HomeMy WebLinkAboutR-82-0695r
RESOLUTION NO. 82- 63"'
A RESOLUTION ACCEPTING THE BID OF CARPET
SYSTEMS, INC. IN THE PROPOSED AMOUNT OF
$71,000, TOTAL BID OF THE PROPOSAL, FOR
CITY OF MIAMI/UNIVERSITY OF MIAMI JAMES
L. KNIGHT INTERNATIONAL CENTER - CARPETING;
WITH MONIES THEREFOR ALLOCATED FROM THE
CITY OF MIAMI/UNIVERSITY OF MIAMI JAMES
L. KNIGHT INTERNATIONAL CENTER & PARKING
GARAGE ACCOUNT IN THE AMOUNT OF $71,000
TO COVER THE CONTRACT COST; ALLOCATING
FROM SAID FUND THE AMOUNT OF $700 TO
COVER THE COST OF SUCH ITEMS AS ADVERTIZING,
TESTING LABORATORIES, AND POSTAGE;
ALLOCATING FROM SAID FUND THE AMOUNT OF
$2,600 TO COVER THE INDIRECT COST; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE
A CONTRACT WITH SAID FIRM
WHEREAS, sealed bids were received July 9, 1982
for CITY OF MIAMI/UNIVERSITY OF MIAMI JAMES L. KNIGHT
INTERNATIONAL CENTER - CARPETING; and
WHEREAS, the City Manager reports that the bid of
Carpet Systems, Inc., for the total bid of the proposal, is
the lowest responsible bid, and recommends that a contract
be awarded to said firm; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 9353, as amended, was adopted on November 19,
1981, and monies are available for the proposed amount of
the contract, project expense, incidentals, and indirect
cost from the account entitled City of Miami/University of
Miami James L. Knight International Center & Parking Garage,
as set forth under Section X.B.1, of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA:
CITY COMMISSION
MEETING OF
JUL 2 2 1982
savin... ........ I ................
a T
Section 1, The July 9, 1982 bid of Carpet Systems,
Inc., in the proposed amount of $71,000, for the project
entitled CITY OF MIAMI/UNIVERSITY OF MIAMI JAMES L. KNIGHT
INTERNATIONAL CENTER - CARPETING, for the total bid of the
proposal, based on lump sum prices, is hereby accepted at the
price stated therein.
Section 2. The amount of $71,000 is hereby allocated
from the account entitled City of Miami/University of Miami
James L. Knight International Center & Parking Garage to
cover the cost of said contract.
Section 3. The additional amount of $700 is hereby
allocated from the aforesaid fund to cover the cost of such
incidental items as advertising, testing laboratories, and
postage.
Section 4. The additonal amount of $2,600 is hereby
allocated from the aforesaid fund to cover the indirect cost.
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami with
Carpet Systems, Inc. for CITY OF MIAMI/UNIVERSITY OF MIAMI
JAMES L. KNIGHT INTERNATIONAL CENTER - CARPETING, total bid
of the proposal.
PASSED AND ADOPTED this 22nd day of July ,
1982.
Maurice A. Ferre
M A Y 0 R
ATTEST:
Act ng City Clerk
PREPARED AND APPROVED BY: ZAP CORRECTNESS:
Deputy City Attorney CAttorney
100 �
ut4i
Howard V. Gary
City Manager
Donald W. Cather
D ctor of u 'c orks
July 9, 1982 �1' `B-3148-V-'
CITY OF MIAMI/UNIVERSITY OF
MIAMI JAMS L. KNIGHT INTER-
NATIONAL CENTER - CARPETING
Resolution Awarding Contract
(For Commission Meeting of
July 22, 1982)
The Department of Public Works and the
Conference & Conventions Department
recommend adoption of the resolution
accepting the bid received July 9, 1982
of Carpet Systems, Inc. in the amount
of $71,000; and authorizing the City
Manager to enter into a contract on
behalf of the City of Miami for the CITY
OF MIAMI/UNIVERSITY OF MIAMI JAMES L. KNIGHT
INTERNATIONAL CENTER - CARPETING
Bids were received July 9, 1982 for installing carpeting
and carpet tile at the convention center. This project had
originally been received as part of the Finishes & Millwork
Contract, but was rejected upon recommendation of the designer
in order to upgrade the specified carpeting. Invitations to
bid were sent to prospective bidders who previously showed
interest in participating in the process.
As reflected in the tabulation of bids, the $71,000 bid of
Carpet Systems, Inc. is the lowest responsible bid for total bid
of the proposal.
Funds have been allocated under the City of Miami/University
of Miami James L. Knight International Center & Parking Garage
Account for the estimated amount of the contract, for such
items as advertising, postage, and for indirect cost.
~E�az
Resolution attached
CITY OF MIAMI/UNIVERSITY OF MIAMI
JAMES L. KNIGHT INTERNATIONAL CENTER - CARPETING
JOB NO. B-3148-V-3
CONTRACTOR'S FACT SHEET
{
I. Carpet Systems, Inc.
630 N.W. 113 Street
Miami, Florida 33168 Phone: 751-9756
II. Principals:
Jasper Williams, President
Leonard Cerecedo, Secretary
III. Contractor is property licensed and insured.
IV. Subcontractors: Decor Carpet Systems
V. Experience: 12 years
City of Miami/University of Miami
Tames L. Knight International Center
Lindsey Hopkins
VI. Not minority contractor
$298,000
63,000
VII. 3 Advertisements mailed out by regular mail
5 Contractors picked up plans and specifications
2 Contractors submitted bid
July 12, 1982
82-(iO%,j
i
yyLD AWARD FACT SHEET
"r'or The City Manager
PROJECT i1Ai,IE AND LOCATION CITY CITY OF MIAMI/UNzVERSITY OF MIAMI JAMES
L. KNIGHT INTERNATIONAL CENTER -
CARPETING at 400 S.E. 2 Avenue
PROJECT SCOPE Install carpeting and carpet tile at
the new convention center
i,dlltlu�n E'S71.'IATED C'0,,ST'R CT10,I COSTL $709000
DATE BIDS RECEIVED July 9, 1982
NU?i3 R OF BIDS RECEI FED 2
NAi•I OF LOJ BIDDER Carpet Systems, Inc.
AiIOUIIT OF LOW BID $719000
TOTAL FUNDS TO BE ALLOC TED
Cc:::* a : . 71,000
Project Expense:
Incidentals: 700
7.1 -70a
W ,
Total $ 741,300
LE'lu"TH OF TI," ALLO''= FOR CC.ISTRUCTION
On or before September 15, 1982
SOURCE OF FU;IDS C.I. Ord. 9353, .Item X.B.I.
City of Miami/University of Miami James
L. Knight International Center & Parking
Garage)
Form P;d m 38') 1/81
Prepared by: Eugene M. Pelaez
Date: July 12, 1982 r-
m
TABULATION OF BIDS FOR
CITY OF MIAM11"UNIVERSITY OF MIAMI JANES L.KNIGHT INTERNATIONAL CENTER Carpeting
Bidder
Carpet Systems
Duffy & Lee Co.
Licensed 6 Insured as Per City Code S M-effo Ord,
Y
Y
A No A,,.,.ey IT IS RECOMMENDEID THAT a contract be awarded to
0 — No All,ao— as to C.pool e at Bo,,d.ng Cor,,pa,,y Carpet Systems, Inc., for the base bid of the
E
CID SECURITY
11EM City of Miami/U, of M. James L. Knight
International Center - Carpeting
CAtE 6103 RErEtVEt)_ July _9, 1982
TYPE Of SECURITY
�tOOER
TOTAL.
AXOUNT
Carpet Systems, Inc..
630 N. W. 113 Street
Miami, Florida 33168
$71,000.00
5�
BB
Duffy .end Lee Company.
3370 S. W. 13th Avenue
Ft. Lauderdale, FLorida 33315
$84,721.00
5%
BB
��c�t•� �� �1►�r�� Mrwtkt►� sIMRk� tint• ray �1 ���
a City OF MiAMI, L i liA
REQUISITION FOR OUANtl" t111€a#I18009 0t0A tMtNt
ADVERTISEMENT FOR BIDS REQUIREMENts PON MQNtNt
RECEIVED r�
82 JUN 25 PM 2
L j' Rntph G. ong
DEPTIDIV Ftubl � Warke City Clerk
DATE DATE DATE DATE DATE DATE
ACCOUNT cooE Project'�4?_�0�.� iCi�4l��lll�rM, +���_��,
Q BID N0. 81-$z-1.1-1. DATE 6/14/h2
C) PREPARED BY flenx Polatez PHONE_ 6856 AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT
z
CODE ITEM DESCRIPTION QUANTITY PRICE AMT. BIDS TO BE SECURED FOR
3 `'? {-} 1,`13 �, y � r��+ a to {' p� ` t y� c T � e Trp
2�I �!l[-]l O 1fTA).,IA/a,}?'ElV)7,fkSlTY l..A.. Y Or
t'F MIk"ll JAIES 1, KNZ1,11T OF '.,TTA ;I J-z12=R:S ? . KNTiG I'L
INT RNATIi3t1At z lErT ER - T:,TFRMATl0'ZAI., t'rj -JTZR. -•
CAR M-TUY.' CA V 77r r i,,
i7
FOR THE DEPARTMENT OF:
H-3148-`,,• ,3
ADVERTISE ON
L"!C' .wta
BIDS TO BE RECEIVE
TOTAL
Tu;,y L7, :L�;- :�,
i
\2; 'iOl p•Tr•/
ESTIMATED COST :
,. ,_I
APPROVED
BY:
CONTRACTUAL: $
INCIDENTAL. '$
No
DIRECTOR OF ISSUING DEPARTMENT
'
Irf:f, Exp. .f.t��7iR _,6(I
0
TOTAL $ l3,-4(1b
CONVF"7110N CFIr-rER B-OND
^
SOURCE OF FUNDS:
7u br lillud in by
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE _ _ AD CODE
(.Ol'lliS TO: llurrhasing (Org,) — City Manager — City (Jerk—!:xpojdilure Control — tssaing Department — Otber Allected Deparfteint
f UHM NO IC43 REV 74 WHITE GREEN PINK CANARY BLUE GOLDENROD /(��
j (f ] _,/
Bid No. 81-82-111
'ADVERTISEMENT FOR BIDS
Sealed bids for the CITY OF MIAMINNIVERSITY OF MIAMI JAMES L. KNIGHT
INTERNATIONAL CENTER - CARPF �,rAj1 be received by the City Manager
and the City Clerk of The . o� Miami, Florida at_-- 0_p.m. on the
9th day__of_Jul_y, 1.98Z in the City Cler 'ts office, first floor of
t�FieTMiami City Hall, 3500 njt�mWi#ioln Vrive, Dinner Key, Miami,
Florida 33133, at whiW and place they will be publicly opened
and read.
This project consists of furtabhl'W t�d. installing carpet tile and car-
peting for the City of Mi�ty�yhk%Tsity of Miami James L. Knight
International Center, located at 400 S.E. Second Avenue, Miami,
Florida, which is under construction on the north bank of the Miami
River between S.E. First Avenue and S.E. Second Avenue.
All bids shall be submitted in accordance with the Instruction to
Bidders and Specifications. Plans and specifications may be obtained
from the office of the Director, Department of Public Works, 275
N.W. 2 Street (4th floor), Miami, Florida. Plans and specifications
are to be returned in good condition and unmarked within 10 days
after bids have been received.
Those minority or target area contractors/small businesses interested
in submitting bids are advised to contact Contractors Training and
Development, Inc., 5800 N.W. 7 Avenue, Suite 212, telephone (305)
754-4903, if they require assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications contain
provisions for licuidated damages for failure to complete the work on
time.
Contractors and subcontractors shall be required to comply with the
provisions of Section 3 (Federal Regulations ) which require that all
developers, contractors, and subcontractors create feasible
opportunities to employ and train residents in the area of the project
to businesses located in, or owned in substantial part by persons
residing in, the area of the project,
s The City Commission reserves the right to waive any informality in
any bid, and the City Manager may reject any or all bids and
readvertise.
If any technical nuestions arise pertaining to the plans and technical
specifications Burin- the bidding period, the bidder should call
Ferendino/r-rafton/Spillis/Candela at (305) 444-4691 (attn. Henry Kurz)
or call the Project Director at (305) 579-6024 (attn. Allan Poms).
Any questions pertaining to construction scheduling and coordination,
call the Construction Manager at (305) 358-2277 (attn. Allen Lubitz). --
Howard V. Gary
City Manager
c
Bid No. 81-82-111
``ADVERTISEMENT FOR BIDS
Sealed bids for the CITY OF MIAMI/UNIVERSITY OF MIAMI JAMES L. KNIGHT
INTERNATIONAL CENTER - CARPETING will be received by the City Manager
and the City Clerk of The City of Miami, Florida at 2:00 p.m. on the
9th day of July, 1982 in the City Clerk's office, first floor of
the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami,
Florida 33133, at which time and place they will be publicly opened
r
and read.
This project consists of furnishing and installing carpet tile and ear-
peting for the City of Miami/University of Miami James L. Knight
International Center, located at 400 S.E. Second Avenue, Miami,
Florida, which is under construction on the north bank of the Miami
River between S.E. First Avenue and S.E. Second Avenue.
All bids shall be submitted in accordance with the Instruction to
Bidders and Specifications. Plans and specifications may be obtained
from the office of the Director, Department of Public Works, 275
N.W. 2 Street (4th floor), Miami, Florida. Plans and specifications
are to be returned in good condition and unmarked within 10 days
after bids have been received.
e`
Those minority or target area contractors/small businesses interested
in submitting bids are advised to contact Contractors Training and
Development, Inc., 5800 N.W. 7 Avenue, Suite 212, telephone (305)
754-4903, if they require assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications contain
provisions for licuidated damages for failure to complete the work on
time.
Contractors and subcontractors shall be required to comply with the
provisions of Section 3 (Federal Regulations ) which require that all
developers, contractors, and subcontractors create feasible
opportunities to employ and train residents in the area of the project
to businesses located in, or owned in substantial part by persons
residing in, the area of the project.
The City Commission reserves the right to waive any informality in
any bid, and the City Manager may reject any or all bids and
readvertise.
If any technical questions arise pertaining to the plans and technical
specifications during the bidding period, the bidder should call
Ferendino/r-rafton/Spillis/Candela at (305) 444-4691 (attn. Henry Kurz)
or call the Project Director at (305) 579-6024 (attn. Allan Poms).
Any questions pertaining to construction scheduling and coordination,
call the Construction Manager at (305) 358-2277 (attn. Allen Lubitz).
Howard V . Gary 196-
City Manager --
j6.
(- 115,