Loading...
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