Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res. No. 155-07-12540
RESOLUTION NO.: 15 5 - 0 7 -1 2540 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER WITH LEADEX CORPORATION FOR THE REPLACEMENT OF CITY HALL'S FLOOR TILES IN AN AMOUNT OF $42,727.50 AND AUTHORIZING AN ADDITIONAL $2,272.50 CONTINGENCY FOR UNFORESEEN ISSUES FOR A TOTAL OF $45,000 TO BE CHARGED TO ACCOUNT NUMBER 001 - 1710 -519 -6440; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wishes to replace the existing flooring material along the common area (hallway and entrance) of City Hall; and WHEREAS, the floor replacement will be funded from account number 00 1 2100 519 9920 001 - 1710 -519 -6440, with account balance of $612,900 $45.000, before this request. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to issue a Service Work Order to Leadex Corporation in an amount of $45,000 to be charged to account number 001 2100 519 QQ= 001- 1710 - 519 -6440, with account balance of $612,900 $45,000, before this request. Section 2: The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this 18"' day of September, 2007. TEST: Y CLERK READ AND APPROVED AS TO FORM: rus gueredo, Nagin Gallop & Figueredo, P.A. Office of City Attorney a ' ' ► i1%3i11 (� C�' COMMISSION VOTE: 4-0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Palmer: absent Commissioner Birts: Yea Commissioner Beckman: Yea IT-1 t To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager From: W. Ajibola Balogun, REM, CFEA, Director Public Works & Engineering Department Bate: September 18, 2007 Agenda Item No.: Subject: Work Order for Replacement of City Hall Floor Tiles. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER WITH LEADEX CORPORATION FOR THE REPLACEMENT OF CITY HALL'S FLOOR TILES IN AN AMOUNT OF $42,727.50 AND AUTHORIZING AN ADDITIONAL $2,272.50 CONTINGENCY FOR UNFORESEEN ISSUES FOR A TOTAL OF $45,000 TO BE CHARGED TO ACCOUNT NUMBER 001 - 2100 -519 -9920; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to issue service work order to Leadex Corporation for the replacement of City Hall floor tile in an amount of $45,000.00. Reason/Need: In our continue effort to undertake capital improvement necessary to keep the City's present public facility (City Hall) in good condition and safe to residents that visit, it is time to replace the floor carpet in the common area (hallway, front entrance and the conference area of the City Commission Chamber) of City Hall. The proposed scope of work includes: removal of existing VCT floor tiles and the installation of porcelain tiles. We plan to "piggyback" on Miami -Dade County Public Schools' awarded bid (bid ##: 076 -EE09) for the services. Cost: $29,950.00 Funding Source: Account number 001 -2100 -519 -9920 with account balance of $512,900 before this request. Backup Documentation: ❑ Proposed Resolution ❑ Proposal submitted by Leadex Corporation ❑ Copy of Miami -Dade County Public Schools' bid (Bid #: 076 -EE09) CGC 010793 4731 S. W. 75 AVE.MIAMi, FLORIDA 33155 Leodex Corporation PROPOSAL To: City of South Miami Attn.: Mr. Rudy De La Torre Loc: City of South Miami Public Works Re.: Tate Work @ City Hall "SCOPE OF WORK': • Remove existing VCT flooring and prep floor For new the installation. o Supply and install Daltile as requested and described In proposal. Telephone 305 -256 -2028 Fax 305 - 264 -5350 September 7, 2007 S 7,087.50 $35,640.00 Total price for above work is .............................. ....................$42,727.50 Notes: Area to be worked on is as follows and was provided to us by The City of Soutli Miami. City Nall common areas, Commission Chambers and Building areas = 28009f of the and 500 if of base. Stairway = 450sf of tile, 1501f of base and 1501f of bullnose. Asbestos report and any abatement not included. All work to be done after hours and weekends. Authorized Accepted By Signature & Date Signature & Date Office of Superintendent of Schools February 1, 2006 Board Meeting of February 15, 2006 Business Operations Ofelia San Pedro, Deputy Superintendent SUBJECT: AWARD BID NO. 076 -EE09 — ELECTRICAL SIGNAGE: SUPPLY, INSTALL, AND REPAIR COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS The purpose of this bid, opened on November 8, 2005, is establish a pool of vendors, to furnish all labor, supervision, equipment and materials necessary, to install and repair electrical signage and related items, at various Miami -Dade County Public Schools facilities, for Maintenance Operations. This is a term bid. Throughout the term of the bid, as the need arises, the awarded vendors will be requested to submit proposals for any single job exceeding the quotation threshold. Of 163 vendors sent bid forms or card notices of this advertised bid, 11 responded, with 9 bids meeting specifications and 2 no bids. Approximately 102 school sites .have reported signage repairs and /or replacements, to the Office of Risk and Benefits Management, as a result of Hurricane Wilma. The recommended award amount reflects estimated expenditures required to service storm - damaged signs. Fund Source MNVBE Eligibility 0100 - General None RECOMMENDED: That The School Board of Miami -Dade County, Florida, AWARD Bid No. 076 -EE09 -- ELECTRICAL SIGNAGE: SUPPLY, INSTALL, AND REPAIR, to establish a pool of vendors, to furnish all labor, supervision, equipment and materials necessary, to install and repair electrical signage and related items, at various Miami --Dade County Public Schools facilities, for Maintenance Operations, during the term of the bid, effective February 15, 2006, through February 14, 2007, as follows: Page 1 of 3 Ewal ACOLITE CLAUDE UNITED SIGN COMPANY, INC. 540 WEST 83 STREET HIALEAH, FL 33014 OWNER: PAUL J. YESBECK, PRESIDENT 2. ALL TROPICAL SIGNS AND SERVICES, INC. 7675 WEST 2 COURT HIALEAH, FL 33014 OWNER: ALEC BLOTNICK, PRESIDENT 3. ANIMATED DISPLAY SYSTEMS, INC. D. B.A. AD SYSTEMS 10030 AMBERWOOD ROAD, #9 FORT MYERS, FL 33913 OWNER: JAMES C. THOMAS, PRESIDENT 4. ART SIGN COMPANY, INC. 835 N.W. 6 AVENUE FORT LAUDERDALE, FL 33311 OWNER: JOSEPH C. DILLARD, PRESIDENT 5. BENGIS SIGNS, INC. 7447 N.W. 48 STREET MIAMI, FL 33166 OWNER: JOEL SERKES, PRESIDENT 6. ECONOMY SIGNS 7220 N.W. 1 COURT MIAMI, FL 33150 OWNER: ROLDAN ISERN, JR., PRESIDENT 7. GAMMA TECH ENTERPRISES, INC. 20725 N.E. 16 AVENUE, #A -33 MIAMI, FL 33179 OWNER:_ LAURA,HAZEL 8. J.M. STEWART CORPORATION 2201 CANTU COURT, SUITE 218 SARASOTA, FL 34232 OWNER: EBSCO INDUSTRIES J. T. STEPHENS, PRESIDENT Page t ©f3 OSP /Ija 9. ROBSON CORPORATION 2231 WHITFIELD PARK LOOP SARASOTA, FL 34243 OWNER: GARY F. DINSDALE, PRESIDENTIC.E.O. 10. Authorize Procurement Management Services to purchase up to the total estimated amount of $500,000. Page 3 of 3 Page 11 of 12 TAB SHEET 044 -FFIG Public Opinion Survey of the 12/14/2005 School Board of Miami -Dade County, Florida A pre -bid conference ITEM 1/18/2006 Terminate October 4, 2005; will be held 10:00am to 12:00pm ITEM ITEM Thursday, October School Board Contract 18, 2005 at 2:00pm Auditorium, located Extended 066 -EE04 In Maintenance Awarded Zipped Files 076 -EE09 11/8/2005 ELECTRICAL SIGNAGE: SUPPLY Operations Trainin Room, 12525 NW 2 Contract ITEM 33132 INSTALL, AND REPAIR Avenue, Miami, Extended /15/2006 Florida. Extension (4) Available Addendums Financing of Equipment Acquired 051 -FF10 1/10/2006 Under Master Lease Awarded ITEM Agreement 2/15/2006 Awarded ITEM 016 -FF02 11129/2005 Germicidal Detergent Contract Extended 2/15/2006 Extension 043 -EE05 8/1fi/20D5 Medical, Safety and Protective Awarded ITEM Products 2/15/2006 A Prebld Conference will be held on Friday, December 16, 2005, at 10:00 a.m., Cabinetry and Incidental located in the ITEM 042 -FFOi 1/5/2006 Milwork Procurement Awarded 2/15/2006 Management Conference Room 351, 1450 N.E. 2 Avenue, Miami, FL 33132. I ITEM 031 -FF02 11/15 /2005 Floor Finish Remover Awardpri 7/75 /7nnA TAB SHEET 044 -FFIG Public Opinion Survey of the 12/14/2005 School Board of Miami -Dade County, Florida (1) Awarded Available Addendums ITEM 1/18/2006 Terminate October 4, 2005; Terminate 10:00am to 12:00pm ITEM ITEM 039 -EEOS 3/24/2004 Musical Instruments School Board Contract 1/18/2006 Auditorium, located Extended 066 -EE04 at 1450 NE 2nd Zipped Files 11/17/2005 COMPUTERS: CLASSROOM & Avenue, Miami, FL Rejected ITEM Revised ADMINISTRATIVE 33132 1/18 /2006 (1) Available Addendums 034 -FF02 11/15/2005 Printing of Student Case Management Forms (1) Awarded Available Addendums ITEM 1/18/2006 Terminate Terminate items *0 - 54 ITEM ITEM 039 -EEOS 3/24/2004 Musical Instruments Contract 1/18/2006 Extended Extension 018 -FF10 11/29/2005 REQUEST FOR PROPOSALS FOR Awarded ITEM CONSULTING SERVICES, 1/18/2006 liffn•I /nrnriiri rnant rlarle oohnnle nPt/hirlenl /A CPAnr mrfi."A A aen Q11 I'7f)117 GM20OI13 CITY OF SOUTH MIAMI Fiscal Year 2007 Account Balance Inquiry Account number . . . . 1- 1710 - 519.64 -40 Fund . . . . . . . . . 001 GENERAL FUND Department .. 17 PUBLIC WORKS Division 10 BUILDING MAINTENANCE Activity basic . . . . 51 GENERAL GOVERNMENT ,Sub activity . . . . . 9 MOBLEY BUILDING- MAINTENCE Element . . . . . . . 64 BLDG- MACHINERY & EQUIPMNT Object . . . . . . . . 40 CAPITAL IMPROVEMENTS Original budget . . . . . . . . Revised budget . . . . . . . . Actual expenditures - current . Actual expenditures - ytd . . . Unposted expenditures . . . . . Encumbered amount . . . . . . . Unposted encumbrances . . . . . . Pre - encumbrance amount . Total expenditures & encumbrances: Unencumbered balance . . . . . . . F5= Encumbrances F7= Project data F10= Detail trans F11 =Acct activity list 441) 9/21/07 16 :28:10 0 45,000 09/21/2007 .00 .00 .00 .00 .00 .00 .00 0.0% 45,000.00 100.0 F8=Misc inquiry F9 =Misc update F12= Cancel F24 =More keys