HomeMy WebLinkAboutM-99-02677.
CITY OF MIAMI, FLORIDA 6A
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members DATE
of the City Commission APR 19 1999 FILE
SUBJECT: Proposed Resolution
0 Wo
FROM: Donald H. Warshaw REFERENCES: Replacement of Flooring
City Manager and Carpet
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing the furnishing of carpeting from Duffy and Lee Company, a female owned, non -local
vendor, located at 3351 Southwest 13' Avenue, Fort Lauderdale, Florida, 33315, under an existing
State of Florida Contract No. 3 60-240-97- 1, until October 4, 1999.
In addition, it is also recommended that the City Commission adopt the attached Resolution, by a
four -fifths (4/5') affirmative vote of the members of the City Commission, after a duly advertised
public hearing, ratifying, approving, and confirming the City Manager's request for waiving the
requirements for competitive sealed bids and authorizing the provision of Duffy and Lee Co. for
the installation of vinyl flooring.
The total cost of the project is not to exceed $450,000. Funding is available from the Capital
Improvement Program Budget, Project Numbers 312015.299401.6.830 ($400,000) and
312025.299301.6.830 ($50,000).
BACKGROUND
The Department of Police is requesting to replace approximately 7,187 square yards of carpeting
and 3,000 square yards of flooring at the Police Department Headquarters Building. The existing
flooring is over 15 years old and due to its poor condition has become a health hazard.
Duffy and Lee Co., one of the qualified vendors awarded the State of Florida Contract No. 360-
240-97-1, was selected because of their experience and expertise in handling large institutional
flooring contracts. During the lengthy process of selecting a qualified vendor, it was brought to
our attention that vinyl flooring was not included on the state contract. Separating out this portion
of the work, and awarding it to another vendor would cause undue delay and disruption of police
operations and the job as a whole. In order for the work to be done efficiently and economically,
furniture and equipment moves must be coordinated with carpet installation, and flooring must be
jointed with carpeting seamlessly.
t 99- 267
tV.
V -
s
Based upon the low percentage (29%) of the contract award for flooring, the undue delay, and the
logistical difficulties in seamlessly installing the flooring and carpeting, the Police Department is
requesting (a) that you make a finding that it is not practicable or advantageous to the city to award
the flooring contract to a different vendor and (b) that you recommend to the City Commission that
the competitive sealed bidding methods be waived and (c) that the furnishing and installation of the
flooring be awarded to Duffy and Lee Co.
w
DHW:WEO:ll
�u.
99- 267
11
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Donald H. Warshaw � r, r- 1 ,•
TO: City Manager DATE: , " .. v. •_ FILE
SUBJECT: Police Department Carpeting
And Flooring
FROM: William E. O'Brien REFERENCES:
Chief of Police
ENCLOSURES:
During 1998, the police department began the lengthy process of replacing the existing carpeting
and flooring throughout the building. Duffy and Lee Co., one of the qualified vendors awarded the
State of Florida contract under number 360-240-97-1, was selected because of their experience and
expertise in handling large institutional flooring contracts. This is an extensive contract involving
the installation of approximately 7,187 square yards of carpeting and 3,000 square yards of
flooring.
Since the decision to award Duffy and Lee Co. the contract for the main police headquarters
building, it has come to our attention that vinyl flooring is not included on the state contract. As
you can see by the figures above, vinyl flooring is only 29.5 % of the job. Separating out this
portion of the work, and awarding it to another vendor would cause undue delay and disruption of
police operations and the job as a whole. For the work to be done efficiently and economically,
furniture and equipment moves must be coordinated with carpet installation, and flooring must be
joined with carpeting seamlessly.
Section 18-79, entitled, "Competitive sealed bidding," of the Code of the City of Miami authorizes
the waiving of competitive sealed bidding methods when they are not practicable or advantageous.
Based upon the low percentage of the contact award for flooring, the undue delay, and the
logistical difficulties in seamlessly installing the flooring and carpeting, the police department is
requesting (a) that you make a finding that it is not practicable or advantageous to the city to award
the flooring contract to a different vendor and (b) that you recommend to the city commission that
the competitive sealed bidding methods be waived and (c) that the furnishing and installation of
flooring be awarded to Duffy and Lee Co.
PROVED
Donald . ars taw
City Manager
WEO:tjr
99- 26'7
a T
P
71.
N
TO:
Donald H. Warshaw
City Manager
FROM: William E. O'Brien
Chief of Police
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : �, FILE:
SUBJECT: Replacement of Flooring
And Carpet
REFERENCES:
ENCLOSURES:
The Police Department has verified that funds are available from the Department of Management
& Budget, for the procurement of replacement flooring and carpet, in an amount not to exceed
$450,000, from the Capital Improvement Program Budget, Project Numbers 312015.299401.6.830
($400,000) and 312025.299301.6.830 ($50,000).
BUDGETARY REVIEW AND APPROVAL
J • 9
Luie BrenKan, Interim Director
Department of Management & Budget
WEO:ll
CAPITAL IMPROVEMENT APPROVAL
Pilar Sa • -Butler, Ad mistrator
Capit mprovement Program
Department of Management & Budget
99- 267
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Walter J. Foeman DATE: FILE: LEG 7-2
City Clerk
SUBJECT: Request to Publish Notice for
Public Hearing
FROM: Major JorgmLmr'esa REFERENCES.
Commander
Business Management Section ENCLOSURES:
Please make arrangements to publish a Notice of Public Hearing for objections to the waiving of
the requirements for formal sealed bids for the fiunishing and installation of flooring service, from
Duffy & Lee Co. Attached is the advertisement.
The date and time of this public hearing will be Z at o a a.m.
;4!
APPROVED
Elvi Gallastegui-Alonso
Agenda Coordinator
JLM:ll
Attachment
h'•
CITY OF MIAMI
NOTICE TO THE PUBLIC
— A public hearing will be held by the City Commission of the City of Miami, Florida on
at a.m. in the City Commission Chambers at City Hall,
3500 Pan American Drive, Miami, Florida, for the purpose of considering a waiver of the
requirements of obtaining sealed bids for the furnishing and installation of flooring service by
Duffy & Lee Co. This item is provided by Duffy & Lee Co., at a cost not to exceed $85,000.00.
Inquiries from other potential sources of such a package who feel that they might be able to satisfy
the City's requirements for this item may contact Martin Garcia at the City of Miami Police
Department (305) 579-3491.
All interested persons are invited to appear and may be heard concerning such proposed waiver
and purchase. The hearing will be held at the time and place specified above.
Should any person desire to appeal any decision of the City Commission with respect to any matter
considered at this hearing, that person shall ensure that a verbatim record of the proceeding is
made, including all testimony and evidence upon which any appeal may be based.
Walter Foeman
City Clerk
Miami, Florida
99- 267
I
AWARDED UNDER
STATE OF FLORIDA CONTRACT NO.360-240-97-1
& WAIVING COMPETITIVE BIDDING METHODS
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
RECOMMENDATION:
AwazdUnderStateContracts
lkl.
Carpet and Flooring (Furnishing and Installation)
Police
Short Term
The existing flooring is over 15 years old at the
Department of Police Headquarters Building and
due to its poor condition, it has become a health
hazard.
It is recommended that award be made to Duffy
and Lee Company for the purchase and
installation of carpet, awarded under State of
Florida Contract No. 360-240-97-1; in addition,
waiving the requirements for competitive sealed
bidding methods and authorizing the purchase
and installation of flooring from Duffy and Lee
Company based upon a written finding by the
City Manager that it is not practicable or
advantageous to the City to award the flooring
contract to a different vendor.
99- 267