Loading...
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.,