Loading...
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