Loading...
HomeMy WebLinkAboutR-85-0605J-0—SO 6/1 3./a s RESOLUTION NO, _ Ids-05 A RESOLUTION ACCEPTING TH9 BID OF STAGH EQUIPMENT AND LIGHTiNOt INC. POR PURNISHtNG THEATRICAL LIGHTING PACKAGE TO THE DEPARTMENT OF CONFERENCES AND CONVENTIONS AT A TOTAL ESTIMATED AMOUNT OF $150,975.50; ALLOCATING FUNDS THEREFOR FROM THE 1980 CITY OF MIAMI CONVENTION CENTER AND PARKING GARAGE REVENUE BOND FUND; AUTHORIZING THE MANAGER TO INSTRUCT THE ASSISTANT CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received May 61 1985 for the furnishing of Theatrical Lighting Package to the Department of Conferences and Conventions; and WHEREAS, invitations were mailed to 21 potential suppliers and 4 bids were received; and WHEREAS, funds for this purchase are available in the 1980 City of Miami Convention Center and Parking Garage Revenue Bond Fund; and WHEREAS, this equipment will be used by the Department of Conferences and Conventions for the purpose of continuing the first class production of the Miss Universe Inc. line broadcast from the Miami Convention Center; and WHEREAS, the City Manager and the Director of the Department of Conferences and Conventions recommend that the bid received from Stage Equipment and Lighting, 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 May 6, 1985 bid of Stage Equipment and Lighting, Inc. for furnishing Theatrical Lighting Package to the Department of Conventions and Conferences is hereby accepted with funds therefor hereby allocated from the 1980 City of Miami Convention Center and Parking Garage Revenue CITY OGIn;t•2ISSION Bond Fund. METRIC OF JUN g 19 O RtSOlJI1u'4 1, 4 Section 2. Ths city unagar is hereby authariaed to Instruct the Assistant chief procurement Officer to issue a purchase order for thin equipment& PASSED AND ADOPTED thir._1_3t day Of JUE1 _ —1 1985. N[au�i�e M A Y O R ATTEST: Ei G. EAL ONGIE, CITY CL PREPARED AND APPROVED BY: OBERT F. �CLAKK CHIEF DEPUTY CITY ATTORNEY APPROVED AS RIM AND CORRECTNESS: LUCIA A. D UUGHE TY CITY ATTORNEY 14 s 41 i 1 �b SECURITY i htin Control System for Covent,o11 c? Pr Dof wts RletIV90 Mav 84-85-72 TOPE OF SECURITY Rcc�i��i !►� �c�r r��wl�.� el�cks fill• �� day •1 � - LPAAL ADVERTISEMENT DID NO. 84-85-72 Sealed bids will be received by the City Manager a City,,,,,,�l, k Of the City of Miami, Florida not later than o P.N. M-a 6, for furnishing all necessary equipment for a comple e lighting and control system for the Miami Convention Center to the Department of Conferences and Conventions. Ordinance No. 9775 established a goal of Awarding 50% of the City°s total dollar volume of all expenditures for All Goods and Services to Black and Hispanic Minority Business Enterprises on an equal basis. Minority Vendors who are interested in submitting bids and who are not registered with the City as minority vendors are advised to contact the City Purchasing Office. 1145 N.W. llth Street, Room 126, Telephone 579-6380. Detailed specifications for the bid are available upon request at the City Purchasing Office. The City Manager may reject all bids and readvertise. (Ad No. 3049) Sergio Pereira City Manager "', p�nr -- -rn"� rn � crn 'E rn M 4 r 7 (gyp O ru: 57 `r 5-605. ,0s_ , 7W REQUISITION FOR ADVERTISEMENT Publish the attached advertisement - --- times. (number of times) Type of advertisement: legal - -. classified - display - (Check One) Size: `' .: i Starting date ' 1 First four words of advertisement: thik bufftbet IMUtt &ppeAt 1h fhb AAVhY}i f%bhl. Remarks: c< _ + i �,i , ,�:_ r _. _ f i :30 DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 4/20/8r A-1 . jf 4/25 j B-2 4/2Q/!{} j 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 OBJECr PROJECT 11 13 17.18 j 125.34 39 42 45 50 51 56 57 62 63 65 66 0 1 2 4 1 1 ' IVIPI I I I I I I I I I I 2 02 2 8 7 1 2 3 4 7 8 V P 1213 14 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 5 2 0101210111 ,aria- T'*urr.hasux1 f 1_!cry C rfrlr Silvia nemioza - Cit-y White — Purchasing Yellow - Finance Approved for Payment Pink — Department 957 - 05 85-605. 44 dt" OP MIAM1. FL01410A INTER -OFFICE MEMORANOUNI $: �.L�` The Honorable Mayor and JDATE:VI CO-10-26A Members of the City Commission CO-11-72 SUBJECT: Recommendation for Resolution and award of Bid for Theatrical Lighting Package I FRONT: REERENcER: Sergio Rerei City Manager ENCLOSURES: f It is recommended that the award be made and a resolution be passed accepting the f most advantageous bid as received from Stage Equipment and Lighting, Inc. for supplying the theatrical lighting pack- F age for the Miami Convention Center. The purchase of a customized, quality theatrical lighting package for ' the Miami Convention Center is a major area of concern for the con- ` tinued first class production of the "Miss Universe Pageant". Since j the staff of Miss Universe Inc. has extensive experience with such stage productions, their expertise was vital in providing the speci- fications needed for such a technologically advanced system. Based on the specific requirements needed to produce the package, the „. recommendation goes to Stage Equipment and Lighting, Inc. a North ii Dade company, which underbid two of the four other applicants with $150,975.50. The lowest bid received was $143,911.25 by Miami Stagecraft, Inc. However, Stagecraft stated in its bid document that "specifications are very proprietary"; and therefore included too "! many variances from the specifications. The following is the list of discordant variances submitted by Stagecraft: The specifications regarding the standard features of the lighting Control Console states that it shall be capable of 4 controlling up to 384 dimmers on up to 200 control channels. The Stagecraft bid includes a controller with only 240 dimmers on up to 120 control channels. This discrepancy could seriously inhibit future expansion possibilities built into the original specifications. The original specifications require a full back-up memory system for the Controller Console. A back-up system is especially critical in the use of the system for live television broadcasting; the primary purpose for the system. The Miami Stagecraft bid does not include this feature. c+} a •y^�G f R, 8 -605. The Honorable Mayor and City OMMisainnera May 21, 1985 Page 2 The 5KW lighting instruments specified in the Stagecraft bid are not pole —operable, a feature required in the bid specifications to facilitate focusing of the instruments from the floor. The weight of the instruments specified in the low bid is at 38lbs. (which is considerably heavier than the specified 26lbs.). This weight difference makes the hanging and rehanging of the instruments much more cumbersome than desired. The rated footcandle output characteristics of the instruments specified in the Miami Stagecraft bid are significantly lower than those originally specified. For example: The bid calls for a production of 344 fc at 40' maximum (Spot Focus) and 111 fc at 30' maximum (Flood Focus). The instruments specified in the Miami Stagecraft bid produce 230 fc at 40' maximum (Spot Focus), 67% of specified and 69 fc at 30' maximum (Flood Focus),_ 62% of specified. Because the specifications were written with the very critical demands of the Miss Universe Inc. productions in mind, the above variances would render the system unacceptable as specified by Stagecraft Inc., the lowest bidder. This project will be funded by the 1980 City of Miami Convention Center and Parking Garage Revenue Bond Fund. The bid specifications for this package were sent to four minority vendors: two Black American and two Hispanic American vendors. No responses were received from that group. However, of the four bids received, Protec, Inc. was listed as a Hispanic Business Enterprise. a 85-605 AWARD Off` AID D Did Ift.14-854, 2 LTEMt Theatrical Lighting Package DEPARTMENT: Miami Convention Center TYPE OF PURCHASEt Short term contract RE ASON Theatrical Lighting Package for Miami Convention Center POTE14TIAL BIDDERSt 21 BIDS RECEIVED: 4 TABULATION: Attached FUNDS: 1980 City of Miami Convention Center and Parking Garage Revenue Bond Fund MINORITY PARTICIPATION: Invitations to Bid were sent to two 2 Black and three (3) Hispanic firms engaged in sales of Ligthing Supplies, as located in these sources: 1. Metropolitan Dade County Minority Vendor Directory 2. Bidder Applications on file in Purchasing Minority response consisted of one (1) bid from a hispanic firm. BID EVALUATION: The low bid of Miami Stagecraft, Inc. is not acceptable because the specifications were written with the very critical demands of the Miss Universe Inc. productions in mind, the variances would render the system unacceptable as proposed. Following is an analysis of the Invitation to Bid: Number of Bid Number of Category T. 4 .. - } 4 --- Mn i ' -A Res onses Prior Bidders Black American Hispanic American Non -Minority New Bidders Black American Hispanic American Non -Minority Courtesy Notifications Ti! ❑ Late Bids Totals G • • • 2 3 16 10 31 P • • • page 1 of 2 85-605 lkeesnns for 'No did" were es follow" 1. ABC Aire tquiPmentI Inc. "No col mentsrl Audio Cones gusihess is backed UP right tine." . i3cayrie Aire Equipment Co- "Do no carry Theatrical Lighting-" - tIT RECOMMENDED THEAWARD Co AION: MADE To STAGE EQttpMENT AND LIGHTIQdt INC. iN THE TOTAL EaTIMATIO AMoUST CF $iSfJ►9i5.S0. Ass st. Chie Procurement o icer " 7 - I' .r Date The Minority Procurement officer concurs with the above recommendation. o icer D to page 2 of 2 85-605 TABU' A.T14I OF BIDS I`'vr'' CONVENTION HAUL LttnALj% -- TAM LIGH NG PACKA City Moneger, City Clerk 2 : 30 V1 � Florid° ar M. Miam., 1�1A,---- Recewed by the erP Cpnrr°'><s'°"• Cary ❑uk, Gry of STAGECRAFT K PROT - -- aiader Licensed S Jnaured as Per city Coda S Metre Ord. QQ Q 385.24 150 975.E 4' 1 y.2 1 ' 7 - - - Unit aid prrtount 11"'r Torol Un.r U-t Tor°I Total Tor of Pnce Price drregulent ies Umt of at U"lr To., Pace Pnce Pace +few, .N°. DESCRIPTION Pnce 119 305. 8>�` rZ 30,565 . --_ 3147.50 _ 450. 1 1 Memor Li htn Controller 5 075 50,750. 4 790. 47 900• 3056. 17,550 . 3592. 10,77h .. 3069 18 -- 2 l Dimmer Packs 6193 1 , 560. 50. 5 090• 0 360. 4 862. 19 452 . 5 692.50 980.75 2,770. 34,32fi.2 3 I goad Cases for Dimmer Packs 5 390. 1.,06 . 21 3 , 1,000. S,000' 689 2 ,115. 7S' 1. 5 4 t 12" SY.W I resne'1 instruments 66. 132. 124 . 61. 62. 95. 122. 1,1 0 103. 1,236 6 2 25' Control Cables 'Cab es M . 385. 39.50 4,no 53. 583. 7 Control Dais am.n Control Cables 38. 418. 35 172.68 17 268 135. 13 500. 107. 7 10 700. , 8 11 64 Cables 184. 121. 18 400. 9,075. 113.40 8,505. 90- ,75 4 800. 9 75 25, 6/3 t S Cabieers 23 100 218.40 21.840, 170. ]7 000.E 80 1,440. 10 11 a to a 239. 4,302 ' 4.68 4,044.24 100 a to 60 a '"Taw fens" 12 18 rAltermtive DISTRIBUTION: IIJtREiT 15 RECOMMENDED THATInC. be a>�rded the bid Sta e i nt & Li hti ,rer-o{- A,do..,t as to CePrtolSurplus of Bcndrng Campony n t e amount OMed�E.eeN.Corporate'See1 V10 a lons OloTlalElectrical CadeBlD 84-85-72 sol Unsigned or �rmprSrgned or are lrecternative egdu-pJnent bid *Items i1-12 As sped 1, cka e:,oe »one araaena E./ Alternate Equipment accepted in bidpa gcoed aia 60-6LOL I" Both are UL listed and OSHA acceptable _ 18@ 100-260L _.., - _:. _Amok- 4.