HomeMy WebLinkAboutR-90-0433J-90-400
5/30/90
RESOLUTION NO. 9 V— 433
A RESOLUTION ACCEPTING THE BID OF Y & W
ROOFING AND REMODELING COMPANY FOR THE
FURNISHING OF THE MUNICIPAL JUSTICE BUILDING
ROOFING REPAIRS FOR THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION IN AN AMOUNT OF
$18,000, WITH FUNDS IN AN AMOUNT NOT TO
EXCEED $18,000 THEREFOR BEING ALLOCATED FROM
CAPITAL IMPROVEMENT PROJECT NO. 311020,
ACCOUNT NO. 420401-670; FURTHER AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS SERVICE, SUBJECT TO THE AVAILABILITY
OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received April 25, 1990 for the furnishing of roofing repairs at
the Municipal Justice Building for the Department of General
Services Administration; and
WHEREAS, invitations were mailed to twenty-one (21)
- potential suppliers and three (3) bids were received; and
WHEREAS, funds for this service will be available from the
Capital Improvement Project No. 311020, Account No. 420401-670;
and
WHEREAS, this service will be used by the Department of
General Services Administration for the purpose of preventing
severe damage to the internal structure of the building during
the upcoming rainy season; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from Y & W Roofing and Remodeling Company be accepted as
the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
CITY COMMISSION
MEETING OF
JUN 7 IM
90- 43
Section 2. The April 25, 1990 bid of Y & W Roof ing and
Remodeling Company in the amount of $18,000 for the furnishing of
roof1.T1g repairs at the Municipal Justice Building is hereby
accepted, with funds in an amount not to exceed $18,000 therefor
being hereby allocated from Capital Improvement Project
No. 311020, Account No. 420401-670.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service, subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 7th - day of June 1990.
XAVIER L. SUARE , MAYO
CITY CLERK
CAPITAL PROJECT REVIEW:
EDUARDOk,RaDRIGUEZ
CAPITAL PROJECTS MANAGER
APPROVED AS TO FORM AND CORRECTNESS:
`JO GE L. FERPANDEZ
CITY ATTORNF jY
bss:M1515
-2- 90- 433
101D W-CURITY LIST a.
M: Roof R pair at the ',];anici.�,�+1
IT) ITEM: e
alp t4o: g0-104
IDAT1E BIDS RECEIVED:ar,r; 1 25 . 1990 3 : 00_-P.M
ISIDDER
y & W Roofing & Remodeling Co
Allied Roofing Ind.
R.C. Roofing Corp.
_ DID BOND (or)
TOTAL CASHIEWS COCK
13ID AMDLPNT
See attached
We received o ly one copy of same and was sent
to Procuremen Office
We recieved o ly one copy of same and was sent
to Procuremen Office
9 ff
received,( ) envelopes on
behalf of
(Pe, -son receiving bids) - —
_ on
(City Department) (date)
Received the hereinabove described checks this day of , 19
in connection with the herinabove cited bids, which were sent to Treasury Management by the City Clerl
—4 for appropriate posting.
SIGNED: DATE:
treasury Management)
r It 'BID SECURITY LIST
tat: F,00f Re pair at th t.'tu11_i(, . )-1 Just_ c T31I i-lcli Ilcr
DID IT'S e 1
IND MC?: 89-90 -104
DATE BIDS RECEIVIED. Aor; 1 2 5 19 9 0 3: 0 0 ID m.
BIDDER
y & W Roofing & Remodeling Co
TOTAL
DID AMOUNT
See attached
SID BOND W
CASHIER'S Q*CK !� !
.
Allied Roofing Ind.
R.C. Roofing Corp.
We received o
to Procuremeni
sae recieved oily
to Procuremen
ly one copy of same and was sent
Office
one copy of same and was sent
Office
it,_14
receiving
on
q- - G
(City Department) (date) —`
received ( ) envelopes on behalf of
Received the hereinabove described checks this day of , 19 ,
in connection with the herinabove cited bids, which were sent to Treasury Management by the City Clerl
for appropriate posting.
SIGNED: DATE:
('treasury Mtanagernent)
LEGAL ADVERTISEMENT
BID NO. 89-90-104
' 0 j -,
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida,
33133 not later than 0 m A ri for the furnishing
of all labor and materials for repaars to the existing roof at
the Municipal Justice Building at 1145 NW 11 Street for the
Department of General Services Administration.
This project has been designated as a Hispanic, Black and Woman -
owned minorities set aside, under the provisions of the
Minority/Woman Procurement Ordinance #10538. Interested minority
bidders must be pre -qualified by the Minority & Woman Procurement
Coordinator by calling at 579-3366; prior to the bid opening
date.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
(Ad No. 6494 )
Cesar H. Odio
City Manager
-4.
CW UU Am Mr. r..
REQUISITION FOR ADVERTISEMENT;f� (� q: T pie um erti emt appear
DEPT/DIV. tx(-",L )
ACCOUNT CODE 4 u J a 0 1 - . 2 �- 7
DATE lainlil 4, 1990 PHONE
PREPARED BY •r.tl:
Publish the attached advertisement
Type of advertisement: legal
(Check One)
cir,£ ( 1
(number of times)
classified _ display
APPHOIB
DIRECTOR OF ISSUING DEPARTMENT
times.
Size: _ 1,C,gai Starting date Arrii 11 , 1r)90
First four words of advertisement: _ B j- (I . ` O d ` - 90. 0 0 4 ' ` ��� u �.} iu� •a i 1 �c
Remarks: h0C) r( L. air jt tb,2 J�Iuil]..c: ,.t� i; iu s tct Li Id
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
Lc:ITtwt:v.c�,
J)
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
_
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECTPROJECT
11
13
1 17
18 1 125134
39
r
42
50
51 56
57 62
63 65
66 71
0
'I
2
41
VP
TV
Ij-2
02
145
2
87
1
2
3
4
7
8 P#12131115
DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT so
5
2
0
0
2
0
1
A
Approved for Payment
Wnite - Purchasing
Yellow - Finance
Pink - Departn-ient
0
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
7
TO The Honorable Mayor and Members DATE M AY 2 91990 FILE
of the City Commission
SUBJECT Emergency Appropriation
Ordinance Amending C.I.P.
Ordinance No. 10642 and
FROM REFERENCES Resolution for the Award
Cesar H. Odi of Bid No. 89-90-104
City Manager " ENCLOSURES
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached proposed Resolution and emergency amendment to the
Capital Improvement Ordinance No. 10642, as amended, which will
establish a new Capital Improvement Project (C.I.P.), No. 311020,
and appropriate monies in the amount of $18,000.00 for the
project entitled "Municipal Justice Building Roof Repairs". The
proposed Resolution and amended Appropriation Ordinance will
allocate emergency funding and the award of Bid No. 89-90-104 to
Y & W Roofing and Remodeling as the .lowest most responsive
bidder. These funds will be appropriated to the General Services
Administration Department, Property Maintenance Division for roof
repairs to the City's Municipal Justice Building located at 1145
N.W. llth Street. The roof of said property has deteriorated and
warrants immediate repairs prior to the upcoming rainy season.
BACKGROUND:
The General Services Administration Department, Property
Maintenance Division has analyzed bids received pursuant to Bid
No. 89-90--104 for roof repairs at the Municipal Justice Building.
As a result of the bid evaluation, it is recommended that an
award be granted to Y & W Roofing and Remodeling as the lowest,
most responsive bidder. The total cost associated with this
service is estimated to be approximately $18,000.00. This
project is deemed as an emergency due to health needs of City
employees and to prevent severe damage to the internal structure
of the building during the upcoming rainy season. Funds for this
service shall be provided from an emergency amendment to C.I.P.
Ordinance No. 10642, which will appropriate monies to the General
Services Administration Department, Property Maintenance
Division's Account No. 420401-670, Project No. 311.020.
AMOUNT OE --BID: $18,000.00
MINORITY PARTICIPATION: Black Minority vendor
Enclosures: Proposed Emergency Appropriation Ordinance
Proposed Resolution
Bid Tabulation 90-- 433
s
-)CUREMENT MANAGEMENT
.IV ISION
BID SHEET
r.". 04JA ,3JV 'VO
Miami, F 1 33233-0708
TELEFr4ONE NO. 575-5174
!:�^J NO. 89-90-104
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Perms: 2% (Include cash discount for prompt payment, if any)
Additional discount of
% if awarded ill items.
warranty and/or guarantee: One year
State any variances to specifications (use
necessary):
'!parate sheet if
Delivery: L0 calendar days required upon recei;,r. of Purchase Order.
Delivery Point(s): PPr Aid Specifications
In accordance with the Invitation to Bid, the ,>-)ecifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF CO►iPANY OWNER(S): NAMES OF COMPANY OFFICERS:
Thomas Walker Thomas Walker / President
?lease use the back of this page if more space is necessary
Name of individual holding license in this profession (if applicable)
Howard Davis
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has receive(I - copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the City --)f
idiami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: Y E W Roof i nca & Remode I i nqq Signature:'
company naine
Print Naive:Thomas Walker
Indicate if Minority Business: Date: April 24, 1990
CX] Black [ ] Hispanic [ ] women
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS
BLD..
90- 43
AWARD OF BID
Bid No. 89-90-104
ITEM: Roof repairs at the Municipal Justice
Building
DEPARTMENT: General Services Administration
TYPE OF PURCHASE: Short-term contract
REASON: This repair is necessary to stop leaks
at various designated areas.
POTENTIAL BIDDERS: 21
BIDS RECEIVED:
TABULATION:
FUNDS:
3
Y&W Roofing & Remodeling Co. $1.8,000.00
Allied Roofing Ind. $27,500.00
R.C. Roofing Corp. $26,000.00
Capital Improvement Project No. 311020
Acc. Code No. 420401-670.
MINORITY/WOMEN PARTICIPATION: Invitations to bid were sent to
ten (10) Black, nine (9) Hispanic and two (2) Women owned firms
engaged in the roof repair business as located in these sources:
1. Vendors applications on file in Procurement Management
2. City of Miami Minority Vendor Directory
3. Previous bids on file in Procurement Management
4. Yellow Pages Telephone Directory
This bid was designated as a minority set -aside.
Responses were received from two Hispanic and one Black firms.
BID EVALUATION: All bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Category
Prior Bidders
Black American
Hispanic American
Women Owned
Non -Minority
New Bidders
Number of Bid
Invitations Mailed
0
3
0
Number of
Responses
Black American
10 1
Hispanic American
6 2
Women Owned
2 0
Non -Minority
- -
Courtesy Notifications
21 -
"No Bids"
- 0
Late Bids
- 0
Totals
42 3
90- 433
page 1 of 2
"'t.
RECOMMENDATION:
IT IS RECOMMENDED THAT THE AWARD BE
MADE TO Y & W ROOFING AND REMODELING
CO. IN THE PROPOSED TOTAL AMOUNT OF
$18,000.00.
Procurement Supervisor
Date
9a-- 433
page 2 of 2 t /
01-5-01-19?0 16:2�
CITY OF MIAMI
GENERAL SERVICES ADMINISTRATION
PROPERTY MAINTENANCE DIVISION
TABULATION OF BIDS - BID NO. 89-90-104
(ROOFING REPAIRS FOR THE MUNICIPAL JUSTICE BUILDING)
VENDOR
Y & W Roofing
& Remodeling
R.C. Roofing Corp.
Allied Roofing
Industries, Inc.
MINORITY
CLASSIFICATION
Black
Hispanic
Hispanic
COST
$18,000
$26,000
$27,500
90- 43
J
THE 15 .2,ti t=t��`i`'�4311 4?