HomeMy WebLinkAboutR-83-0602J--83-553 0
RESOLUTION NO._`S3-6Qi%_,
A RESOLUTION ACCEPTING THE BIDS OF' INTERAMERICAN
ENGINEERS AND CONTRACTORS CORPORATION FOR 28
ITEMS OF OFFICE FURNITURE AT A TOTAL COST OF
$23,290.15, THOMAS W. RUFF AND COMPANY FOR 6
ITEMS OF OFFICE FURNITURE AND 11 WORKSTATIONS
AT A TOTAL COST OF $46,265.00, AND LONG'S
OFFICE SUPPLY COMPANY FOR 77 ITEMS OF OFFICE
FURNITURE AT A TOTAL COST OF $20,308.75 FOR THE
DEPARTMENT OF CONFERENCES AND CONVENTIONS AT A
TOTAL COST OF $89,864.40; ALLOCATING FUNDS
THEREFOR FROM THE 1980 CITY OF MIAMI CONVENTION
CENTER AND PARKING GARAGE REVENUE BOND I'UND;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
PURCHASING AGENT TO ISSUE PURCHASE ORDERS FOR
THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received June 9, 1983 for the furnishing of 122 Items of Office
Furniture and Workstations to the Department of Conferences and
Conventions; and
WHEREAS, invitations were mailed to 78 potential
suppliers and 4 bids were received; and
WHEREAS, funds for this purchase are available in the
1980 City of Miami Convention Center and Parking Garage Revenue
Bond Fund; and
WHEREAS, this equipment will be used by the Department
of Conferences and Conventions for the purpose of providing new
furnishings for the nearly completed City Offices at the Miami
Convention Center; and
WHEREAS, the City Manager and the Director of the
Department of Conferences and Conventions recommend that the bids
received from Interamerican Engineers and Contractors Corporation,
Thomas W. Ruff and Company, and Long's Office Supply 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 June 9, 1983 bids of Interamerican
Engineers and Contractors Corporation for 27 Items of Office
Furniture at a cost of $23,290.15, Thomas'W. Ruff and Company for
CITY COMMISSION
MEE'I'ING OF
JUL 18 10
RESOI t1110N Nj. f 3Paz
REMARKS.
lb
6 Items of Office Furniture and 11 Workstations at a cost of
$46,265.50, and Long's Office Supply Company for 77 Items of
Office Furniture at a cost of $20,308.75forthe Department of
Conferences and Conventions at a total cost of $89,864.40 are
hereby accepted with funds therefor hereby allocated from the
1980 City of Miami Convention Center and Parking Garage Revenue
Bond Fund.
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 18th day of July 1983.
ATTEST:
RALPH G. ONGIE, CITY CttRK
PREPARED AND APPROVED BY:
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
SE. R. GARCIA-PEDROSA
ITY ATTORNEY
Maurice A. Ferre
MAURICE A. FERRE
M A Y O R
83-602►
AWARD OF BID
Bid No. 82-83-75
ITEM: 122 Items of Office Furniture and
Workstations
DEPARTMENT: Conferences and Conventions
TYPE OF PURCHASE: Single Purchase
REASON: New Equipment for soon -to -be completed
City Offices of the Miami Convention
Center
POTENTIAL BIDDERS: 78
BIDS RECEIVED: 4
TABULATION: Attached
FUNDS:
BID EVALUATION:
1980 City of Miami Convention Center
and Parking Garage Revenue Bond Fund.
Non -responsive bids were received from
Southeast Office Interiors and Camilo
Muebles, Inc. both failing to provide
bid security as required.
The following low bids received were deter-
mincd unacceptable by the department for
the reasons given:
Item 16 - Lateral File: The low bid of
Thomas Ruff and Company is for a 30"
cabinet, in lieu of the 36" specified.
Item 20 - Telephone Table: While the low
bid of Richard Plumer Interior Design meets
the specifications for this requirement,
the item must match that awarded for item
18 (low bid by Interamerican). The re-
commended award for these two items, to
Interamerican Engineers and Contractors
Corp., affords a savings of $207.71 over
an award to Richard Plumer.
Item 21 - Dictionary Stand: The low bid
Richard Plumer Interior Design is not re-
commended for failure to meet specified
physical space requirements.
All other bids conform to the specifica-
tions and the low bidders are recommended
in all but the above instances. Inter-
american Engineers and Contractors Corp.
is registered as a Hispanic Business, in
accordance with the Minority Vendor Pro-
curement Program.
Following is an analysis of the invitation
to bid:
Page 1 of 3
83--6021.
l
i
Catego-Ky
Prior Bidders
Black American
Hispanic American
Non -Minority
New Bidders
Black American
Hispanic American
Non -Minority
Courtesv Notifications
l t xi , n i ql ,,
Non -Responsive Bids
Totals
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
6 2
4 0
15 1
53 1
4 -0-
- 17
2
82 23
Reasons for "No Bid" were as follows:
1. "Do not handle any of the manufacturers specified."
2. "We manufacture only office partitions without worksurfaces."
3. "Do not carry these models." (Hispanic Business)
4. "Do not manufacture material that is specified."
5. "Do not have a product to meet specifications."
6. "We decline to bid at this time."
7. "Cannot comply with specifications."
8. "The furniture manufacturer is bidding directly." (Black Business)
9. "We only provide furnishing to the international market and do
not have adequate facilities to participate in this opportunity."
10. "Unable to submit a bid at this time."
11. "Not enough time to prepare."
12. "Unable to purchase specified lines."
13. "Inadequate time to complete the bid materials."
14. "Financial problem preclude bidding at this time." (Hispanic
Business)
15. "Cannot meet specifications at this time."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE
TO INTERAMERICAN ENGINEERS AND CONTRACTORS
CORPORATION IN THE AMOUNT OF $23,290.15,
THOMAS W. RUFF AND COMPANY IN THE AMOUNT OF
$46,265.50, AND LONG'S OFFICE SUPPLY COMPANY
IN THE AMOUNT OF $20,308.75,FOR A TOTAL
AWARD OF $89,864.40.
'r
L. -�'��' � 1 • � � v7-•G ti.� c t�-- F
Purchasing Agent
Cs
ate
Page 2 of 3
83-602
0t
P
The above award meets the requirements of the Department of -
Conferences and Conventions, and approval is recommended.
Director
Date
page 3 of 3
83-602.
14 TABULATION OF BIDS -FOR
41
C,tv %onesw. CIPY Clerk
96ce, .14 bv
of 44. or".. Por, do a
W C.ry C--C, A04-1-i Ord. I �_Ak J(
L:
1-;1- C, " " �
Una Unit Uvw L;ma
No. OESCVIPT OK Total T*tzf Um. I
ca c a P"Ce
_-Tr
t�� 4-
tic"!} k`, C
5,51 '1;
t-
r4A7
/r) A A c T, T
_tAT
S_; I
Alc�l 2 �14
-T,
4
A
14
-74
A 4
11C
A
L
-7L4 K P
/ — ,
7L L
f
C71 A, Lr
--- _ L_ - '-->
2c. -
— — -----------
77
3:
k3g� IE�j Mb 46
.1 J44 f-17
. . ........
CITY OF MIAM1. FLORIDA
114 INTER -OFFICE MEMORANDUM
Ct�E.
"O Howard V. Gary DATE June 24, 1983
City Manager SUBJECT Bid Award: Bid No. 82-83-75,
1 Office Furnishings for the
Convention Center
PROM C. Dean Hofineister, Exe2i Dir. REFERENCES: (For Commission Meeting
City of Miami/University of Miami of July 18, 1983)
James L. Knight Intl. Center ENCLOSURES Award of Bid, Resolution and
TAhu l Ai- i nn___
It is recommended that contracts be awarded
to Interamerican Engineers and Contractors
Corp. for Items No. 1, 8, 8A, 9, 9A, 10, 10A,
11, 12, 13, 13A, 14, 18 and 20 of Bid No.
82-83-75 in the total amount of $23,290.15;
and to Thomas W. Ruff and Co. for Items No.
19, 22, 23, 24 and 25 of Bid No. 82-83-75 in
the total amount of $46,265.50; and to
Long Office Supply Co. for Items No. 2, 3,
4, 5, 6, 16, 17 and 21 of Bid No. 82-83-75
in the total amount of $20,308.75; to provide
fupis i-n s for t e City Offices of the Miami
Convention Center, as per the attached resolution.
New spaces are being developed in the City of Miami/University
of Miami James L. Knight International Center (Miami Convention
Center) for the Conferences and Conventions Department and the
Miami Convention Bureau. These bids were received to provide the
furnishings for these offices. These furnishings include
24 desks, 76 chairs, 4 credenzas, 10 tables and 7 filing cabinets.
The total cost of this furniture is $89,864.40, and it will be
funded from proceeds of the Convention Center and Parking Garage
Revenue Bond Fund.
83-6021,
AWARD OF BID
Bid No. 82-83-75
ITEM: 122 Items of Office Furniture and
Workstations
DEPARTMENT: Conferences and Conventions
TYPE OF PURCHASE: Single Purchase
REASON: New Equipment for soon -to -be completed
City Offices of the Miami Convention
Center
POTENTIAL BIDDERS: 78
BIDS RECEIVED: 4
TABULATION:
FUNDS:
BID EVALUATION:
Attached
1980 City of Miami Convention Center
and Parking Garage Revenue Bond Fund.
Non -responsive bids were received from
Southeast Office Interiors and Camilo
Muebles, Inc. both failing to provide
bid security as required.
The following low bids received were deter-
mined unacceptable by the department for
the reasons given:
Item 16 - Lateral File: The low bid of
Thomas Ruff and Company is for a 30"
cabinet, in lieu of the 36" specified.
Item 20 - Telephone Table: While the low
bid of Richard Plumer Interior Design meets
the specifications for this requirement,
the item must match that awarded for item
18 (low bid by Interamerican). The re-
commended award for these two items, to
Interamerican Engineers and Contractors
Corp., affords a savings of $207.71 over
an award to Richard Plumer.
Item 21 - Dictionary Stand: The low bid
Richard Plumer Interior Design is not re-
commended for failure to meet specified
physical space requirements.
All other bids conform to the specifica-
tions and the low bidders are recommended
in all but the above instances. Inter-
american Engineers and Contractors Corp.
is registered as a Hispanic Business, in
accordance with the Minority Vendor Pro-
curement Program.
Following is an analysis of the invitation
to bid:
Page 1 of 3
8a-602t
or' dir"
AWARD OF BID
Bid No. 82-83-75
ITEM: 122 Items of Office Furniture and
Workstations
DEPARTMENT: Conferences and Conventions
TYPE OF PURCHASE: Single Purchase
REASON: New Equipment for soon -to -be completed
City Offices of the Miami Convention
Center
POTENTIAL BIDDERS: 78
BIDS RECEIVED: 4
TABULATION: Attached
FUNDS: 1980 City of Miami Convention Center
and Parking Garage Revenue Bond Fund.
BID EVALUATION: Non -responsive bids were received from
Southeast Office Interiors and Camilo
Muebles, Inc. both failing to provide
bid security as required.
The following low bids received were deter-
mined unacceptable by the department for
the reasons given:
Item 16 - Lateral File: The low bid of
Thomas Ruff and Company is for a 30"
cabinet, in lieu of the 36" specified.
Item 20 - Telephone Table: While the low
bid of Richard Plumer Interior Design meets
the specifications for this requirement,
the item must match that awarded for item
18 (low bid by Interamerican). The re-
commended award for these two items, to
Interamerican Engineers and Contractors
Corp., affords a savings of $207.71 over
an award to Richard Plumer.
Item 21 - Dictionary Stand: The low bid
Richard Plumer Interior Design is not re-
commended for failure to meet specified
physical space requirements.
All other bids conform to the specifica-
tions and the low bidders are recommended
in all but the above instances. Inter-
american Engineers and Contractors Corp.
is registered as a Hispanic Business, in
accordance with the Minority Vendor Pro-
curement Program.
Following is an analysis of the invitation
to bid:
Page 1 of 3
s3--602t -
CID SECURITY
MO130 pieces of Office Furniture to Tune 9, 1.983 3:00 P.M.
pATE 610% RECEIVED—
82-83-75
TYPE OF SECURITY
i I DOER
TOTAL
AM OUN t
Interamerican Engineers and
Constructors Corp.
1451. South Miami Avenue
Broken
down
by items
57
BB
Miami Florida 33130
South Fast Office Interiors
8021 N.W. 14 Street
Miami, Florida 33126
Broken
down
by items
Done
Camilo Muebles, Inc.
4110 Laguna Street
Coral Cables, Florida 33146
Broken
down
by items
None
Thomas W. Ruff. & Co.
1160 N.W. 163 Drive
Miami, Fla 33069
Broken
down
by items
57
BB
Long Office Supply Co.
as ier s CK.
P. 0. Box 012021
Southeast Bank
Miami, Fla 33101
Broken
down
by items
$4,747.45
#716206
Richard Plumer Interior Design
Cashier's Check
155 N.F. 40th Street
Flagship Nt'l Bk
Miami, Fla 33137
Broken
down
by items
$5,171.55
of Miami
#322874
NO BID:
Litton Office Products
Hauserman
Bass Office Products
Madeliene Haddocks Assoc.
.T . Zahn & Co.
Hugh Rob'nson Inc.
H.L. Birum Corp
Office S stems of Florida, Inc.
Edgar H. Sierra
Newton Seating Co., Inc.
Stoddard OFfice Supply, Inc.
Inotec Systems, Inc.
American Seating Co.
Owens/Corning Fiverglas
Ann P. Sutherland -Showroom Manager
R�cRt�� R �•Rr Mew1691 shocks tiiR y +day of 1 Lam`
N41 11000yMTIM6 1"i1610N
�i
G�C�—
1
;Mv
Legal Advertisement
Bid No. 82-93-Z5------
Sealed bids will be received by the City Manager and City
Clerk of the City of Miami, Florida no later than
I:On P.M. June 9�1983-„ for furnishing
Approximately 130 pieces of Office Furniture to the
Department of Conferences and Conventions for the
Miami Convention Center
in accordance with detailed specifications available upon
request at the office of the Purchasing Agent, Purchasing
Division, 1145 N.W. llth St., Miami, Telephone 579-6380.
The City Manager has the power to reject all bids and re -
advertise. (Ad No. 0136).
Howard V. Gary
City Manager
REQUISITION FOR ADVERTISEMENT This m-imber must appear
!i) the advertisement.
DEPT DIV
It,
ACCOUNT CODE
DATE PHONE APPROVED 13y:
PREPARED BY
DIHEC TOR OF ISSUING DEPARTMENT
Publish the attached advertisement
Type of advertisement: legal
classified dispay
(Check One1
Size: Starting date
First four words of advertisement.
Remarks:
DO NOT TYPE BELOW THIS LINE FOR USE OF FINANCE DEPAHIMENT ONLY
LINE
PUBLICATION
DATES) OF
ADVERTISEMENT
Tj
--ZMOUNT
0
A-1
B-2
C-3
D-4
E-51
F3
F4
F5
F7
F8
Adv. Doc. Reference
F9
VENDOR
F10
F11
F12
LINE
TRANS
-----T-T—
VOUCHER
YDUE DATE Y MM DID
INDEX CODE
OBJECT
PROJECT
11
13
1 17
I I
18 1 125,34
3942
I
45
50
51 56
57 62
63 65
66 71
2
4
VIP
12
1 01
2_
1_
-
- I
218171
1
1 1
1 1
1
T21
3
4
7
8 V P 12
1214115
DESCRIPTION
36
64 DISCOUNT 69
72 AMOUNT' 80
52
TT
-TT
Approved for Payment
White - Purchasing 1CWeli I Finince Pink - Department