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.