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.