HomeMy WebLinkAboutR-01-0472t 0.
J-01-356
5/7/01 01- 472
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE HID OF DOMORE FOR THE
PROCUREMENT OF 24-HOUR INTENSIVE USE CHAIRS
FOR THE DEPARTMENT OF POLICE, IN AN AMOUNT
NOT TO EXCEED $21,763.14; ALLOCATING FUNDS
FROM THE E-911 OPERATING BUDGET, ACCOUNT CODE
NO. 196002.290461.6.850.
WHEREAS, the Department of Police requires the procurement
of 2.4 -hour intensive use chairs for E-911 operators; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 99 -OC -205 was mailed to forty potential bidders; and
WHEREAS, eight responses were received on February 12, 2001;
and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Domore be accepted as the lowest
responsive and responsible bid; and
WHEREAS, funds are available from the E-911 Operating
Budget, Account Code No. 196002.290461.6.850;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are adopted by reference and
incorporated as if fully set forth in this Section.
CITY CON USN OX
KNETMO OF
MAY 2 4 2001
B"QW%km fila.
01- 472 -;
i
Section 2. The February 12, 2001 bid received from
Domore for the procurement of 24-hour intensive use chairs for
the Department of Police, in an amount not to exceed $21,763.14,
is accepted, with funds allocated from the E-911 Operating
Budget, Account Code No. 196002.290461.6.850.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'-
PASSED AND ADOPTED this 24th _ day of May , 2001.
ATTEST:
JOE CAROLLO, MAYOR
In aooadenoe VW" Nmi since the Mayor did not Mdieet9 OPProvrl of
tai.. ':�,•-�Rtian by sioning it
bi:v,UM�: • etiCctive with iht: el
rcjgarding &Amo, without the
WALTER J. FOEMAN
CITY CLERK _
64:db:LB:BSS
AND CORRECTNESS:/
'-� It the Mayor does not sign this Resolution, it shall become effect-ive at
the end of ten calendar days from the date it was passed and adopted.
If. the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City commission.
Page 2 of 2 01— 472
• •
CITY OF MIAMI, FLORIDA -
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members
To : of the City Commission
/► <i/ice//�' 1 �
RECOMMENDATION
DATE: MAY 15 2001
SUEWECT . Authorizing the Purchase of
24 -Hour Intensive Use Chairs
REFERENCES: Bid No. 99-00-205
rNCLOSURES'
FILE
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Domore, a Non-Minority/Non-Local vendor, located at 2400 Sterling Avenue, Elkhart,
IN 46516, for the purchase of a forty-two (42) 24 -Hour Intensive Use Chairs, for the Police
Department, in an amount not to exceed $2I,763.14.
Funding is available from the E-911 Operating Budget, Account Code No. 196002.290461.6.850.
BACKGROUND
The Department of Police has analyzed the bids received pursuant to Bid No. 99-00-205. Forty
(40) invitations for bid were mailed and eight (8) responses were received. Domore, submitted
the lowest most responsible and responsive bid meeting specifications and is, therefore,
recommended for the award.
The Police Department needs to purchase replacement chairs for the E-911 call takers in the Police
Communications Center and at the backup site. These new chairs will replace the ones currently in
use that are old and worn and in need of repair. These chairs are ergonomically designed and are
of high quality to sustain 24 hours a day, 7 days a week, 365 days a year continuous use.
to
CAG JLM/Ir
01- 472
BID NUMBER: 99-00-205
61AWARD RECOMMENDATION AM
COMMODITY/SERVICE!-m,�iRS` Fg�,.>r"911 OPERATORS
DEPARTMENT /DIVISION:.-- POLICE DEPARTN.ENT O 1 15P4�4
TERM OF CONTRACT: SINGLE. PURCHASE
NUMBER OF BIDS DISTRIBUTED: 40 NUMBER OF BIDS RECEIVED: 8
METHOD OF AWARD: LOWEST RESPONSIVE, RESPONSIBLE BIDDER WHO HIDS ON ALL ITEMS AND
WHOSE BID OFFERS THE LOWEST PRICE UliEN ALL ITEMS ARE ADDED IN THE
RECOMMENDED VENDOR(S): AGGREGATE. STATUS: CONTRACT VALUE:
DO"10RE
Aon-Local/Non-Minority
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
M
J
c-+
$21,763.14 _
TOTAL: $21,763.14
The Police Department needs to purchase replacement chairs for the
E-911 call takers in the Police Communications Center and at the backup
site. These new chairs will replace the ones currently in use that are
old and worn and in need of repair. These chairs are ergonomically
designed and are of high quality to sustain 24 hours a day, 7 days a
week, 365 days a year continuous use.
City of Miemf--
'�
ACCOUNT CODE(S): 196002.290461.6.850
C/
�— Anloun! :+ s
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL:
1A�rifNd by: SIGNATURE
PURCHASING APPROVAL:
Department Director/ ',/o� Linda M. Haskins Jud . Carte
Designee Director ector
OTHER FUNDING APPROVALS, IF APPLICABLE:_ TITLE:
PAGE 2 OF 2
01-- 472
f
Ruviothm
24 Hour Intensive Use
Char as or equal to
Domore, Model 3312
Manufacturer/Model No.
24 Hour Intensive Use
Chair as or equal to
Domore. Model 3312 HB
Manufacturer/Model No.
Exceptions to
specifications (if any):
Prepared by: Glean Marcos
o 201
b'+
I
tib
21
21
24 Hour Intensive Use Chairs for E-911 Operators
Bid No. 99-00-205
Domore ATD American Company
2400 Sterling Avenue 135 Greenwood Avenue
Elkhart, IN 46516 Wyncote, PA 19095
Non Local/Non Minority Non Local/Non Minority
' Unit Cost Extended Amount
$459.87 $9,657.27
Domore, Model 3312
$576.47 $12.105.87
Domore. Model 3312HB
WR (No response)
� TOTAL $21.763.14
Extended Amount
$696.47 $14,625.87
Domore, Model #3312
$846.88 $17,784.48
Domore, Model #3312HB
Page 1
Designers Service Bureau
15951 S.W. 41 Street, Suite #200
Ft. Lauderdale, Florida 33331
Non Local/Female
Extended Amount
$313.10 $6,575.10
HON 7734 Grade Ili
$313.10 $6,575.10
HON 7734, Grade 111
wheel casters have been Specification sheets along with
ed by 3" dual casters warranty are attached. Fabric is
are GSA approved. a HON grade 111. The chair is
approved and on GSA as an
approved 24 hour chair. Chairs
are two piece.
L $32,410.35 TOTAL $13,150.20
Approval:. �GaP/,y
Department Director/Designee
•
•
0
24 Hour Intensive Use Chairs for E-911 Operators
Unit Extended Amount
Unit Cost Extended Amount
Unit Cost Extended Amount
Bid No. 99-00-205
$641.00 $13,461.00
Whalen Interiors
Office Systems of Florida
Apricot Office Supplies b Furniture. Inc.
Buy -Rite
3728 Philips Highway, Suite 8215
5150 N.W. 167 Street
386 N.E. 191 Street
1013 E. Hillsboro Blvd.
Jacksonville. Florida 32207
Miami Lakes, Florida 33014
Miami, Florida 33179
I
Deerfield Beach, FL 33441
I
Non Local/Female
Non Local/Non Minority
Non LocaVBlacc Female
Non Local/Female
0
Unit Cost Exbnded Arno urht
Unit Extended Amount
Unit Cost Extended Amount
Unit Cost Extended Amount
$641.00 $13,461.00
$257.09 $5,398.89
$536.61 $11,268.81
$560.75 $11,775.75
r'-
Crarner/Trilon AU 23 Task Chair
453-533014
#8700- Neutral Posture Ergonomics.
Global #2440- Fabric to match
Refer to GSA Price List Attached as
#011 Blue Point
well as pictures 8 specifications.
$675.00 $14,175.00
$270.82 55,687.22
5668.12 $14,030.52
$560.75 $11,775.75
Cramer/Triton AU 27 Mid Manager
453-533114
#8700- Neutral Posture Ergonomics
Global #2440 -Fabric to match
Refer to GSA Price List Attached as
#011 Blue Point
Chairs with adjustable arms as
Attach (3uote/Spec. Enclosed
well as pictures 8 specifications.
Fabric stockade #011 Blue
called for in specifications are not
Point not available
in G.SA. Test Compliant. The
Cramer Chairs specified have
faced arms as G.S.A. required
TOTAL $7.7,636.00
TOTAL $11,036.11
TOTAL $25299.33
TOTAL :23.551.50
Prepared by: Glenn Marcos
Approval:
}.►
2/23101
Department Director/Designee
1
to
Page 2
ilV
0
Buy-Rft E. HIM= 81vd.
Deerfield Beach. FL 33441
Won LocaWemale
tA• I1
Untt Coat EAwWlod Amowd
$785.98 $15,505.56
Miller #4001-7: Fabric to Match
0011 Blue Point
$76596 $16,505.56
MPler #4001-7:Fabric to Match
4011 Blue Pont
Fabric sbcicade 00i 1 Blue
Point nil avail"
TOTAL $33911.16
Prepared by Gleet Mans
2/28dn1
24 Hour Intensive Use Chairs for E-911 Operators
Bid No. 88-00-205
Thomas W. Ruff
3201 Commerce Pkwy
Wramer, FL 33025
Non Local/Non Minority
$318.50 $6.709.50
NBbDM ltW25CCX
$325.35 $6,832.35
Natiorh dNNtMDX
TOTAL
NIA
313,S41AS
Page 3
�Jo
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM I'�URDES
Major Jorge L. Manresa April 6, 2001
TO Commander DATE FILE
Business Management Section Purchase Order Request
(Through Channels) sueuecT Chairs for E-911 call -takers
Sgt. R. grim z � `7
FROM: REFERENCES:
Technical Support
Com2nunications Section ENCLOSURES.
The following is an analysis of the bids submitted for the purchase of chairs to be utilized in the v
E-911 Center.
� � 0
Base Seat Assembly Back Support Arm Support Back Rest Overall Dimen.
Office System Y Y Y Y Y N
Thomas Ruff
Y
Y
Y
Y Y N
Whalen Int.
N
N
N
N N N
Designer Serv.
Y
Y
Y
Y Y N
ATD American
Y
Y
Y
Y Y Y
Apricot Office
Y
Y
Y
Y Y N
Domore
Y
Y
Y
Y Y Y
The foRowinfr is s cost
analvsis for
said companies:
ATD American
Low Back
$696.47
High Back $846.88
Whalen Int.
Low Back
$641.00
High Back N/A
(This company did not
submit any specifications on the requested or similar chair)
Apricot Office
Low Back
$536.61
High B 66.12
R�I�EIEV
A:;;? 0 o kno9
01-
Major Jorge L. Manresa
Page 2 of 2
Domore Low Back
$459.87
High Back.
$576.47
Thomas Ruff Low Back
$319.50
High Back
N/A
Designer Serv. Low Back
$313.10
High Back
N/A
Office System Low Back
$257.09
High Back
N/A
I have inspected the three (3) demo -chairs that were delivered to the communications section and
have found that they do not meet the requested specifications. The following are the deficiencies
that were noted.
The mid-level back chair furnished by Hon office furniture lacked the capacity to calibrate the
width of the arm from one (1) to two (2) inches in either direction. In addition, the overall
dimensions for the seat is approximately two (2) inches smaller than what is needed.
I also had the opportunity to inspect the two (2) Criterion chairs of which one (1) is a mid-level
back chair and the other is a high back chair. Once again, I found that both of these chairs did not
meet the specifications that were requested and needed.
On the mid-level back chair and the high back chair, which were provided by Office Interiors of
Florida, I discovered that the seat height, depth and width all are deficient by approximately two
(2) inches. In addition, the high back chair lacked the pillow rest altogether.
Although the Thomas W. Ruff & co., Inc. did not send chairs to inspect, 1 was able to examine
their bid certification form, which included the specifications for the National 25/26 series Gotcha
chairs. These specifications included both the low back and mid -back level chairs. Once again, the
standard overall dimensions did not meet those, which were specified. To be specific the width of
the seats was approximately 3 inches smaller than specified.
I recommend that the city purchase both the Domore 3312 and Domore 3312HB chairs whose
specifications meet the needs of the communication section.
RM: rm/6436
01- 472
IIIIIII.TIF.�
rIT1. OF MIAMI OF THF CITY CLERK
BrD SECURITI' LIST
BIS: 24 HOURS INTENSIVE USE CHAIRS FOR E-911 OPERATORS
BID NO: 99-00-CO6
DATE BID(S)OPENED: FEBRUARY 12, 1001 TIME_12:U0
BIDDER
TOTAL BID
BID BOND (ER)
AM U
C IER'S CHECK
DWORE
See attached
cid
ATS 41LRI CAN COMPANY
If
OESIGOERS SERVICE 6UREAU
'
WHALEN INTERIORS
OFFICE SYSTENS OF FLORIDA
"
APRICOT OFFICE SUPPLY
If
BUY RITE
if
THOf1AS W. RUFF & CO. INC.
HO 1311)
VIRCO INC.
ADAPTO
DALLAS AIUWEST
M.F. DLOUIN
~
ROQUE BROTHERS INC.
-• off- �'
BOISE CASCADE
FUTURE MEDIA PRODUCTS_,INCXX.
Oilers
are hereby resected as latu." received
—1 1... "----- -- - ----. - w
.�Ayd" .
envelops on behalf of
PURCHASING DEPARI•M NT on
(Cry Department) (Date)
�
t
SIG�--#D!Lvputy
Ci c
CITY OF MIAMI
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City
Hall, 3500 Pan American Drive, Miami, FL 33133 for the following:
BID NO. 99-00-205 24 HOUR INTENSIVE USE CHAIRS FOR E-911 OPERATORS
OPENING DATE: 12:00 P.M. MONDAY, FEBRUARY 12, 2001
Deadline for Request of additional information/clarification:
February 5. 2001)
Detailed specifications for this bid are available upon request at the City of Miami,
Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL, 33130. Telephone
No. 416-1906.
THIS BID SOLICITATION 1S SUBJECT TO THE "CONE OF SILENCE" IN
ACCORDANCE WITH MIAMI-DADE COUNTY ORDINANCES 98-106 AND 99-1.
(PLEASE PRINT THIS SECTION IN BOLD PRINT.
Carlos A. Gimenez CITY OF MIAMI
City Manager LOGO
AD NO. 6430
OG430
• City of Miami i
a This number must
REQUISITION FOR ADVERTISEMENT appear in the
- advertisement
r
INfiTRUCTIONS: Please type of the advertioffiniii
1. Department: 2. Division:
POLICE ADMINISTRATION
_ _ _ _
3. Account Code numbar: 4. Is this a confirmation: 15. Prepared by:
001000.290201.6.287 ❑ Yes . . - C 1 _No_—__—.--__--- L&U-046-91MAIGM—— - —_ - --
6 Size of advertisement. 7. Starting data: 8. Telephone number:
1/25/01 I(305) 579-6413
_
9. Number of times this advertisement is to be 110. Tyof advertisement -
&j
0. . d... (3NCfraY----1
11. Remarks:
PURCHASE OF FORTY-TWO (42) DoMORE CHAIRS, FOR THE POLIO; DEPARTMENT.
HID NO. 99-00-205
Publication Date(s) of
Advertisement Invoice No. Amount
MIAMI TIMES
MIAIMIRF.VIRW
.-DIARIO-LAS AMERICAS ,
13.
i Approved
❑ Disapproved
1DateJ
Department D re�eiGign;ie Date
Approved for Payment
C OS/PC 503 Rev.12/89J Routing Forward White and Canary to G.S. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary • Department