Loading...
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