HomeMy WebLinkAboutR-82-0540RESOLUTION NO.
82-9S40-
A RESOLUTION ACCEPTING THE BID OF CARPET SYSTEMS,
INC. FOR FURNISHING APPROXIMATELY 515 SQUARE YARDS
OF CARPET TO THE DEPARTMENT OF BUILDING AND VEHICLE
MAINTENANCE; AT A TOTAL COST OF $6,902.00; ALLOCATING
FUNDS THEREFOR FROM THE 1981-82 OPERATING BUDGET OF
THAT DEPARTMENT; AUTHORIZING THE CITY MANAGER AND THE
PURCHASING AGENT TO ISSUE THE PURCHASE ORDER FOR THESE
MATERIALS.
WHEREAS, pursuant to public notice, sealed bids were received
April 30, 1982 for the furnishing of approximately 515 square yards
of carpet to the Department of Building and Vehicle Maintenance;
and
WHEREAS, invitations were mailed to 14 potential suppliers
and 11 bids were received; and
WHEREAS, funds for this purchase are available in the 1981-82
Operating Budget; and
WHEREAS, these materials will be used by the Department of
Building and Vehicle Maintenance for the purpose of replacement of
worn carpet at the Department of Community Development -Housing
Division; and
WHEREAS, the City Manager and the Department of Building and
Vehicle Maintenance recommend that the bid received from Carpet
Systems, Inc. be accepted as the most advantageous bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The April 30, 1982 bid of Carpet Systems, Inc.
for furnishing approximately 515 square yards of carpet to the
Department of Building and Vehicle Maintenance; at a total cost of
$6,902.00 is hereby accepted with funds therefor hereby allocated
from the 1981-82 Operating Budget of that department.
Section 2. That the City Manager is hereby authorized to
instruct the Purchasing Agent to issue the Purchase Order for these
materials.
PASSED AND ADOPTED this 17th day of
June
Maurice A. Ferre
M A Y 0 R
1982.
C ty Clerk --
PREEPJ RED AND APPROVED BY: AP 0 S FORM AND CORRECTNESS:
ROBERT F. CLARK GEOIffA F. KNOX, JR.
DEPUTY CITY ATTORNEY CITYkffrTORNEY
CITY COMMISSION
MEETING OE
J U N 171982
Kamm �,.82 a►4t
65
CITY OF MIAMI. FLORIDA
�11
!�, �; `, �rf��EfR+b�FICE••�`I�MEMORANDUM
TO Mr. Howard V . GaryQZ F �,lf ZS ~++ DATE
City Manager
-+
FROM
L. Mullins
urchasing Agent
May 24, 1982 FILE
SUEIJE:T Recommendation for Resolution
and Award of Bid: No. 81-82-74,
Carpet
REFERENCES
ENCLOSURES Award of Bid, Resolution
It is recommended that the award be made and a reso-
lution be passed accepting the most advantageous bid
as received from Carpet Systems, Inc. for furnishing
approximately 515 square yards of carpet at a total
cost of 56.902.00
Pursuant to public notice, sealed bids were received April 30, 1982
for furnishing approximately 515 square yards of carpet to the De-
partment of Building and Vehicle Maintenance.
Invitations were mailed to 14 potential suppliers and 11 bids were
received as listed on the Award of Bid.
Funds for this purchase are available in the 1981-82 Operating Budget.
This is a replacement of worn carpet in the Department of Community
Development - Housing Division.
The Department of Building and Vehicle Maintenance concurs with this
recommendation.
ALM:an
82"540-`
AWARD OF BID
i ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
D TT\Gf]T/TT f/TT .
TABULATION:
Bid No. 81-82-74
Furnish and Install 515 square
yards of Carpet.
Building and Vehicle Maintenance
Single Purchase
Replacement of worn carpet
14
11
BIDDERS AMOUNT
The W. P. Simpson Co. $6,220.00
American Carpet & Interiors, Inc. $6,601.00
International Purchasers of Interiors $6,736.00
Carpet Systems, Inc. $6,902.00
Dolan Enterprises, Inc. $7,145.00
Harry Rich $7,310.00
Frank M. Seiden, Inc. $7,332.00
Carpet by O'Malley $7,587.00
Franklin Carpet $8,206.00
Miami Rug Co. $8,600.00
Southeast Office Interiors $8,849.00
FUNDS: 1981-82 Operating Budget.
CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE
Depai ment of Finance
•'
BID EVALUATION: The Specifications call for the carpet yarn
to be 1/8" gauge and "4" ply for maximum wear.
The lowest bid from W. P. Simpson Co. specified
1/10" gauge yarn.
The 2nd lowest bid from American Carpet Interiors
specified "2" ply yarn.
The 3rd lowest bid from International Purchasers
of Interiors specified 1/10" gauge.
The lowest bid meeting the specifications was
received from Carpet Systems, Inc.
All other bids meet the specifications. Following
is an analysis of the Invitation to Bid:
$2'540-
CATEGORY
NUMBER OF BID
INVITATIONS MAILED
NUMBER OF
rirlor Bidders 7 6
New Bidders 4 4
Minority Bidders 3 1
Courtesy Notifications -0- -0-
"No Bids" -0-
Totals 14 11
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
CARPET SYSTEMS, INC. IN THE AMOUNT OF $6,902.00.
The Department of Building and Vehicle Mainte-
nance concurs.
Purchasing Agent
Date
C7Z-5 4 V --
SID SECURITY
1`tt:M etine at -Fire -Station -No, 6 OATS BIDS RECtIvEp- An ij 30, 12B2 0. D-AM
81-82-70
ME OF SECMTY
Bitola
TOTAL
Ali OMI
International Purchaseres of Inter ors
1871 W. Oakland Park Blvd.
Ft. Lauderdale, Fla 33311
Dolan Enterprises, Inc.
-
P. 0. Box 450606
Miami, Florida 33145
Franklin's Carpet
12620 S. W. 92 Court
Miami, Florida
Southeast Office Interiors, Inc.
8021 N. W. 14th Street
Miami, Florida 33126
Carpet by O'Malley
389 Granello Avenue
Coral Gables, Florida 33146
Harry Rich
8300 Biscayne Boulevard
.Miami, Florida 33138
Frank M. Seiden Co., Inc.
390 N. E. 67th Street
Miami, Florida 33138
Miami Rug Co.
11150 N. W. 32 Avenue
Miami, Florida 33168
Carpet Systems, Inc.
630 N. W. 113 Street
Miami, Florida 33168
American Carpet & Interiors, Inc.
2811 Hollywood Blvd.
Hollywood, Florida 33020
The W.P. Simpson Co., Inc.
P. 0. Box 327
Miami, Florida 33137
R9691984 66 ob••o r•
1
*� tiNckc tint• U r•y •1 �..■� ��...
COYMTIMC DIV51OM
City OF MIAMIt fLORIDA .
F REQUISITION FOR
41JAN1'ItY REpRItSIN1'$ DEp11RtMEW
ADVERTISEMENT FOR BIDS REQUIREMr-Nts FOR MONlr"Ill
F
L J
DEPTIDIV >uil.cl�.n ` ve'licle l4sintrnAnce
ACCOUNT CODE `' 7 0
'Q BID NO. i�l `i:l-7�) DATE 4_ 121 32
PREPARED BY l` PHONE % y '
Z
QUANTITY
UNIT
PRICE
AMT.
CODE
ITEM DESCRIPTION
Garp+sti;l^ rat Fire Station
+o
6
ca
• • m eti
c)
Ld r x
-' m E
�''-
ca
W
is a
�
W r 0 o
W 7.%
•%,
C V
N
GU
An
TOTAL
ESTIMATED COST:
CONTRACTUAL: $
INCIDENTAL: $
TOTAL $ ] . 30t.. ,,}!,
SOURCE OF FUNDS:_
To be Jillud in by
EXPENDITURE CONTROL:
APPROVED BY:
BIDS TO BE SECURED FOR
cneticp at rare StatiOtt
t.
FOR THE DEPARTMENT OF:
l,!iIIF �. Va'lic1r '!Ditltusnimnce
ADVERTISE ON
BIDS TO BE RECEIVED ON
12.
DIRECTOR OF ISSUING DEPARTMENT
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE ____ AD CODE _
GOP/ES 7'O: Purchasing (Org.) — City Manager — City Clerk—!ixpmj&lure Control — l ssrang Department — Otber AJlected Department
FORM NO. 1043- REV. 74 WHITE GREEN PINK CANARY BLUE GOLDENROD