Loading...
HomeMy WebLinkAboutR-84-0173J=83=-1151 1i RESOLUTION NO, 4--173 A RESOLUTION ACCEPTING THE BIDS OF LITTON OFFICE PRODUCTS AT A COST OF $5,990.20 AND THOMAS W. RUFF AND COMPANY AT A COST OF $838.75 FOR FURNISHING OFFICE FURNITURE AND MODULAR WORKSTATIONS TO THE DEPARTMENT OF PUBLIC WORKS AT A TOTAL COST OF $6,828.95; ALLOCATING FUNDS 'THEREFOR FROM THE 1983-84 OPERATING BUDGET OF THAT DEPARTMENT; AUTHOR= ZZING THE CITY MANAGER TO INSTRUCT THE PURCHASING AGENT TO ISSUE PURCHASE ORDERS FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received December 9, 1983 for the furnishing of Various Items of Office Furniture and for Modular Workstations to the Department of Public Works; and WHEREAS, invitations were mailed to 36 potential suppliers and 3 bids were received; and WHEREAS, funds for this purchase are available in the 1983-84 Operating Budget; and WHEREAS, this equipment will be used by the Department of Public Works for the purpose of providing complete terminal = Workstations for the new Computer Assisted Design and Drafting System; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bids received from Litton Office Products and Thomas W. Ruff and Company be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The December 9, 1983 bids of Litton Office Products at a cost of $5,990.20 and Thomas W. Ruff and Company at a cost of $838.75 for furnishing Office Furniture and Modular Workstations to the Department of Public Works at a total cost of $6,828.95 are hereby accepted with funds therefor hereby allocated rrom the 1983-84 Operating Budget of that Department, CITY COMUSSICiiN MELTINQ OF FEB 9 Im. jxt5PtW1; #0 hi. I Section 2, That the City Manager is hereby authorized to instruct the Purchasing Agent to issue Purchase Orders for this equipment, PASSED AND ADOPTED this 9th day of February 1984. ATTEST: RALP G. ONGIE, CITY CLEAR PREPARED AND APPROVED BY! ROBERT F. CLARK DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 441*0 ' 0 lw� E R. GARCIA-PEDROSA ITY ATTORNEY • • fi Maurice A. Ferre MAURICE A, FERRE M A Y 0 R Office Furniture Modular Worksutfaces_and 11-- ---- --- -- Ibi'fe rim Nt i1i� —December 9±__9 Structural Panels -Dept, of Public Works 83-84=04 M of 51MIT Litton Office Products 5301 N.W. 37th Ave, Miami, Florida 33142 Richard I'lumet Interior Design 155 N.E. 40th Street Miami, Florida 33137 Broken down by items Broken down by items Thomas W. Ruff & Co. 1160 N.W. 163rd Drive Miami, Florida 33065 Broken down by items Acme Visible Records,Inc. Professional Business E. Unique Furnishings Ltd Made1iene__Haddotka--Assnc _ Executive Office Products Corp r K CIT`'l bor MIAN91, FLC)ft1f:3A78 IN-MA-d1 ft1d9 MItMOAANbUM 'O Howard%r. .%i�r GATE! January �, ��na.� PILE: 14�i1i1i for Public :orks (ro ;it�ut. Loom) -ROM _ =„ .. ,,, +�i REFERENCES, ! .vi::i,�.L'JiI.Y: ''eL,.Ln� of Lirector of : ublir Works January 1P?, 1908u1 5 n la �' ..i i.�lia cal��0°UPF ..': �r-:i ..i ..i •i, .C�. viltaU 1 .1 1 _�• Ji � i �-ti .� '�...li ....i lJ �J_ •-� )� ^i•Li � aa^1 'U a . �.ar .. .'A- r tin A .. tom^• n.��' 1~ .i .~.-J it �: 'A - �• 'J .. ._rri .. .. • r• ^'ilr(�y �.Z ...? J'.. .. ...� t.'.l.:r �.w:: ., • t :�i�.J .-ror'`:sns -or .v.� as oer v Ile at aC:'.c a I'eaclu,JL'Lon The Computer Assisted. Design and Drafting (",'ADD) System for the Public Works Department has been installed on temporary, bor- rowed tables, pending acquisition of the proper viorkstation equipment. While the system is operating, it is on an interim basis so as to allow its use for training. 'These bids were taken to provide the specially designed workstations for our four computer terminals and the printer. These workstations will facilitate production design work by accommodating the ergonomic needs of the operators and the support needs of the computers. The total cost of these furnishings is $6,828.95, and will be funded from previously allocated funds for the Computer System in the Capital Improvement Fund. JHO/tmk • �7_ I PM. DEPARTMENT: TYPE OF PLRC_'ciAS': REASON: POTENTIAL BIDDERS: BIDS RECEIVED: TABULATION: FUNDS : LID -VALUA2I3',i Category Prior Bidders Black American Hispanic American Non -Minority New Bidders Black American Hispanic American Non -Minority Courtesy Notifications "No Bids" Late Bids Totals AWARD 3F BIB Bid No. 83=84t04 Office Furniture and Modular Work Stations Public Works Sincle Plarchase New equipment required for Computer Assisted Design and Drafting System 36 3 Attached 1983-84 Oceratincr Budaet A!-' bids meet the szeeificati.ons . Minority articipation is indicated in the b:.d analysis and ;nder "reasons for no bid." . roil0_t12. r.g is an anal'rsis cf the i:.,;itation to bid: Number of Bid Nlumber of Invitations—MA-1—ad Resoonses 0 0 3 0 7 3 6 0 11 0 9 0 6 -0- 5 0 42 8 Reasons for "No Bids" were as follows: 1. "Cannot match specifications." 2. "Furniture requested not available through our firm." (Hispanic Business) 3. "Our distributor is bidding." (Black Business) 4. "Do not stock items requested." (Hispanic Business) 5. "Unable to manufacture steel furniture." Page 1 of 2 4wpJL3 .. 0 *0 RECOMMENDATION: IT IS RECOMMENDED THAT THt AWARD 8E MADE to t1TTON OPP= PRODUCTS IN THE AMOUNT OF $5j990,20 AND THOMAS W. RUFF AND COMPANY IN THE AMOUNT OF $838..75 FOR A TOTAL AMOUNT OF $6,828,95, Purchasing Agent -,ate The above award meets the rec:uirements of the Department of Public Icrks, and ai:pro-,.,-a'L is recor-unended. Director Date Page 2 of 2 840VIL73. . TABULATION OF BIDS FOR 3idder Acensed 38 4nsured -vs Per aid Bond Amount ore ulortties Item f,lo. 1,Y177- a0 ,2 16; s 1e A � - .r :1��r• le f /.. 1 146 FVYf&7'1 11-1 n 1, Received by thy_'stiVn City Cluck City of Miami lorido of P M. E.S.T. D G Unit 'l'r i c 9 Total Unit Price Total Unit Price Total Unit Price 114 G33.19 337.35 674.70 Y l J. 75 /77. 5 L 87. 55 161.15 9,45.75 /�"7 i8 314.7 /67.70 335.40 /4�.53 5 .1 177.43 V. /v 7. 43 55. 51 8.45 51. /5 14 1: dig /57.38 15713 147.70 / >2.7r .73 r4.73 6 ,4 40.4!' -.�5 56.73 31,73 io.46 ZPA' ��s �r' �' _,,, /��. �f� /�Z•87 /L1.87 173.55 55 • _I ��, � r'S. "�1 �L� SZ Z0.5Z 85.SD BS.�So 777.. rt1 /2 A 79 Z .5G IZ .70 757,40 1A 4 � %, 4''f . 40 / 7 .51 7/ . 44 / 84. BU 754. ZD Total I Unit Price 1,13.371 Z13.3 2o.&; -Ia.os IRREGULARITIES LEGEND A - 14o 'rower -of -Attorney 'A - flo Affidavit as io Capital t', Surplus o` Bonding Compony ,C - Connected Exi-ensions D - T, oposal Unsigned or improperly Signed or No Co►poratn Seal E Questionnaire 'Not 'Filled Uut - RG 'Improper Bid Bond IM C�nrfected Bid 'i4. z 51 IT IS RECOMMENDED THAT A laNr1eA&' ' tlE AWit C TD LIMAJ 440eg /&ac rS fOR 11015 N . HAU /5 A19 11 AND Zb IAI 7WE .4tilOVAJT of 599d.Z0 AND T</ATA. 1�,1IT/'./�t / 6 tlWARtX 17 TD 7Nt)d1A5 l*� k'dF� 1/10. OR /Tor 41S AA0. Ag 711W V TN AMU///)T D/= 1936,75 A3 TN6 ZDld65T ,'�ICEPTiIt •GF 01PDERS OA) T11656 /rej;PEC77M&' C2 Unit Total Price I 7`ottail i BID .1,3_,?4- 64 t:r'.SOLUTIGv NO, A RESOLUTION ACCEPTING THE BIDS OF UTTON OFFICE PRODUCTS AT A COST OF $5j990,20 AND THOMAS w, RUPP Aft COMPANY AT A COST OF M 8 + 7 5 FOR ruguiSHINC OFFICE F(3ANtTURE A14D mobuLAR rioRX8TATIo&8 TO THE DEPAAT tNT Of P1_3LI1- *40-KS AT A TOTAL C08T OV 86 , 829 - 95 3 ALLCCATIilIG FUNDS THEREFOR FROM THE 1933'84 OPERATING UDO-n OF THAT bEPARTMtNT; AUTHOR" Iz= THE CIT' MAi=ER TO INSTRUCT THE PURC IASI 4"5 AGE.NT TG ISSI E PURCHASE ORDERS FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were recei•.-.ad of `,aricus Items : u,: it•..lre a :d '=0 .!C� ar ;vcrks_azicns to tie Department -,Ts .R�?S , 4 n,i- rations were ;nailed to 36 potential suppliers and 3 bids were received; and N EREAS, funds for this purchase are available in the 1983-84 Operating Budget; and WHEREAS, this equipment will be used by the Department of Public Works for the purpose of providing complete terminal Workstations for the new Computer Assisted Design and Drafting System; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bids received from Litton Office Products and Thomas W. Ruff and Company be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The December 9, 1983 bids of Litton Office Products at a cost of $5,990.20 and Thomas W. Ruff and Company at a cost of $838.75 for furnishing Office Furniture and Modular Workstations to the Department of Public Works at a total cost of $6,828.95 are hereby accepted with funds therefor hereby allocated.rrom the 1983-84 Operating Budget of that Department. �'. d gedtion 2, That the City Manactet is hereby authorized to instruct the Purchasinq Al;eha-- to issue Purchase Orders for this equipnient. PASSED AND AnoPTtr) this day of. a MAURICE A, FERRE m A Y C R RALPH G. ONGIE, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLERK . DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JOSE R. GARCIA-PEDROSA CITY ATTORNEY 0 CItY 0# MIAMI. PLORIOA INttA-OFFICE M MOVIANOUM *o Howard V. Gary not December 140 1983 Ft4E: City Manager SUdiE:.': Bid Awards Bid ;Jo. 8.44-04, Office FurraiZ* in s for Public Works (Computer Room) P-MOM Donald W. Cather REFERENCES: (For Commissicn :Meeting of ro January 12, 1984) Director o l', bl�.c Works { _ �� ( ) 04CLOSURES: Award of Bldo ResolutloR and Ah 11 �- i I I ' l a t l i� Lip. i w i i Iv is recommended t.:G.`,. �cntLacts be awarded to Uv 4 C a a Offf i t •r ',l ,� . ,. a J 1 a V a'1 • .+. through 15 { ncius i*,re a,,-,d items j►'lo . 19 aid 20 of Bid ?Io. 83-34-04 in the total amount of,90.20; an3 tc '7hc-.as :,T, _ruff and Co, A. or Itens No. 1ci, 17 and 18, oi•' Bid No. 83- 84-04 in the total amount of $838.75; to provide furnishings for the Computer Room in The Department of Pubic ',lorka, as per the attached resolution. A new Computer Assisted Design and Drafting (CADD) System has been purchased by The Department of Public Works. This furniture is specially designed to hold such equipment and provide the proper working environment. These bids were received to provide these furnishings. When assembled, four complete workstations will be provided to accomodate the four terminals used by this CADD System. The total cost of these furnishings is $6,828.95, and will be fund- ed from previously allocated funds in the Capital Improvement Fund. JHO/tmk 4OW13 dItY 3F MIAMI. #l:c' k!bA INfif+ iGE MCM611Ai OUNI To Howard V. Gary - City Manager F4cM Donald W. Cather Director Zµ 1Ic.- �orka nATE, December 14, 3583 mt: SUd.Ecr. Did award: aid ;Jos 2=8u-04i Jillre �.� r:i �li;^.gs for Public Works (Computer Room) RS ERENCES-(For Commission yteeting of January 12, 15304) 04ZLOSURES, Award of bid, Resolution and It is reco%".+''.'ended tnat zc_.zracts be awarded tLitt-cn.+=++ the ough 15 inclusi-re 3 d Ita AsjNo. 1,0 and 20 of Did Nto. 8:-34-0,4 in the total amount of 5,.090.20; and to Thcmas W. _Ruff and Co. for items :30. 16, l7 a: �. 18 of Bid No. 83- 84-04 in the total amount of $838.75; to provide' furnishings for the Computer Room in The Department cf Public :,forks, as per the attached resolution. A new Computer Assisted Design and Drafting (CADD) System has been purchased by The Department of Public Works. This furniture is specially designed to hold such equipment and provide the proper working environment. These bids were received to provide these furnishings. When assembled, four complete workstations will be provided to accomodate the four terminals used by this CADD System. The total cost of these furnishings is $6,828.95, and will be fund- ed from previously allocated funds in the Capital Improvement Fund. JHO/tmk 4-w s ITEM: btPARTMIMT 1' fit: C;F MS_M POTENTIAL BIDDERS: BIDS RECEIVED: TABULATION.: .+JT. BID +n Ca.aco,v Prior Bidders Black American Hispanic American Non -Minority New Bidders Black American Hispanic American Non -Minority Courtesy Notifications "No Bids" Late Bids Totals Bid No. office Furniture and Modular Mark Stati6fts Public Works S_ngis Purchase New eauipme:it required for Computer assisted benign and Drafting System 36 3 Attached 1983-84 ocerat .N Budget bi s meet t-e sne^if-calicns. .linority .Darticinaticn is indicated in t :e bid anal si s and u: :3_ "r?3scns Fo.'^. no Aid" . ^sllc-wing is an an3'•Is's C- she in itaticn to bid: .1w-nber a� Bid Number of Invitations :-Sailed- Responses 0 0 3 0 7 3 6 0 11 0 9 0 6 -0- 5 0 42 8 Reasons for "No Bids" were as follows: 1. "Cannot match specifications." 2. "Furniture requested not available through our firm." (Hispanic Business) 3. "Our distributor is bidding." (Black Business) 4. "Do not stock items requested," (Hispanic Business) S. "Unable to manufacture steel furniture." Rage I of 2 Map iEcOMMENOATIOri : IT I8 RECOMMENDED THAT THE AWARD EE MADE TO LIT -ION o FIOE PRODUOT9 IN THE OR $5>950.20 AND THOMAS W. RUPP AND COMPANY IN THE AMOUNT OP $ 8 3 8.7 a Poll A TOTAL AMOUNT OF $60828.95. Purchasing Agent Late ar-o v e awa-d meets t::-a requi:. ements of ;.he Depart:aent of Public ''>orka. an-d aptrova- is recoc:uz:ended. Director Date Page 2 of 2 !84'" *17 TABULATION OF BIDS FOR 0,tfIC6, 1Q19N15H11V65A49 P081,16 W,6995 e .04 Cif of Miamiorldo at M. -T- Re 4 Aes Licensed A insured 45 errs ut rilies U I Unit Total Unit in Description Unit Total pr1cm Total Price — price rric" -3 /7,0 76K�� �17.40 7,70 2- ref OA4-74 §7 4�7 —tk A ,, We- 4 ,-,—)A Jlf- 11 4e 5 7. X Ar 4 it, "6 A ZV — two 14 e U61 1:7 A A' 1. 6 IRR A e fmo Power -of-Altorney Vo Affid Upilal ',a Surplus of Bonding Company aVil VS 10 �.r t(; correcfed Extene'013'• .. No corpor"14 SIVA 1pyoposal Unsigned sor Itnproperly Signed or D IE Quemionnuirmt Not Filled Out 4 ilmproper Sid Bond IN Ciartrocted Bid 14 AO—fl" p4v !t7 /41:57 .7 Unit Total 1 0.'.. IT IS RECOMMENDED THAT -A teNi, lcT nf-,115 A'r it AW 7t 59V,6,7-1� AW -mvirA wa I.W. LmI . "'Ilerpf;1131G Opp, 4 Total U!6' Total tin police