Loading...
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