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.