HomeMy WebLinkAboutR-98-0123J-98-122
1 /30/98
RESOLUTION NO. 9 S - 123
A RESOLUTION ACCEPTING BID FROM DESIGNERS
SERVICE BUREAU, INC., FOR THE FURNISHING OF
CAFETERIA FURNITURE, FOR THE POLICE
DEPARTMENT, AT A TOTAL COST OF $1 1,572.50;
ALLOCATING FUNDS THEREFOR FROM THE POLICE
DEPARTMENT'S GENERAL OPERATING BUDGET,
ACCOUNT CODE NO. 001000.290201.6.850;
AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR SAID ACQUISITION.
WHEREAS, pursuant to public notice, sealed bids were received on
December 22, 1997, for the furnishing of cafeteria furniture, for the Police
Department; and
WHEREAS, invitations for Bid No. 97-98-023 were mailed to thirty-two (32)
potential bidders and two (2) bids were received; and
WHEREAS, the Police Department's Central Station cafeteria furniture has
not been replaced in the last twenty-one (21) years, and it is badly deteriorated and
beyond repair; and
WHEREAS, funds are available from the Police Department's General
Operating Budget, Account Code No. 001000.290201.6.850; and
WHEREAS, the City Manager and the Chief of Police recommend that the bid
received from Designers Service Bureau, Inc., for the furnishing of Cafeteria
Furniture, be accepted as the lowest most responsible and responsive bidder;
CITY CO1 KMMON
MEETING OF
FE B 10 1998
xewlutkm No.
98- 123
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 hereby adopted by reference thereto and incorporated herein as if
fully set forth in this Section.
Section 2. The December 22, 1997, bid of Designers Service Bureau,
Inc., for the furnishing of cafeteria furniture, for the Police Department, at a total
cost of $1 1,572.50, is hereby accepted, with funds therefor hereby allocated from
the Police Department's General Operating Budget, Account Code No.
001000.290201.6.850.
Section 3. The City Manager is hereby authorized to instruct the Chief
Procurement Officer to issue a purchase order for said acquisition.
Section 4. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this loth day of
CITY CLE
February ,1998
--)v
--�2
XAVIER L. S REZ, MAYOR
2
98- 123
PREPARED AND APPROVED BY
WAFAEL 0. DIAZ
DEPUTY CITY ATTORNEY
W221 1:CSK
APPROVED AS TO FORM AND
CORRECTNESS:
3
:L EDWARD MAXW L
ERIM CITY ATTO EY
98- 123
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
FROM: Jose Garcia -Pedrosa
City Manager
Recommendation:
CA-4
DATE : FEB 2 E�990
SUBJECT: Proposed Resolution
REFERENCES: Cafeteria Furniture;
Bid No. 97-98-023
ENCLOSURES:
FILE:
It is respectfully recommended that the award of Bid No. 97-98-023 and a Resolution accepting
said bid for the provision of furniture for the Police Department's Central Station Cafeteria, be
granted to the following vendor.
1. Designers Service Bureau, Inc.: a Female, Non -Local vendor, located at 3307 Northwest 55"'
Street, Ft. Lauderdale, Florida 33309.
Funding, in an amount not to exceed $11,572.50, will be from the Police General Operating
Budget, Account Code 001000.290201.6.850.
Background
The Department of Police's Central Station Cafeteria furniture has not been replaced in the last 21
years. The furniture is beyond repair and badly deteriorated.
The Department of Police has analyzed the bids received pursuant to Bid No. 97-98-023 for the
provision of furniture for their cafeteria. Thirty-two (32) invitations for bids were mailed and two
(2) responses were received. Designers Service Bureau, Inc., submitted the lowest most
responsive and responsible bid, and is therefore recommended for award.
9�- 123
of Miami, Florida
6.5 V TDOR BACKGROUND INFORMA - -VN
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable', as appropriate. Please print.
COMPANY NAME: Designers Service Bureau, Inc.
COMPANY OFFICERS:
President Joan Stark
Secretary None
COMPANY OWNERSHIP:
Joan Stark.
LICENSES:
1. County or Municipal Occupational License No.
(attach copy with bid)
Vice President Pamela Massaro
Treasurer None
279-0001615
10 0 % of ownership
% of ownership
% of ownership
% of ownership
2. Occupational License Classification Interior Design Corp.
3. Occupational License Expiration Date:_ September 30, 1998
4. Metro -Dade County Certificate of Competency No. Unknown
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 5 9 -1 2 8 2 5 6 6
6. Number of Years your organization has been in business: 18 Years
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 15 Years
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 15 Years
-77
98- 123 3
BID NUMBER: 97-98-023
COMMODITY / SERVICE: Cafeteria Furniture
DEPARTMENT/CONTACT PERSON: Police - Lnurd G Rodriguez
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Department of Purchasing. The user department (s) is required to complete all remaining sections of
this form, including the funding source(s), contract value (if applicable), and all other required approvals
prior to forwarding to Purchasing.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the
resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized
by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for
Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
Purchasing immediately. Emergency procurements are exempt.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT
REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY"
FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL
OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact Maritza Fresno of the Bid/Contract Section at AW19ftor 416-1907 should you have
any questions.
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE:
y Judy S. Carter
Director of Purchasing
DATE:
BZDRECOM.DOC 8/8/97 PAGE 1 OF 2
9R- 123 5
BID AWARD RECOMMENDATION FORM
BID NUMBER: 97-95-023 COMMODITY/SERVICE: Cafeteria Furniture
DEPARTMENT / DIVISION: Police
TERM OF CONTRACT: Single Purchase
NUMBER OF BIDS DISTRIBUTED: thirty-two (32) NUMBER OF BIDS RECEIVED: two (2 )
METHOD OF AWARD: Lowest most responsible and responsive bidder.
RECOMMENDED VENDOR(Sh STATUS: CONTRACT VALUE:
Designers Service Bureau, Inc. Female/Non-Local:.,. $11,572.50
TOTAL: $11, 572.50
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The Police Department's Cafeteria Furniture has not been replaced in
the last 21 years. The furniture is beyond repair and badly deteriorated.
ACCOUNT CODE(S): 001000.290201.6. 850
DEPARTMENT APPROVAL: . BUDGET REVIEW APPROVAL:
Departmed Director/ipak M. Parekh
Designee Director
4
OTHER FUNDING APPROVALS, IF APPLICABLE:_
Lourdes Reyes
Comptroller
PURCHASING APPROVAL:
Judy S. Carter
��-- Director
TITLE:
PAGE 2 OF 2
6
TABULATION OF BID
CAFETERIA FURNITURE
97-98-023
VENDOR Designers Service Bureau Thomas W. Ruff & Co. of FL
3307 NW 55 Street 3201 Commerce Pkwy
Ft Lauderdale FL 33309 Miramar FL 33025
Non-Local/Female Non-Local/Non-Minority
Est. Extended Est. Extended
Item Description Qty. Unit Price Amount Qty. Unit Price Amount
1 36" Round Table, as specified 3 $ 125.51 lea $ 376.53 3 $ 201.95 \ea $ 605.85
Manufacturer: Knoll, ORT 36 PR-3FX/54B
2 48" x 92" Table, as specified 5 $ 575.29 lea $ 2,876.46 5 $ 502.13 \ea $ 2,510.65
Manufacturer: Knoll P4-8-F/546
RCT4896-2
3 36" x 36" Table, as specified 6 $ 119.57 lea $ 717.42 6 $ 223.35 \ea $ 1,340.10
Manufacturer:
4 30" x 48" Table, as specified
Manufacturer:
5 36" x 72" Table, as specified
Manufacturer:
6 Chairs, as specified
Manufacturer:
TOTAL
Prepared by Maritza Fresno
12/29/97
Knoll, ST36-2 PS-3FX/54B
12 $ 195.00 lea $ 2,340.00 12 $ 228.84 \ea $ 2,746.08
Knoll P2-54-F/54B
RCT3048-2
2 $ 333.35 lea $ 666.70 2 $ 298.54 \ea $ 597.08
Knoll
RCT3672
92 $ 49.95 lea $ 4,595.40 92 $
Fixtures
D Chair
$ 11,572.50
P3-6-F/54BT
56.52 lea $ 5,199.84
MS/NS
Maesto Chair
$ 12, 999.60
Approval: ` r
Department irector/Designee 7
Page 988_ 123
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: CAFETERIA FURNITURE
AWARDED TO: Designers Service Bureau, Inc.
Bid No. 97-98-023
TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS
From: 1994 to Present NONE
PRIOR CONTRACT AWARD: NONE
SUMMARY OF CONTRACTS. DOC
98- 123 9
ITY OF MIAMI OFFICE OF THE Cl', ;RK
,/--" ANOOPV'r r
BID ITEM: PURCHASE CAFETERIA TABLES AND CHAIRS
BID NO.:
DATE BID(S) OPENED:
97-98-023
DECEMBER 22, 1997
TIME 10 : 0 0 a.m.
BIDDER TOTAL BID BID BOND (ER)
AMOUNT CASHIER'S CHECK
DESIGNERS SERVICE BUREAU See attached bid
THOMAS W. RUFF & CO. OF FLA. "
NO BID
NBB OFFI.C.E. ENVIRONMENTS'
CORE CONCEPT
SKAGS OFFICE PRODUCT
J. L. H At�l ��1 E T T
ADCO
THIS E14D UP FURNITURE
BUCKSTAFF
VIRCO MANUFACTURING
"Offers from. the vendors.. listed • herein
rre the o-n!,t r'
:_rr:
received timely cm nf the abo-e
•,' .r
other offers sul;rnitted in rr .�.�, . s to i'3
s� ,'.'. .�,
^ ,
„
..
received (—Lc)—) envelopes on behalf of
Person receiving d(s)
PURCHASING DEPARTMENT on
(City Department) (Date)
SIGNED:
*Dputy City Clerk
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, FI. 33133 for the following:
BID NO.97-98-023 Purchase cafeteria tables and chairs for the Department of Police.
OPENING DATE: 10:00 A M. December 22, 1997
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904.
Albert Ruder
City Manager
AD NO.4284
CITY OF MIAMI
LOGO
ca
�r
O �rn
3;;0
"G
>
_
City of Miami
REQUISITION FOR ADVERTISEMENT
This
appear nber themust
advertisement.
INSTRUCTIONS: Please type
and attach a copy of the advert' m nt with thisr i ' ' n.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of advertisement:
❑ Le al ❑ Classified ❑
Display
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
Do
--t
O 4M
-<
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C GS/PC 503 Rev. 12/89
1 Routing: Forward White and Canary to G.S.A. (Procurement Manaaement) and retain Pink r:nnv
DISTRIBUTION: White - G.S.A.; Canary - Department