funds available to cover the cost of the above-
mentioned subject, in an amount of $42,982 from the Bayfront Park Management Trust Capital
Improvement Budget.
JCC/ts
02- 352
VENDOR
Est.
Item Description
1 TWH-175M-TB6-SF-DM8 10
with Vandal Shield or equal
2 Hadco RRC3-H-K5-A-E120 24 $ 10,452.00 $ 10,452,00
50WMH MEDIUM, No
insulation reflector, or equal -
3 Sterner 535-10-N-RW-250MH 32 $ 25,998.00 $ 25,998.00
with color filter frame holder
or equal
4
TABULATION OF BIDS
LIGHTING PROJECT BAYFRONT PARK
01-02-037R
Gancedo Technologies
601 SW 57 Ave.,Ste.F
Miami,FL 33144
Hispanic/Dade
Extended
JOB Price Amount
$ 3,532.00 /ea $ 3,532.00
Tirone Electric
6151 Pembroke Rd
Hollywood,FL 33023
Non-Local/Female
Extended
JOB Price Amount
$ 4,061.00 $ 4,061.001
$ 11,805.00 $11,805.00 I
Handsel Electric Co of FL
25 NW 57 Ave.
Miami, FL 33126
Non-Minority/Dade
Extended
JOB Price Amount
$ 3,146.00 $ 3,146.00
$ 17,256.00 $17,256.00 1
$ 30,786.00 $ 30,786.00 $ 36,454.00 $36,454.00
Provision for Special Items $ 3,000.00 $ 3,000.00 I $ 3,000.00 $ 3,000.00 $ 3,000.00
$ 3,000.00
Total Bid Amount
Warranty:
Lead time after receipt of PO
Days to Complete Job
Prepared by Terry Byrne
uy
12/19/01
CT11 '�A+
$ 42,982.00
1 Year Parts and Labor
10 Days
30
Page 1 of 1
$ 49,652.00
1 Year Parts and Labor
4-6 weeks
20
$ 59,856.00
1 Year Parts and Labor
30-60 days
30
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: 01-02-037
LIGH'T'ING PR JECT BAYFFcw PARK
BID NO: 01-02-037R
DATE BIDS) OPENED: DECEMBER 17, 2001 TIME 10:00 AM
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
GANCEDO THECNI)LOGIES
$ 42,982,00
1�a A'P-A
CLf:i�
TIR NE ELECTRIC, INC.
49, b52.00
l oca-e !
��
LIC,
HANDSEL ELECTRIC CO. OF FLA.
59,856.00
te.
°
f-�{tr-yZ
II ;T,-= .. T�
received
Ast
la,;e,
vffim offem w.r aa�. w. w\ti rR. 1� a_«
are hereby rejec}ad 1 alz '
...r a..
`
received 3 ) envelops on behalf of
Person receiving bid(s)
PURCHASING DEPARTMENT on
(City Department)
SIGNED: >
Deputy City erk
/aw%/7%DI
(Dau)
02- 352
RESOLUTION
No. 02-001
Approving an expenditure, pending City of Miami Commission approval,
in an amount not to exceed Forty Two Thousand Nine Hundred Eighty Two and
00/100-------($42)982.00)------- Dollars by the Bayfront Park Management Trust
to replace amphitheater lighting, wall packs and walkway fixtures payable to
Gancedo Technologies. Winning Bid number 01-02-037R through the City of
Miami Procurement department.
.4 -4 -
Dated this Z day of January, 2002.
j
Ba�ffont Park Management Trust
B AY F R O N T PA R K MANAGEMENT TRUST
301 North Biscayne Boulevard Miami, FL 33132 (305) 358-7550
02- 352
City of Miami, Florida
Bid No. 00-01-037R
6.1 BID CERTIFICATION FORM
Mailing Date: November 30, 2001 Buyer: Terry S. Bvrnes
Bid No.: 00-01-0378 Fax: 305-416-1925
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days after approval by the Financial
Oversight Board.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete
information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
Bids must be received by: 10:00 AM Monday December 17, 2001
at the Office of the City Clerk, 3500 Pan American Drive,.Miamy:Florida 33131-5504
SHORT TERM CONTRACT
285-56: LIGHTING PROJECT BAYFRONT PARK
We (I) certify that we have read your Invitation for Bids completed the necessary documents, and propose to furnish
and deliver, F.O.B. DESTINATION, the items or services specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
number of calendar days required to complete work after Notice to Proceed or issuance of purchase
order.
number of calendar days required before commencement of work.
Delivery will be made within calendar days after receipt of purchase order.
Terms: 20/6-10 days Net 30 days X Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: L E N A R D H. HANDSEL
Term of Warranty for Goods/Equipment: 0 N E YEAR
Term of Warranty for Labor: ONE YEAR
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
We (I) certify that any and all information contained in this bid is true; and I further certify that this bid is made
without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the
same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by
all terns and conditions of this IFB and certify that I am authorized to sign this bid for the bidder. Please print the
following and sign your name:
HANDSEL ELECTRIC COMPANY
Finn's Name: OF FLORIDA , INC .Telephone: ( 3 0 5) 500-9107
Principal Business Address: 2 215 N. W. 6 UH H Fax:500-9269
STREET SUITE r1, 1,11AP111, I -L JJ166Name: LENARD H. ANDSEL
Mailing Address: I . s E TTitle: P,
SUIT E #1, 331bb Authorized Si
E -Mail Address: Beeper: (�30 ) 5 0 0— 910 7
FAILURE TO COMPLETE SIGN AND RETURN THIS FORM SHALL DISQUALIFY THIS BID.
02- 352
It im' S. CARTER
Director
Ott
f 'fflT-aMT
t
C 11[111 111111 T
7
ADDENDUM NO. 1
BID NO. 01-02-037R
Lighting Project at Bayfront Park
December 11, 2001
VIA FAX
CARLOS A. GIMENEZ
City Manager
Pursuant to discussion with prospective bidders at the Mandatory Pre -Bid Meeting held on Friday,
December 7, 2001, several changes have been made to the Specifications of the above referenced
Invitation for Bid (IFB). Accordingly, please make the following change to Section 4.0 of the
Specifications and replace with the attached revised sheet.
ALL OTHER TERMS AND CONDITIONS OF THIS IFB REMAIN THE SAME.
SINCERELY,
JUDY S.'CART �/
OCUREMENT OFFICER
THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF
OF RECEIPT WITH THE SUBMISSION OF BID RESPONSES.
SIGNATURE:
DATE:
NAME OF FIRM:
DEPARTMENT OF PUKCI-IASING/444 9c
S.W. 2nd Avenue, 6th Floor/Miami, Florida 331300051416-1900/Fax: 13051416-1 'IS ...
-Mail Address: urchasei.miami.fl.us/ Website Address: http://ci.Milmi.fl.us/
Mailinv Arl,�.n<r P r'1 a.,.. �+n-nom .. � �. �-- • • --
City of Miami
4.0 Specifications
Bid No. 01-02-037R
Removal of existing lighting fixtures and replacement with new lighting fixtures.
Contractor to furnish materials where applicable, install material and furnish labor in
accordance with the following scope of work:
ITEM:
Contractor will remove ten (10) existing 175 Watt metal halide wall packs
on the Amphitheater and replace the existing with ten (10) new Lithonia
TWH-17SM-TB6-SF-DMB with
polycarbonate Vandal Shield or approved equals to match
2. Contractor will remove twenty-four (24) existing 8" round wall lighting
fixtures on the Amphitheater and replace with twenty-four (24) new e
#F644 75A I4 E -SPA TP 150 Hadco® RRC3-H-K5-A-E120-50WMH-
Medium, no insulation defector or approved equals to match
3. Contractor will remove thirty-two (32) existing 250 Watt metal halide Flood
Lights located in the walkway under the canvas and above the
Amphitheater. Replace the existing with thirty-two (32) new Sterner #535-
10-N-RW-250MH with color filter frame holder or approved equals. No
filter included. Filters will be purchased separately by the Park.
Page 1 of 1
02- 352
City of Miami, Florida Bid No. 01-02-0378
6.6. PRICE SHEET
Prices shall include all labor, supervision, materials, and equipment necessary for the
Removal and Replacement of the outdoor lighting fixtures at the Amphitheater and
Walkway, in accordance with Bid Specifications.
Unit of
ITEM: DESCRIPTION: Measure Price
Removal and Replacement of Outdoor Lighting Fixtures
at the Amphitheater and Walkway per bid specifications
Section 4.0
ITEM:
I. Contractor will remove ten (10) existing 175 Watt
metal halide wall packs on the Amphitheater and
replace the existing with'ten (10) new Lithonia
#TWP 175MH Wall Packs or approved equals
to match
Contractor will remove twenty-four (24) existing .
8" round wall lighting fixtures around the Amphitheater
and replace with twenty-four (24) new Devine
#F644-75MH-ESPA-TP-150 or approved equals to match
Job $ �Z /job
Job' $ /Or 7 s2ljob
3. Contractor will remove thirty-two (32) existing 250 Watt Job
metal halide Flood Lights located in the walkway under
the canvas and above the Amphitheater. Replace the
existing with thirty-two (32) new Sterner #535-10-N-RW-250MH
with color filter frame holder or approved equals. No filter included.
Filters will be purchased separately by the Park
Provision for special items
TOTAL AMOUNT
4. Materials Warranty Details (minimum one year)
5. Labor/Warranty Details (minimum one year)
6. Number of days after purchase order issued to commence work
• • p• �aa
/job
S 3,000.00
s 2TEZ
/b
7. Number of days to complete job (not to exceed 30 days per section 4.1.2.) .30
Bidder: �--C-c-g &.3`a �,C-XAuthorized Signature:
Print Name: C"s Title: Pr,3 t L�.J�
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DISQUALIFY THIS
BID.
02— 352
City of Miami, Florida Bid No. 01-02-037R
6.6. PRICE SHEET
Prices shall include all labor, supervision, materials, and equipment necessary for the
Removal and Replacement of the outdoor lighting fixtures at the Amphitheater and
Walkway, in accordance with Bid Specifications.
Unit of
ITEM: DESCRIPTION: Measure Price
Removal and Replacement of Outdoor Lighting Fixtures
at the Amphitheater and Walkway per bid specifications
Section 4.0
ITEM:
1. Contractor will remove ten (10) existing 175 Watt Job $ 4 , 061 •O ob
metal halide wall packs on the Amphitheater and
replace the existing with ten (10) new Lithonia
#TWP 175MH Wall Packs or approved equals
to match
2. Contractor will remove twenty-four (24) existing Job $ 11,805.0 ob
8" round wall lighting fixtures around the Amphitheater
and replace with twenty-four (24) new Devine
#F644-75MH-ESPA-TP-150 or approved equals to match
3. Contractor will remove thirty-two (32) existing 250 Watt Job $ 3 0 , 7 8 6.0,9ob
metal halide Flood Lights located in the walkway under
the canvas and above the Amphitheater. Replace the
existing with thirty-two (32) new Sterner #535-10-N-RW-250MH
with color filter frame holder or approved equals. No filter included.
Filters will be purchased separately by the Park
Provision for special items
TOTAL AMOUNT
4. Materials Warranty Details (minimum one year)
ONE (1) YEAR
5. Labor Warranty Details (minimum one year)
ONE (1) YEAR
$ 3,000.00
$ 49,652.00
6. Number of days after purchase order issued to commence work LEAD TIME ON FIXTURES
FOUR TO S S
Llev-
7. Number of days to complete job (not to exceed 30 days per section 4.1.2.) 20 BUSINESS DAYS
AFTER DELIVERY OF FIXTURES
Bidder: TIRONE ELECTRIC, INC.
Print Name: ROSINA TIRONE
Authorized Signature:
Title: VICE PRESIDENT
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DISQUALIFY THIS
BID.
02-
X52'
City of Miami, Florida Bid No. 01-02-0378
6.6. PRICE SHEET
Prices shall include all labor, supervision, materials, and equipment necessary for the
Removal and Replacement of the outdoor lighting fixtures at the Amphitheater and
Walkway, in accordance with Bid Specifications.
Unit of
ITEM: DESCRIPTION: Measure Price
Removal and Replacement of Outdoor Lighting Fixtures
at the Amphitheater and Walkway per bid specifications
Section 4.0
ITEM:
Contractor will remove ten (10) existing 175 Watt Job $3,146.00 /job
metal halide wall packs on the Amphitheater and
replace the existing with ten (10) new Lithonia
#TWP 175MH Wall Packs or approved equals
to match
2. Contractor will remove twenty-four (24) existing Job $ 17,256.09/job
8" round wall lighting fixtures around the Amphitheater $719.00/EACH
and replace with twenty-four (24) new Devine
#F644-75MH-ESPA-TP-150 or approved equals to match
3. Contractor will remove thirty-two (32) existing 250 Watt Job $ 3 6 .4 5 4.0 'job
metal halide Flood Lights located in the walkway under
the canvas and above the Amphitheater. Replace the
existing with thirty-two (32) new Sterner #535-10-N-RW-250MH
with color filter frame holder or approved equals. No filter included.
Filters will be purchased separately by the Park
Provision for special items $ 3.000.00
TOTAL AMOUNT S59,856.00
4. Materials Warranty Details (minimum one year)
ONE YEAR
5. Labor Warranty Details (minimum one year)
ON YEAR
6. Number of days after purchase order issued to commence work 1 T E f -i 1. - 30 DAYS
ITEii 2. AND ITEII 3 - 60 DAYS
7. Number of days to complete job (not to exceed 30 days per s do 1.2. 30 D A Y
HANDSEL ELECTRIC COiNPANNY
Bidder: OF FLORIDA, INC. Authorized S' natur 6 a
Print Name: LENARD H. HANDSEL Title: PRESIDEiN'`T `
FAILURE TO COMPLETE SIGN AND RETURN THIS FORM SHALL DISQUALIFY THIS
BID. - -
02- 352