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