Loading...
HomeMy WebLinkAboutR-88-05005�23=88 RESOLUTION NO.�¢'`� 0e A RESOLUTION ACCEPTING THE BID OF TRS, INC, d/b/a SECOA FOR THE FURNISHING OF TWELVE (12) ACOUSTICAL ENCLOSURES UNITS TO BE USED AT THE BAYFRONT PARK AMPHITHEATER FOR THE DEPARTMENT OF PUBLIC WORKS AT A TOTAL PROPOSED COST OF $32,460.00: ALLOCATING FUNDS THEREFOR FROM THE BAYFRONT PARK REDEVELOPMENT NORTH END AND AMPHITHEATRE PHASE II C.I.P. ACCOUNT CODE NO. 331302- 559303-840; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received January 11, 1988 for the furnishing of twelve (12) Acoustical Enclosures Units to be used at the Bayfront Park Amphitheater for the Department of Public Works; and WHEREAS, invitations were mailed to eleven (11) potential suppliers and four (4) bids were received; and WHEREAS, funds for this purchase are available in the Bayfront Park Redevelopment North End and Amphitheatre Phase II C.I.P. Account Code No. 331302-559303-840; and WHEREAS, this equipment will be used by the Department of Public Works for installation at the Bayfront Park Amphitheater; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid received from TRS, Inc. d/b/a Secoa be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The February 8, 1988 bid of TRS, Inc. d/b/a Secoa for furnishing twelve (12) Acoustical Enclosure Units to the Department of Public Works at a total proposed cost of $32,460.00 is hereby accepted with funds therefor hereby allocated from the Bayfront Park Redevelopment North End and Amphitheatre Phase II C.I.P. Account Code No. 331302-559303-840. CITY COMMISSION MEETING OF JUN 9 1988 RESOLUTION No._�O" RiMARKS: ■ Seft 140ft 2. that the City MahAget i% hereby authotiged to iftattuft the Chief ptoeStement Officer to issue a Purchase Orden for this equipment. PASSEb AND ADOPTED this h day of ,dune 1988. ATTEST: +' MATTY HI I, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JORG L. ' FERN DEZ CITY ATTORNEX -2- 9 S-500 T im SECURITY R� Acoustical Enclosure Units for OcT! 6101 IkIC91Vlb Ta nmary iI 198�0pm ay run Park Amphitheater TrFE OF SECURITY 87-88-032 - �100E� TOTS sic Syscom Communications $47,988.00 Ecological Specialties Corp. $42,432.00 Wenger Corporation $48,350.00 J 1 RECEIVED on beha o (S DATE PURCHASING DIVBL�/WORMS t- envelopes. SIGEIV .L._ Retgs►p•o g•wlk.d shtks Ali -Ter of — FOR — - �•�••�•• ACCOUMTIMC DIVISION all LEGAL ADVERTISEMENT B I b_.. NO. ..87-88_-.03 2 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pair American b_j—ve,_. Mimi, Florida, 33133 not later than •30 p.tn. January ll,�^Ig for the construction of twelve Ica l En-cTosure Units for Bayfront Park Amphitheater to the Department of Public Works. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 579-6380. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 4579 ) Cesar H. Odio City Manager , I S--500 ti nnj� a co cu al REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. DEPT/DIV, - ACCOUNT CODE DATE PHONE APPROVED BY: PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. (number of times) Type of advertisement: legal classified display (Check One) Size: - Starting date First four words of advertisement: Remarks: DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. I LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM OD Adv. Doc. Reference VENDOR INDEX CODE BJECT PROJECT 11 13 1 117 18 i 25134 39142 15 50 51 56 57 62 63 65 66 71 0 1 2 4 1 1 V P12101212 8171 1 2 314 7 8 V P 12 13 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 FO 2 0 1 White — Purchasing Yellow - Finance Approved for Payment Pink — Department o4U _ / n Imo,--500 fr: CITY O1r MIAMI. IrL001bA INTVi-0F1=1C1= MI=MOIRANbUM TO Honorable Mayor and Members of the City Commission FROM m DATES KAY 3 1 1988 FILE. B=3205F SUBJECT Resolution Authorizing the City Manager to Purchase Acoustical Enclosures for the Bayfront Park REPERENCES:Amphitheater Cesar H. Odio ENCLOSURES: City Manger RECOMMENDATION: It is respectfully recommended that the City Commission adopt a resolution accepting the bid of TRS Inc. d/b/a Secoa a non - minority vendor for the purchase of acoustical enclosures for the Bayfront Park Amphitheater at a total cost of $32,460.00. Funds for the purchase have already been allocated for the purchase to Bayfront Park Redevelopment North End and Amphitheater Phase II C.I.P. 331302. BACKGROUND: The Department of submitted for the recommendation of Architect that the providing the encl and responsible bic Public Works has analyzed the four (4) bids purchase of the enclosures and it is the the Project Manager and the Consulting bid of $32,460.00 by TRS INC. D/B/A Secoa for osures be accepted as the lowest, responsive lder. During the design stages of the Bayfront Park Amphitheater project a decision was made to purchase some of the equipment needed for the operation of the theater by direct purchase and not through the construction contract. The specifications for the equipment to be purchased were prepared by the Bayfront Park Redevelopment project consultants and advertisements for bids, receipt of bids and evaluation of the bids have been accomplished in accordance with the City's procurement procedures. Funds for the purchase of the equipment were allocated specifically for that purpose in Bayfront Park Redevelopment North End and Amphitheater Phase II C.I.P. 331302. M- PS-500 2 0 I ACOUSTICAL ..VNCLQ8URtS_ �OR Amount of Bid! $32,460*00 Budget Amount! $53000.00 Source of Funds: Bayfront Park Redevelopment North tnd and Amphitheater -Phase II - C.I.P. 331302 index Code 559303-840 Minority Participation: No bids received from minority Vendors Public Hearing/Notices: N/A Assessable Projects! N/A O'ItY OF MIAMI, IrLORIbA IN`t€IQ60FFIC€ M€MORANbUM TO William J. schaut DATE ;March 21, 1988 PI`tR6 3205-r Procurement Supervisor SUBJECT Bid #, 86-87-032 Acoustical Enclosure Units for Bayfront Park Amphitheater Approvals FROM REFERENCES Donald W. Cather, -irector Depa ent Work ENCLOSURES. This department has verified available funding with the Departments of Finance and Management & Budget that funds are available to cover the cost of the subject bid in the amount of S32,460.00 Account Code Number 331302-559303-840. FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) a JTS b a a, rec or ergio Roariguez, Director Department of Finance Planning Department BUUGtIARY REV1LW & APPROVED BY: Frank ay, Actj.. i rec or Management & Bud t Fran Castaneda, Orector Community Development (This form properly signed is part of the Bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) 3 9ti-500. AWA900"ID Bid No. 87-88-032 ITEM: Construction of twelve (12) Acoustical Enclosure units DEPARTMENT: Public Works TYPE OF PURCHASE: Single Purchase REASON: To be used at the Bayfront Park Amphitheater POTENTIAL BIDDERS: 11 BIDS RECEIVED: 4 TABULATION: Attached FUNDS: Bayfront Park Redevelopment North End and Amphitheater Phase II C.I.P. 331302-559303-840. MINORITY PARTICIPATION: No minorities were listed for this service. Courtesy bids were sent to Fifteen (15) Minority Organizations. No Minority response was received. BID EVALUATION: The bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders Black American 0 0 Hispanic American 0 0 Woman owned 0 0 Non -Minority 0 0 New Bidders Black American Hispanic American Woman owned Non -Minority Courtesy Notifications "No Bids" Late Bids Totals 0 0 0 11 15 26 0 0 0 4 0 0 0 4 Page 1 of 2 ns-500 y k THE AWAkD SSgCommm�4xtiotg t IT 18 jj8c0MMP.NLb9b THAT MAbP, To TRS, INC. d/b/a SECOA AT A TOTAL pkopostD AMOUNT OP $32,460.00. Dat e Page 2 of 2 9S-500 I T A B U L A T I O N Rt� Acoustical Enclosure Units for Batt AID$ 111calyt Op ay rout Park Amphitheater BID NO. 87-88-032 BIDDER TOM ""I Minority Status yscom Communications $47,988.00 Non-Minorit' :ological Specialties Corp. $42,432.00 Non-Minorit !nger Corporation $48,350.00 Non-Minorit .S INC. d/b/a Secoa $32,460.00 ecommende Vendor Non-Minorit i 5 11 y 014 ro V.0111i . SUBMIT BiDS.TO: ... Office of the City Clerk CITY OF MIAMI, FLORIDA 3500 Pan American Drive INVITATION TO BID P.O. Box 330708 Miami, Florida 33133 Bidder Acknowledgment Page f of TELEPHONE NUMBER MAILING DATE iCity) 810 NO. pit 579-6380 December 16, 1987 87-88-032 Bids will be opened BID TITLE Twelve (12) Acoustical Enclosure Units 2:30 p.m. January 11, 1988 and may not be withdrawn within ninety days Reason for"no bid" after such cia - and time. All awards made as a result of this bid shall conform to applicable sections of the charter and code of the City of Miami. NAME OF VENDOR A CORPORATION OF THE AREA CODE TELEPHONE NUMBER VENDOR NO. TI?S, Inc. STATE OF- "IN 612 546-1,313 N/A MAILING ADDRESS VENDOR MAILING DATE: Z , 31 Nc•, ada Ave , "o. 1-8-88 CITY -STATE -ZIP CERTIFIED OR CASHIER'S CHECK��is Minneapolis, �N 55427 ATTACHED, wh EN REQUIRED, IN THE AMOUNT OF S -��C � C!/L!Y that this bid is made L /�• // without pnOr understanding, JgreernMn, or ;onn«t,on with stiy corporer:on, f,r,ii. or person submitting a bard for the AUTHORIZ AT E ( mall pine nultena/l, supplies, or euu,pment, acid ism all respects fair and without colluUdrsorfratld Iagree toabide byall cowliuonsofth,sbardandterrify ?IiChacl S. `.urnhv-Vice !"resident rMor I a,-i Jurhor,ted t0 Sigh this bid for the bidder. AUTHORIZED SIGNATURE (Typed► - fI fLlE I GENERAL CONDITIONS /(DOER: To insure, acc^ptance of the bid, follow these instructions. SEALED BIDS: All bid shoats and this form must be executed SM submitted in a sealed envelope. The face of her envelope shall Contain, In addition t0 the above address, the date and time of the bid opening, and Me bid number. Bids not submitted on attached bid form may be relec• led. All bids are subject to the canditlora specified herein. Those which do not comply with these conditions are subject to rejection, i. EXECUTION OP BIOt Sid must contain a ma"I signature of an authorised reprosantative in the space provided above. The company ry Must alsaaopeer on Each 000e of the bid as roquFr 2. NO BID: If not submitting a Old, raspondbyreturning one copy ofthis form, marking it "NO BIO", and explain the reason in the space provided above. Repeated failure to quote without Sufficient justification shall be Cause for removal of the supplier's name from the bid mailing list. NOTE Toquallfy as a respondent, bidder must Submit a "NO 810 and it must be received no later than the stated bid opening date and hour. 2, BIDOPENING: Shelf be public, on the date and at the time specified an the bid form. It Is the bidder's resonslblllty to assure that his bid Is delivered at ten proper time and place Of the bid opening. Bids which fdr any reason are not to delivered, will not be considered. Offers by telegram or telephone are not acceptable. e. SID TABULATIONS: Will not be furnished. Sid files may be examined during normal working hours. S. PRICES, TERMS and PAYMENT: Firm prices shalt be quoted; typed,or printed In Ink and Include ell packing, handling, shipping charges and delivery to the destination shown heroin. bidder Is requasted to offer cash discount for prompt Invoice payment. Discount firms will be Computed from the date of satisfactory delivery of place of acceptance or from receipt of correct Invoice at the office specified, whichever Is later. a) TAXES: 00 not Include state or fedora) taxes. Not applicable to municipalities. b) MISTAKES: Bidders are expected to examine the specifications. atllvory schedule, Old prices, extensions and all Instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. c) DISCOUNTS: Will be considered In determining the lowest not cost. d) CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All con. tainers &hall be suitable for storage or shipment, and all prices shall include standard commercial packaging. el SAFETY STANDARDS: Unless atherwise stipulated in the bid, all manufactured items and labricated assemblies shall comply with ipplicable requirements of Occupational Safety and Health Act and any standards thereunder. t) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated In the bid, all manufactured Items and fabricated assemblies &half carry U.L. approval and reexamination listing whe/e Such has been established. 9) PAYMENT: Payment will be made by Me city after the Items awarded to a vendor have Deen received, Inspected, and found to comply with award specifications, It" of damage or defect and property Invoiced. All invoices snail bear the purchase order number. e. DELIVERY: Unless actual date of delivery is specified (or if &pacified delivery cannot be met), Show number of days required to make delivery after receipt of purchase order In space provided, Delivery time may become a basis for making an award (see Special Conditions). Delivery shall N within the normal working hours Of the user, Monday through Friday. F. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, trade nartles, breno-model flames, in• formation and or Catalog numbers listed In a sWiflcaflon are for information, not to limit Competition. The bidder may offer any brand for which he Is an authorized represonfafivo, which mead or exceeds the specification for any itsm(a). If the bids arm based on NEW a 9 h--500.