HomeMy WebLinkAboutR-83-0409J-83-364 0
11
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF BROADCAST
INTERNATIONAL, INC. FOR FURNISHING PUBLIC
ADDRESS SOUND EQUIPMENT FOR THE ORANGE BOWL
STADIUM TO THE DEPARTMENT OF BUILDING AND
VEHICLE MAINTENANCE AT A TOTAL, COST OF
$17,424.92; ALLOCATING FUNDS THEREFCjR FROM
THE 1982-83 OPERATING BUDGET OF THAT DEPART-
MENT; AUTHORIZING THE CITY MANAGER AND TLIE
--- PURCHASING AGENT TO ISSUE A PURCHASE ORDER
FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received April 18, 1983 for the furnishing of a complete Public
Address Sound System, including installation and testing,to the
Department of Building and Vehicle Maintenance; and
WHEREAS, invitations were mailed to 21 potential
suppliers and 7 bids were received; and
WHEREAS, funds for this purchase are available in the
1982-83 Operating Budget; and
WHEREAS, this equipment will be used by the Department
of Building and Vehicle Maintenance for the purpose of replacing
sound equipment stolen from the Orange Bowl Stadium; and
WHEREAS, the City Manager and the Department of
Building and Vehicle Maintenance recommend that the bid received
from Broadcast International, Inc. be accepted as the most advan-
tageous bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
CITY COMDIISSION
NIL 1;::TINN Of
MAY 12 1933
,:'tF.n,,
0 0
Section 1. The April 18, 1983 bid of Broadcast
International, Inc. for furnishing Public Address Sound Equipment
for the Orange Bowl Stadium to the Department of Building and
Vehicle Maintenance at a total cost of $17,424.92 is hereby
accepted with funds therefor hereby allocated from the 1982-83
Operating Budget of that Department.
i
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Agent to issue a Purchase Order for
this equipment.
PASSED AND ADOPTED this 12th day of May 1983.
Maurice A. Ferre
M A Y 0 R
ATTEST:
City Clerk U
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS:
OBERT F. CLARK ?SVR.GARCIA-PEDROSA
DEPUTY CITY ATTORNEY Y ATTORNEY
83JrOC
Section 1. The April 18, 1983 bid of Broadcast
International, Inc. for furnishing Public Address Sound Equipment
for the Orange Bowl Stadium to the Department of Building and
Vehicle Maintenance at a total cost of $17,424.92 is hereby
accepted with funds therefor hereby allocated from the 1982-83
Operating Budget of that Department.
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Agent to issue a Purchase Order for
this equipment.
PASSED AND ADOPTED this 12th day of *tay 1983.
^iaurice A Ferre
M A Y O R
ATTEST:
City Clerk G%
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS:
OBERT F. CLARK ?SVR.GARCIA-PEDROSA
DEPUTY CITY ATTORNEY Y ATTORNEY
►3i1v0
11
i
AWARD OF BID
Bid No. 62-83-55
ITEM: Public Address Sound Equipment for the Orange
Bowl Stadium
DEPARTMENT: Building and Vehicle Maintenance
TYPE OF PUECHASE: Single Purchase
REASON: Replacement of Stolen Equipment
POTENTIAL BIDDERS: 21
BIDS RECEIVED: 7
TABULATION: Attached
FUNDS:
BID TABULATION:
Category
Prior Bidders
Black American
Hispanic American
Non -Minority
New Bidders
Black American
Hispanic American
Non -Minority
Courtesy Notifications
"No Bids"
1982-83 Operating Budget
The lowest bids were received from Gray
Communications Consultants and Blumberg
Photo Sound Company of Florida. However,
both bids were incomplete and failed to
provide the requisite installation support
and testing services vital to the proper
operation of the equipment, and are not
acceptable. A bid received from Miami Audio -
Visual Company could not be considered because
it contained improper bid documents and did
not include product specifications on the items
bid.
The lowest bid meeting all the specifications
was from Broadcast International, Inc. All
other bids meet specifications. Following is
and analysis of the invitation to bid:
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
2 1
2
0
3
0
14
6
4
-0-
-
2
-
0
Totals 25
Reasons for "No Bid" were as follows:
9
1. "Unable to supply experience in this field as requested".
2. "Do not manufacture such equipment".
Page 1 of 2
83-^ 0�
0.4&w
,C�Ssd a Www * per
,i A.M Amwriml
I"m
me.
TABULATION- OF 81C)S FOR
cj" U..*W. city 00%
PAC..a by tirGil
Go-
x-
k,_
VN" c
Ca.
un't
Unto
U..t
Ted
Un., To#el
0, ic*
-------------
u0mv
Pr.co
Tota
Unit TOO!
P,.Cs
P
Total
Prico
co
34
A 41,
rt-
ro _.Lky�
22c
4C 2co
vX, 0 0 tL
cyn (X-i
, IRRIESULAMITIES LE:.E%10-
A tj,p P.-.-*f- All —or
a "a Alf. dwq as to COP-10I 5 S'rP"s *1 ec"I"'
C cor-weei Esers-ops
0
IF
j
V__ 9__
I '\ I I C • 10
:AC
A I
IT IS rEC0&AvS%dC.4E3 THAT
01 ST M SUt 109*
40
0 10
RECOMMENDATION:
IT IS RECOMMENDED THAT THE AWARD BE MADE
TO BROADCAST INTERNATIONAL, INC. IN THE
TOTAL AMOUNT OF $17,424.92.
Purchasing Agent
Date
The above award meets the requirements of the Department of Building
and Vehicle Maintenance, and approval is recommended.
0
r�l 1 .� 1', L ,• ��
Director
i
Date
Page 2 of 2
83_,tos
6
�E
CITY OF MIAM1. FLORIDA
INTER -OFFICE MEMORANDUM
I/
Tc Howard V. Gary rA-E April 25, 1983 FILE
City Manager - -
S'_e-ECT Request for Commission Action
FF�'•' / C- E� Di ctOY FE�EFE :'ES
Bid No. 82-83-55: Public Address
Building and ehicle Maintenance Sound Equipment for the Orange Bowl
E'.;.LC•E_=EE Award of Bid, Resolution, and
THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE
RECOMMENDS THAT THE AWARD OF BID FOR THE PUBLIC
ADDRESS SOUND EQUIPMENT FOR THE ORANGE BOWL, BE TO
THE BROADCAST INTERNATIONAL CO., IN THE AMOUNT OF
$17,424.92; WITH FUNDING THEREFORE ALLOCATED FROM
DEPARTMENTAL BUDGETED FUNDS
Six bids were received on City Bid 482-83-55 for public address
sound equipment to replace sound equipment that was stolen from
the Orange Bowl Stadium. A total of six items were bid.
This equipment is replacement of eleven (11) amplifier/transformer
assemblies, two (2) tape recorders, a mixer and remote microphone.
Installation support is included for system alignment and training.
Equipment is to be used for football game activities.
The equipment is being purchased with funds from the current
operating budget. Appropriate forms for insurance claims have been
filed with Risk Management.
The equipment is warranted for twelve (12) month period against
defects in material and workmanship.,