Loading...
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