Loading...
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