Loading...
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,