Loading...
HomeMy WebLinkAboutR-95-0811J-95-960 11/16/95 95w 81.1 RESOLUTION NO. A RESOLUTION, BY A 4/5THS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, AUTHORIZING THE CITY MANAGER TO ENTER INTO COMPETITIVE NEGOTIATIONS WITH AND AWARD CONTRACTS, TO THE FOLLOWING VENDORS: THOMAS W. RUFF & COMPANY, TO REFURBISH EXISTING CITY -OWNED FURNITURE SUITABLE FOR RELOCATION TO THE MIAMI RIVERSIDE CENTER; THOMAS W. RUFF & COMPANY, TO FURNISH ADDITIONAL FURNITURE COMPONENTS TO SUPPLEMENT DEFICIENT WORKSTATION UNITS; AND DESIGNERS SERVICE BUREAU, TO FURNISH RELOCATION SERVICES AND REPLACE FURNITURE NO LONGER SUITABLE FOR CITY USE IN THE NEW BUILDING, IN CONNECTION WITH THE CITY'S RELOCATION SOLUTION SOLICITATION, ISSUED PURSUANT TO SEC. 18-52.2 COMPETITIVE, NEGOTIATIONS, CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED; ALLOCATING FUNDS THEREFOR, IN AN AMOUNT NOT TO EXCEED $1.3 MILLION, FOR SAID SERVICES AND GOODS, FROM AN ACCOUNT TO BE IDENTIFIED BY THE DIRECTOR OF FINANCE; AUTHORIZING THE CITY MANAGER TO DIRECT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SERVICES AND GOODS. WHEREAS, the City of Miami desires to consolidate into one building many City offices and departments which are currently housed in several buildings located throughout the City, to bring greater efficiency to City of Miami's level of services; and WHEREAS, the City of Miami purchased the Miami Riverside Center, located at 400 SW 2 Avenue, on October 16, 1995, in order to achieve this consolidation; and WHEREAS, the City of Miami needs to relocate City employees and property from approximately sixteen (16) offices and departments to the newly acquired facility; and CITY COMMISSION MEETING OF NOV 1 6 1995 Resolution No. 95- 811 Section 1. The recitals and findings contained in the Preamble to i this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. By a 4J5ths affirmative vote of the members of the Miami City Commission, the City Manager is hereby authorized) to enter into competitive negotiations with and award contracts to the following vendors: Thomas W. Ruff & Company, to refurbish existing City -owned furniture suitable for relocation to the Miami Riverside Center; Thomas W. Ruff & Company, to furnish additional furniture components to supplement deficient workstation units; and Designers Service Bureau, to furnish relocation services and replace furniture no longer suitable for City use in the new building, State of Florida contract numbers GS OOF-8651A, GS OOF-2029F, 425-001-95-1, and 425-560-95-1, with funds therefor hereby allocated, in a total amount not to exceed $1.3 million, from an account to be identified by the Director of Finance. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said services and goods. i Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 16th day of November , 1995. TEPHEN P. LARK, MAYOR ATTEST: WALTER J. FO , CITY CLERK ' The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. -3- y5- 811 WHEREAS, the newly purchased Miami Riverside Center facility will house approximately 740 employees from these offices and departments; and WHEREAS, the City will be required to efficiently utilize the space within the building to adequately accommodate the 740 employees in the Miami Riverside Center facility; and WHEREAS, pursuant to Section 18-52.2, entitled Competitive Negotiations, of the Code of the City of Miami, Florida, as amended, the City solicited proposals for a Relocation Solution; and WHEREAS, the City evaluated proposals received from seven (7) vendors who responded to this solicitation; and WHEREAS, the City has deemed the proposals from the following vendors as the most advantageous and cost effective to the City:Thomas W. Ruff & Company, to refurbish existing City -owned furniture suitable for relocation to the Miami Riverside Center; Thomas W. Ruff & Company, to furnish additional furniture components needed to supplement deficient workstation units; and Designers Service Bureau, to furnish relocation services and .replace furniture no longer suitable for City use in the new building; and WHEREAS, a portion of the goods and services may be procured under State of Florida, contract nos. GS OOF-2029F, GS OOF-8651A, 425-001-95-1, and 425-560-95-1; and WHEREAS, funding for said services and goods shall be allocated from an account to be identified by the Director of Finance; and NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: 95- 811 Walter J. Foeman City Clerk ROM Beverly Solomon Legislative Coordinator j CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE . August 1, 1996 FILE SUWECT : Resolution No. 95-811 adopted November 16, 1995 REFERENCES: Scrivener's Error: Contract Number ENCLOSURES' Resolution No. 95-811, adopted November 16, 1995 (Item No. 1), which authorized the acquisition or refurbishing of furniture for the Miami Riverside Center, contains a scrivener's error in the Ninth "Whereas" Clause and in Section 2, as it cites an incorrect State of Florida contract number. Contract No. GS OOF-2029F appears in the Resolution, but the actual contract from which said furniture and services were acquired was "State of Florida Contract No. GS OOF-5100A". The vendor, who has several contracts with the State of Florida, inadvertently submitted the incorrect contract number. Due to the absence of any impact or effect resulting from this scrivener's error, no action is deemed necessary or appropriate as said acquisition did not alter the intent, or vary from the specifications and costs approved pursuant to Resolution No. 95-811. You may wish to keep this memorandum on file with any back- j up material you have in your custody regarding the Item. BSS:W082 CC: Rafael 0. Diaz, Deputy City Attorney Judy S. Carter, Chief Procurement Officer Anne Whittaker, Procurement Contracts Officer Carol Kelsey, Administrative Assistant �? -4 y M ! p Ti r A �. z Ln NOV- 7-95 TUE 15I34 CITY OF MiAM1 8JVW' rwr, tvu, ouniauuoi r, CITY CF MIAMI, FLORIDA 41 INTER -OFFICE MEMORANDUM Honorable Mayor and Members NOV - 8 I°95 ro : Y cn-=_ FILE of the City Commission suarcT ; Resolution Authcriz,rq the City M,ir to Enter into Competitive Negotiate-1 with and Award Contracts to Thre:: , FROM : REFEPENC'ES Wsndors, related to Relocation Ces*-r Solution Services City ENCLO$URES RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution authorizing the City Manager to enter into competitive negotiations with and award :;ontracts to three (3) vendors for services and goods, in connection with tha City's Re'ccation Solution project, This relocation project will consolidate an estimated sixteen ('6) City offices and departments into the newly acquired Miami Riverside Center, it cated at 403 SIA' 2 Avenue The following vendors submitted the most advantageous and cost effective proposais to the City; I to refurbish ex!sting fL.rnitu'e suitable for-alocaticn; and Thomas W. Ruff & Company, to supply additional f;irniture components to supplement deficient workstation units, and Ees gners Service Bureau, Inc , to provide relocat on services and replace furniture no longer suitable for City use in the new buildi:icg, S,,ate of Rori&. contract numbers GS-OOF-6651A, GS-00E-2029D, 425-0D1-95-1, and 425-5601-95-1. The total amount for said relocation solution services shall not exceed $1 3 rn llion Funds to be allocated from an account to be identified by the Director of Fir`ance. BACKGROUND: The City of Miami desires to consolidata approximately 740 ernp!oyees in an efilirnated sixtee+, (16) office s/deoa rtmen ts in diverse locat;ons throughout the City, by relocating them to the newly acquired Miami Riverside Center Building As a result, the City Manager appointed a Relocation Services Task Force to effect a smooth transition for This corsolidatien. Pursuant to Sec, 18-52.2. of the City Code, Ccrnpetitive_ P egotiati3i)s the Ciiy solicite;: proposals from seven vendors to pmvida a relocation solutiuri for the consolidation efforts The proposals for turn,iey relocation services and furniiure were evaivated by an evaluatior committee and ranked as listed be'ow, Designers Service Eiureau/Knoll Furniture 1 Office Pavilio�i/Herman Miller Furniture 2 J. C. White Office r/H aywortn Furniture 3 "Y / 95- 811 NOV- f-y5 IUD, Iut rilriflI IijukiGI Honorable Mayor end Members of the City Commission Page 2 NIA IN, JUJU � tlUUU 1 The most advantageous and cost effective proposals were. as follows: to refurbish existing furniture; Thomas W. Ruff & Company, to provide additional turniture components to supplement t`!e refurbist,ed furniture; and Des gners Service Burpau, to provide turrkey se -vices for relocation and fum tore, respectively, State of Florida contract numbers: GS-OOF-865'P., GS•OOF-2029D, 425.001-95-1, and 425-560-05-1 Funding for this relocation solution project shall be allocat�d frorn an ;;,c lint to tie identified by the Director of Finarce. Enc. Resolution DID ITEM: 11ET'IEI'll Or 1 N.I'I,,1"vs'.I' I�Ui:�RI�;LUCA"1� 1 (N-SEkV 1 Ct"t ------ �-_- RF1) 31 D NO - s _— _.------------ ____-_ OFEtdBDs AUGUST 31, 1995 10.00 a.m. DATEBID (S)--------------____-_._...__...-...__.-.........__-__-__-___-_-__-__.� TOTAL, 31D_1OND_j®rlj .� BIDDER DID AHOUlNT CASBIBRMS_CHECK _-- J.C. kgh1'.1'E OFFICE FURNITURE DESIGNEES SERVICE BUREAU A & �i BUSINESS INTERIOR SERVICES, INC. CAMI:LO MUEBLES, INC. THOMAS W. RUFF & CO. OFFICE PAVILLION DECORA OFFICE FURNITURE i;rnc. A" d received ,irncl y cs e; iho rbove opening dcr?e grad e �? r. i r c lets �fw areh�reb _--_ _--_—_—_ — -_.__�- C.2Z. v. — ------- _—a- 1 _-------�_�-- I. -------------- -------------------- -- --------- -- -------------- -------------1 -- - - ---------- _-.__— — --- ------------------- - /�✓/i�fi�__bi_Y�_ received (,) sae►®lopes on behalf of 6Ferson receiving da) GSA/SOLID WASTE -PROCUREMENT DIVISION on (City Dspart�ant) SE\T,BYXITY O1= 19IAMI 7-26-93 :140:00R1l : PROCL•RENIE' '101T, 4 2/ 3 TURNKEY PROJECT TO MOVE CITY DEPARTMENTS TO FPL BUILDING LETTER OF INTEREST - RELOCATION SOLUTION SCOPE 1. INTENT The City of Miami is seeking proposals from firms interested in a turnkey project to provide a variety of services to effectuate the move of several City departments from diverse locations, namely: Dupont Plaza Office Building, at 300 Biscayne Boulevard Way, Miami, FL City Administration Building, at 275 NW 2 Street, Miami, FL Parks Administration Building, at 1390 NW 7 Street, Miami, FL ParkslDisabilities Division, 2600 S. Bayshore Drive, Miami, FL GSA/Graphic Reproductions, 1390 NW 20 Street, Miami, FL Fire/Support Services, 1151 NW 7 Street, Miami, FL City Hall, 3500 Pan American Drive, Miami, FL 2. STATEMENT OF PROBLEM The City of Miami intends to relocate an estimated 625 employees from sixteen (16) departments/units (See Exhibit 1), to the former FPL building (Miami Riverside Center), located at 400 11tL2nri Av_gnuQ. The City expects to close on this building in October 1995. The Miami Riverside Center is a ten -story structure of approximately 135,152 net useable square feet. (See Exhibit II) Currently, these City departments are operating with a wide variety of office furniture, the majority of which is comprised of traditional wood, file cabinets and a minimal number of Steelcase modular units, or other custom-made modular units. The age and condition of the furniture also vary extensively. Current City employees primarily operate from private offices and will be transitioned into an open- work environment with limited, private -office space in the new building. When proposing, Firms shall consider solutions that will fully maximize space utilization, address concerns for furniture systems, and other requirements that will impact departmental/employee needs. In addition, the City is faced with significant budgg conStrairnU and must efficiently expend funds in this endeavor. The City must make a determination on what options are available for economically furnishing the new facility, i.e.: whether to acquire 100% new workstation systems; 100% remanufactured systems; a combination of refurbished and remanufactured systems; or a combination of refurbished and new systems, with supplemental panels, lateral files, and other components, as required. Firm's proposal should include details on buy -backs, credit, exchanges, in proposing furniture solutions to the City. Furthermore, it is the City's desire to effectuate a turnkey project, if available, for a myriad of services, as detailed below. 3. SYSTEMS WORKSTATION/FURNITURE REQUIREMENTS The following describes three (3) levels of systems workstations/furniture that the City seeks to use, which may include new or remanufactured systems, as follow. (See also Exhibit 111) Level ,�ericallSuo�.c�r$; Each modular workstation unit, approximately 61x8' in size, may contain: • one (1) 65" H x 42" W Acoustical/Tack Panel w/power • one (1) 65" H x 46" W Acoustical/Tack Panel, w/power • two (2) 65" H x 30" W Acoustical/Tack Panel • 30" W x 30" D Work Surface, w/end panel 42" W x 30" D comer Work Surface SENT BY;CITy OF M, IAM) 7-26-85 ;12;01PNM PROCURENIEN"r NIGNIT, :# 3/ 3 LETTER OF INTEREST/RELOCATION SOLUTION !r CCnsideratl - Buy -backs, credit or exchange services for surplus City furniture shall be included in services proffered. Firms whose proposals contain this service will be given favorable consideration. Firms should note that disposal of surplus workstations(furniture no longer used by City and not relocated to the Miami Riverside Center shall be removed at Firm's expense, The workstations/furniture shall be picked up by vendors at various City sites, as mutually arranged with the City; o Other Services - Firm should detail any/all other services to be provided to effectuate the move 7. MANDATORY PRE -PROPOSAL CONFERENCE/SITE INSPECTION All Firms are required to attend a manda ory ur�nroAos81. �onferenr for this solicitation,Altmy!ed by a site insgeotion of the buildings to be vacated and of the Miami Riverside Center. Firms igul edicate tha��ntire day for Ibis-coiderence/si inspection, which will be held in the lobby, Qathe fir ;ttfloQr. MiarrL_Riverside Genii[, located at 400 S.W. Second Avenue Miami Florida. on Thursday. August 3rd, '1995. bsginning at 9:00 a.m, A list of contact persons for each building will be distributed at this meeting. Additional inspections desired may be arranged by contacting these individuals. Failure to attend this conferencelstte inspection will be cause for disqualification of proposal. 8. PROPOSAL RECEIPT Interested Proposers shall submit five (5) copies, plus one (1) original of their proposal, by 10:00 a.m., Monday, August 31, 1996, clearly identified as Letter of Interest for Relocation Services, delivered to; City Clerk's Office City of Miami 3500 Pan American Drive Miami, FL 33133 Mailing Address: P. O, Box 330708 Miami, FL 33233-0708 S. PROPOSER SELECTIOWEVALt1ATION CRITERIA The City will evaluate all options presented by firms to determine which proposal(s) is/are most advantageous and cost -beneficial to the City. A. Proposals may be evaluated by an Evaluation Committee established to review and rank all responses to this solicitation, in accordance with the criteria noted below. The highest ranked firms may be selected. Following evaluation, a recommendation will be made to the City Commission for the authorization to negotiate with the top ranked firm(s). A final contract will be negotiated and executed with the Successful Proposer before commencement of any work, The City of Miami reserves the right to award to more than one firm, in the best interest of the City. The City of Miami also reserves the right to accept or reject any or all proposals, or portions thereof, or to select the proposal(s), which the City deems to be in its best interest or most advantageous. The City also reserves the right to resolicit for these services, 5 _NT BY:CITY OF M I M I 7-26-95 112100PM PROCUREMENT MGMT. " 1#1!3 Fri =rom: Ah e�`; 'omments: This page 1 of: 3 Date: I— : ! jj Ii there are any questions or d you did not receive all documents or readable copy, please call: PROCUREMENT MANAGEMENT DIVISION 300 Biscayne Boulevard Way, Suite 210 Miami., Florida 33131 Tel. No. (305) 579-6845 FAX No. (305)579-6853 n I GS1AQ 007 Rnv 11M