HomeMy WebLinkAboutR-84-1374n
A RESOLUTION',,ACCEPTING THE BID OF LITTON
OFFICE PRODUCTS CORP. (L.O.P.C./JOYCE) FOR
FURNISHING MODULAR AND FREE-STANDING OFFICE
FURNISHINGS;— INCLUDING ALL LABOR AND
MATERIALS FOR INSTALLATION AT., THE SPECIAL
TASK FORCE OFFICE AND -,THE S.E. OVERTOWN/PARK
WEST REDEVELOPMENT OFFICE, FOR THE OFFICE OF
THE CITY MANAGER AT A TOTAL COST OF
$58,693.00,.ALLOCATING FUNDS THEREFOR FROM
THE 1984-85 OPERATING BUDGET;%AUTHORIZING THE
CITY MANAGER TO INSTRUCT THE PURCHASING
OFFICER TO ISSUE PURCHASE ORDERS FOR THIS
EQUIPMENT.
I
WHEREAS, pursuant to public notice, sealed bids were
received November 15, 1984 for the furnishing of Modular and
Free -Standing Office Furnishings, including Labor and Materials
for Installation at two (2) newly established City offices, on a
short term contract basis until final completion and acceptance,
to the Office of the City Manager; and
WHEREAS, invitations were mailed to 37 potential
suppliers and 2 bids were received; and
WHEREAS, funds for this purchase are available in the
1984-85 Operating Budget; and
WHEREAS, this equipment will be used by the Office of
the City Manager or the purpose of providing furnishings for two
(2) newly established offices located in the Coconut Grove Bank
Building and at 100 N. Biscayne Boulevard; and
WHEREAS, the City Manager and the Director of those
Offices recommend that the bid received from T.;ttr%n nff;..e
Products Corp. (L.O.P.C./Joyce) be accepted as the lowest
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The November 15, 1984 bid of Litton Office
Products Corp. (L.O.P.C./Joyce) for furnishing Modular and Free
Standing Office Furnishings, including all Labor and Materials
for Installation at the Special Task Force Office and at the S.E.
CITY C4Mj
MEETIF c;
DEC 18 1954
{ TIOAI N84*w374 4
Overtown/park West Redevelopment Office, for the Office of the
City Manager at a total proposed cost of $58,693.00 is hereby
accepted with funds therefor hereby allocated from the 1984-85
Operating budget of that Office.
Section 2. That the City Manager is hereby authorized
to instruct the purchasing Officer to issue Purchase Orders for
this equipment.
PASSED AND ADOPTED this 13th day of DECEMBER , 1984.
T:
PH G. ONGIE, CITY CLERK
PREPARED AND APPROVED BY:
ROBERT F. CLARK,
DEPUTY CITY ATTORNEY
APP
CITY ATTORNEY
AND CORRECTNESS:
MAURICE A. FERRE
MAURICE A. FERRE
MAYOR
Q4ow1374
BID SECURITY
BID 84-85-03 NOV. 15/84 2 pm
TYPE OF SzcmlTY
�IOOEK
TOTAL
VIO ?
LOPC JOYCE
BROKEN DOWN IN ITEMS
5301 N.W. 37 AVE
THOMAS W. RUFF CO
BROKEN DOWN IN ITEMS
1160 NW 163 St.
MIAMI,FL. 33169
CLASSIC STATIONERS
2141 OPALOCKA BLVD.
MIAMI,FL. 33054
NO BID
TAB PRODUCTS
4800 NW 167 ST
MIAMI,FL. 33014
NO BID
SKAGSETH BROWANT
PO BOX 524144
LT A%Sr TT 791 LL
Mn 'RTI)
n n
REQUISITION FOR ADVERTISEMENT This number must appear {
in the advertisement. i
DPEPT/DIV. P,rc1la-S na (.Luz :mac I Task Pc_)rce & OyL!r ,•wn
2540
ACCOUNTCODE 92�002—�07
DATE (k:toL*-!r. 20, 1.{ 8'4 PHONE 57`)-•(,30) APPROVED BY
PREPARED BY
;aria 1 iAjalil
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement (Xx (1)
times.
(number of times)
Type of advertisement: legal =' classified display
(Check One)
1
Size -{a 2 Starting date
First four words of advertisement: idd Nc . -,,;ill lx ....
Remarks: '13dular aux! Fr�N� tu�cl.ulcr Iiarrishinc s (o��.� :c.1/15!(:4 �:Ou
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
0, i alnl
B'2
1C) 7,3: l�itl'rl�c'
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE YY MM DD
Adv. Doc. Reference
VENDOR _
INDEX CODE
OBJECT
PROJECT
11
13
1
117
18 1 5
34 39
42 45
50
51 56
57 62
63 65
66 71
0
112
4
1
V
P
210121
1
1
1 12
8
7
1
213
4
7
8 V P 121314
15 DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT 80
5
210
0
2
0
1
White — Purchasing Green — Finance
Approved for Payment
Pink — Department
■
IP
r
LEGAL ADVERTISEMENT
BID NO. 848;�Cj
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami., Florida not later than
2:00 p.m. November 15, 1984 for furnishing
I
Nodular and Free Standing Furnishings, including Labor and
+ Materials at two City Offices - Special Projects Task Force
and S.E. Overtown/Park West Redevelopment Project.
Ordinance No. 9775 established a goal of Awarding 50% of the City's
total dollar volume of all expenditures for All Goods and Services
to Black and Hispanic Minority Business Enterprises on an equal basis.
Minority Vendors who are interested in submitting bids and who are not
registered with the City as minority vendors are advised to contact
the City Purchasing Office, 1145 N.W. 11th Street, Room 126, Telephone
579-6380.
Detailed specifications for the bid are available upon request at the
City Purchasing Office.
The City Manager may reject all bids and readvertise.
(Ad No. 2540 I
Howard V . Gary
City Manager
CITY OF MIAM1. FLORIDA
INTRO.OFFICE MEMORANDUM
f ( TO: Howard V. Gary DATE November 19, 1984
City Manager FILL: -
sunJECT: Bid Award: Bid No. 84-85-03
Furnishings for Southeast
Overtown/Park West Project & -
n;oM: ,Herbert /Bailey, Asst City Manager REFERENC[Special Projects Task Force OfV
--r-��' John Gilchrist, Asst to the City Manager or City Commission Meeting
Office of the City Manager ENCLOSURE!: of December 13, 1984
The Southeast Overtown/Park West
Redevelopment Project Office and
the Special Projects Task Force,
divisions of the Office of the
City Manager have determined a low
bidder for furnishings of these
offices. The attached proposed
resolution accepts the bid received
on November 15, 1984 from LOPC/Joyce
in the amount of $58,692.95, and
authorizes the City Manager to enter
into a contract on behalf of the City.
The Southeast Overtown/Park West Redevelopment Project Office has
relocated to existing City leased space at 100 N. Biscayne Boulevard.
Special Projects Task Force will be relocating to the Coconut Grove
Bank Building, per City Commission approval of a lease agreement. It
is necessary to purchase office furniture to furnish these divisions.
Furnishings for these two offices were combined and bid as one.
Minority bidder participation was sought by the Purchasing Division
as listed on the bidders list. Two bids and five "no bids" were
received on November 15, 1984. Neither of the two bids received are
from minority participants.
As reflected in the tabulation of bids, LOPC/Joyce is the lowest
bidder at a bid amount of $58,692.95. All items were bid by LOPC/
as specified.
The total cost of these furnishings is $58,692.95 and will be funded
previously allocated funds in the Operating Budgets of the respective
divisional offices.
Resolution attached
cc: M. Alvarez
RECOMMENDED BY:
=� rianne M. MacBe
-� Asst to the City Max
84"-1374
s
AWARD OF BID
Bid No. 84-85y-03
Imo: Free Standing and Modular Office
Furnishings (including Installation)
DEPARTMENT: Office of the City Manager
TYPE OF PURCHASE: Short-term Contract until final
completion and acceptance
REASON: New equipment required for two (2) new
offices - the Special Task Force and
the S. E. Overtown/Park West
Redevelopment Offices.
POTENTIAL BIDDERS: 37
BIDS RECEIVED: 2
TABULATION: Attached
FUNDS: 1984-85 Operating Budget
MINORITY PARTICIPATION: Bid Invitations were sent to five (5)
Black and th rteen (13) Hispanic firms engaged in Sales of
Office and Modular (systems) furniture, as located in these
sources:
1. Metropolitan Dade County Minority Vendor Directory.
2. Bidder applications on file in Purchasing
3. Previous formal bids for similar work.
4. The 1984 Blue Book Contractors Register.
A "no bid" from Classic Stationers, Inc., a Black American
business, was the on y minority response.
BID EVALUATION: Litton Office Products Corp.
L.O.P.0 Jo ce), the low bidder overall by , ,
con"ditione his bid on an "all -or -none" basis. This
precludes a split award of 7 low bid items to Thomas W. Ruff
and Co. at a potential saving of $200.00. goth SiTs meet
the specifications. Following is an analysis of the
invitation to bid:
Category
Prior Sid3ers
Black American
Hispanic American
Non -Minority
New Bidders
BMWAm`erican
Hispanic American
Non -Minority
Number of Bid
Invitations Mailed
0
4
10
5
9
9
Number of
Responses
0
0
2
Courtesy Notifications 9 8
"No Bids" - 5
Late Bids - 9
Totals
pwJL374
page I o€ 2
R8880ns for "No bid" were as follows:
I
1. "Items are not available." (Black firm)
2. Not enough information supplied to properly bid items."
3. "Did not receive bid in ample time."
j 4. "Do not have access to Steelcase equipment."
S. "Unable to manufacture non -wood items."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE TO
L.O.P.C./JOYCE (LITTON OFFICE PRODUCTS
CORP.) IN THE TOTAL PROPOSED AMOUNT OF
$58,693.00.
! Purc as ng Officer
ate
The above award meets the requirements of the Office of the City
Manager, and approval is recommended.
The Minority Procurement Officer
recommendation.
�•rector
DAte
concurs with the above
01/ fey
D to
84o-1 74
&'aqm 2 of 2
k., fY �+ ,:4: i',:'., ...:,~�: y.-.x„ •
ram'rAl&U%.A'rlOI4 OF
♦ (,a,:
v
Inn,w�Mw%`Mj��
F�4
r
rr
�errrr
owl.;i.i�irr�rrrr���
`
i
ram. �����,�'�
\•l�.
�,�,rr,,,rr '.
y y
Mum
_
-
wool