Loading...
HomeMy WebLinkAboutR-88-0501J-88-S22 5-23-88 RESOLUTION NO+ P Ki-501 A RESOLUTION ACCEPTING THE BID OF MIAMI STAGECRAFT, INC. FOR FURNISHING A PORTABLE DANCE FLOOR FOR BAYFRONT PARK AMPHITHEATER FOR THE DEPARTMENT OF PUBLIC WORKS AT A TOTAL PROPOSED COST OF $20,475,00; ALLOCATING FUNDS THEREFOR FROM THE 13AYFRONT 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 13, 1988 for the furnishing of a Portable Dance Floor for the Bayfront Park Amphitheater for the Department of Public Works; and WHEREAS, invitations were mailed to Fourteen (14) potential suppliers and one (1) bid was 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 Managerand the Director of the Department of Public Works recommend that the bids received from Miami Stagecraft, Inc. 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 January 13, 1988 bid of Miami Stagecraft, Inc. for furnishing a Portable Dance Floor to the Department of Public Works at a total proposed cost of $20,475.00 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 �1986 ESOLUTION No. "S50' ' Section 2. that the City Manager is hereby authorized to inattuct the Chief Procurement Officer to issue a Purchase order for this equipment. PASSED AND ADOPTED this _,-3th_day of XAVIER L. PUP(REZ MAYO,l� ATTEST: MATTY HI I, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JORGIE L.Z)PEWANDEZ N CITY ATTORNJY BID SECURITY Portable Dacne Floor oaTE *IV%ItECjw9D Ja uary 13 1988-2-:90pm R TTPE of SECURITY stoofa Iiorner Flooring Co. Miami Stagecraft, Inc. Century Industries, Inc. Wenger Corporation ^ sozAA. $17,732.80 $20,475.00 RECEIV ZiMbhh.11f of PURCHASING DIV./PUBLIWQRKS. - envelopes. SIGNED:�L DATE: 7 lecciV44 lihc SARWO de(vi1vi checks •� roil &CCOuwTIMG DIvISaw I LEGAL ADVf RTiSEMENT Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 an_A erlcat7 Drive,_ Miami, Plori+da, 33133 not later than 2e00 p.m. Janua__ry l3, 1988 for furnishing a Portable Dance Floor -S6'for the -N-partment 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. 4584 ) Cesar H. Odio City Manager L DEPT,'DIV. ACCOUNT CODE DATE PREPARED BY coo UU�u�Sl4tJitV AEOUISITION FOR ADVERTISEMENT This number must appear in the advertisement. PHONE APPROVED 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. 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 DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 1718 25134 39142 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 V P 1 1 1210121 218171 1 2 3 4 7 8 V P 12 13 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 White —Purchasing Yellow - Finance Approved for Payment Pink — Department tis-soi. 0- 01 CITY OF MIAMI. FLORIbA INtER-OFFICE MEMORANDUM TO Honorable Mayor and DATE - Members of the City Commission SUBJECT FROM REFERENCES: Cesar H. Odio City Manger ENCLOSURES: RECOMMENDATION: 21 y'Tr 198 FILE. B-3205F Resolution Authorizing the City Manager to Purchase a Portable Dance Floor for the Bayfront Park Amphitheater It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Miami Stagecraft, Inc. a non -minority vendor for the purchase of a portable dance floor for the Bayfront Park Amphitheater at a total cost of $20,475.00. 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 Director of Public Works has analyzed the two bids submitted for the purchase of this dance floor and it is the recommendation of the Project Manager and the Consulting Architect that the bid of $20,475.00 by Miami Stagecraft Inc. for the floor be accepted as the most responsible and responsive bid. The other bid was found to be non -responsive and unacceptable by the Project Manager and the Consultants as it did not meet the specifications. 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. 331231. HS--so1, 11 0 PO TOLP DANCE PLOORFOR 8AYFRON ARK _AMPHZIREA_ `ER Amount of Bid: $20,475.00 Budget Amount: $27i000.00 Source of Funds: Sayfront Park Redevelopment North Enid and Amphitheater -Phase zI y- C.I.P. 331302 indent Code 559303-840 Minority Participation: No bids received from minority vendors Public Hearing/Notices: N/A Assessable Projects: NIA �8-501. d3ty OP MIAMI, PLORIbA INTtrt, FF1CVE MEMORANOUM to Wil l iAm J. $chant DATE: February 25, 1088 OILE8-3205-F Procurement Supervisor suaitct: Bid #87-88-029, Portable Dance Floor Approvals FROM REFERENCES: Donald W. Cather, Director D e a a l i c W o rk 1 ENCLOSURES. e� ,ji�i 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 $20,475,000 Account Code "lumber 331302-559303-840. FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) Car o arc a , D ector Sergio Rodriguez, Director Department of Finance Planning Department BUDGETARY REVIEW & APPROVED BY: Frank ay, ct�n erector F'Trank astaneda, Director Management & Budg 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 qS-so1. 0 Cj ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: T. Tf1f'. Ti1/�TTff1Tf�_ TABULATION: AWARb fOP $I D 80 No. 87-88-029 Portable bance Floor Public Works Single Purchase To be installed at the $ayfront Park Amphitheater 14 1 BIDDER AMOUNT Miami Stagecraft, Inc. $20,475.00 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 Fifteeh (15) Minority Organizations. No Minority response was received. BID EVALUATION: The bid meets the specifications. Following is an analysis of the Invitation to Bid: Category Prior Bidders Black American Hispanic American Woman owned Non -Minority New Bidders Black American Hispanic American Woman owned Non -Minority Courtesv Notifications "No Bids" Number of Bid Invitations Mailed Number of Responses • • • 0 0 0 1 0 4 Late Bids - 0 Totals 29 5 Reasons for "No Bid" were as follows: 1. Horner Flooring, Co. "Does not meet specifications." 2. Century Industries, Inc. "Do not deal in this commodity." 3. Wenger Corp. "Not our product line." 4. Patent Scaffolding Co. "Unable to furnish this item" 0 0 0 0 0 0 0 14 15 Page 1 of 2 98-501. q El pt C EN Nt)Eb THAT THE AWARb BE qMT ,ION IT IS RECOMMpMAJ)E To MIAMI STAGECRAFT, INC. AT A TOTAL PkOPO8Eb AMOUNT OF $20*475,00- A c ti Procuriment Supervisdr yelxl Date Page 2 of 2 9S-501 S "r h"�SSr3bta�"41�.; �1 U W '/4UBMIT BiDS TO: Office of the City Clerk 35W Pan American Drive P.O. Box 330708 Miami, Florida 33133 CiTY OF MIAMI, FLORIDA INVITATION TO BID Bidder Acknowledgment Page t of TELEPHONE NUMBER MAILING DATE (C,tyl BID NO. paws 579-6380 December 18, 1987 87-88-029 Bids will be opened BID TITLE 2:00 p.m. January 13, 1988 Portable Dance Floor Reason for "no bid" and may not be withdrawn within ninety days after such date 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 I A CORPORATION OF THE AREA CODE TELEPHONE NUMBER VENDOR NO. Miami Stagecraft, Inc. STATE OF Florida 305 1 836-9356 N/A MAILING ADDRESS VENDOR MAILING DATE 2855 E. 11 Avenue CITY -STATE -ZIP CERTIFIED OR CASHIER'S CHECK IS ATTACHED, WHEN REOUIREO.HE Nit. UNT OF S Hialeah, Fl. 33013 /� i ter r,ly that this bm ,d is are withow ur,or wiaerstann ihny, aver,Nrt.•or ;pnri K'hpn w,M JrIY corporation. hint, or P!/Son Subrnirfm9 I ILO for theSine �"aler,alf. suawlef. or ev""U nelif, artrl if it all resvectf fair awl w,tholur prluS,on or fraud I agrat to abide hY all ConrlrGons of this mrl and Ceresfy Char l am ar/rhor,led to frgri this bYi for Mr Mdrler ,—//CUTHO,�WZE D SI GNATUR E 1Manuali Frank J. Martin, President AUTHORIZED SIGNATURE (Typed) TITLE GENERAL CONDITIONS BIDDER: To insure acceptance of the bid, follow these instructions. SEALED 1111081 All bid sheets and this form must be executed and submitted in a foaled envelops. The face Of the envelope shall Contain, In addition to the above address, the date and time of the Old opening, and the bid number. Bids not Submitted On attached bid form may be rejec led. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. i. EXECUTION OP tic: Bid must contain a manual signature of an authorised representative in the space provided above. The company name must also appear on each page of the bid as required. t 2. NO t101 it not submiffing a bid, respond by returning one copy of this form, marking it "NO BID", and explain the reason in the space provided above. Repeated failure to riots without sufficient iustlflcation !Wait be csuse for removal of the suopiior's name from the bid mailing list. NOTE- Toquallfy as a respondent, bidder must submit a "NO BI D", and it must be received no later than the stated old opening date and hour. 3. BID OPINING, Senn be public, On me Oslo and at the time Specified on the Old form. It Is the bidder's rasonsibinfy to assure mat his bid Is delivered at the proper time and place of the bid opening. Bids which for any reason are not So delivered, will not be considered. Offers by telegram or telephone are not acceptable. e. BID TABULATIONS: Will not be furnished. Bid files may Ise examined during normal working hours., S. PRICES, TERMS and PAYMENT: Firm prices shall be quoted; typed or printed In Ink and Include all packing, handling, shipping charges and delivery to the destination shown twain. Bidder is requested to offer Cash discount for prompt invoice PSYmMt. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct Invoice at the Office specified, whichever Is latw. a) TAXES: Do not Include state or federal takes. Not applicable to municipalities. bl MISTAKES: Bidders are expected to examine the specifications. delivery schedule, bid prices, exteMlons and all Instructions pertaining to supplies and services. Failure to do so will be of bidder's risk C) DISCOUNTS: Will be considered in determining the lowest net cost. d) CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be iiew (current orodu-:lion model of the time Of this bid). All con. tainers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging, e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. 1) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall carry U.L. approval and reexamination listing where such has been established. el PAYMENT: Payment will be made by the City after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and proWfv invoiced. All InvOIC" shall bear the purchase order number. 4. DELIVERY: Unless actual date of delivery is specified (or if SPeCrfiieddelivery cannot be mat), 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 lice Special Conditions). Delivery shall be within rho normal working hours of the user, Monday through Friday. 7, MANUFACTURERS' NAMES AND APPROVED IOUIVALENTS: Any manufacturers' ramp, trade names, brand model names, In- formation and or catalog numbers listed In a speclficatlon are for Information, not to limit competition. The bidder may offer any brand for which he is an authorized representative, which meeb or exceeds the Specification W any Itam(s). If the bids are based on (0 "I S-5Q 1.