Loading...
HomeMy WebLinkAboutR-85-1129J-85-1112 9 RESOLUTION NO. X-•• A RESOLUTION ACCEPTING THE BID OF WILLARD SHUTTERS CO. FOR FURNISHING AND INSTALLING STORM SHUTTERS AT FOUR (4) FIRE STATIONS TO THE' DEPARTMENT OF BUILDING AND VEHICFjE MAINTENANCE' AT A TOTAL PROPOSED COST OF $27, 124.00; ALLOCATING FUNDS THEREFOR FROM THE FIRE, RESCUE AND Ir1SNEC'rIUtJ SERVICES 1985-86 OPERATING BUDGET, AUTHORIZING THE CITY MANAGER TO INSTRUCT THE: ASSISTANT CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THESE SERVICES AND t•IATERIALS. WHEREAS, pursuant to public notice, sealed bias were received August 7, 1985 for the furnishing of Storm Shutters at Four (4) Fire Stations to the Department of Building and Vehicle Maintenance; and WHEREAS, invitations were mailed to 21 potential suppliers and 6 bids were received; and WHEREAS, funds for this purchase are available in the 1985-86 Fire, Rescue and Inspection Services Operating Budget; and WHEREAS, these services and materials will be used by the Department of Building and Vehicle Maintenance for the purpose of ensuring that critical City facilities and equipment are protected in the event that storm conditions should occur; and WHEREAS, the City Manager and the Director of the Department of Building and Vehicle Maintenance recommend that the bid received from Willard Shutters Co. be accepted as the lowest responsible and responsive bid; NOW, THERLFORL•', BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The August 7, 1985 bid of Willard Shutters Co. for furnishing and installing Storm Shutters at Four (4) Fire Stations to the Department of Building and Vehicle Maintenance at a total estimated cost of $27,124.00 is hereby accepted with funds therefor hereby allocated from the Fire, Rescue and Inspection Services 1985-86 Operating Budget. CITY COMMISSION MEETING OF NOV 26 19$5 0 0 { Section 2. That the City Manager is Hereby authorized to instruct the Assistant Chief Procurement Officer to issue a Purchase Order for these services and materials. PASSED AND ADOPTED this 26thc7ay of NOVEMBER 1985. AYMA AI, CITY CLERK PREPARED AND APPROVED BY: 14 ROBERT F. CLARK DEPUTY CITY ATTORNEY APPROVED "V %. ir'1 I7 . ✓ CITY ATTOR FORM AND CORRECTNESS: M A Y O R BID SECURITY MW Installation of storm shutters at Dal WDS attEIV90 August 7. 1985 — 24 e ions94-85-104 TYPE OF SECURITY �IOOEti TOTAL AMOUNT anden, Inc. 3930 No 29th Avenue Hollywood, Florida 33020 $41,295.00 -Robinson and Sons Shutter Co. 8400 N. W. 96th Street Miami, Florida 33166 $30,982.40 Hurst Awning Co., Inc. P. 0. Box 1492 Hialeah, Florida 33011 $35,399.00 i and Shutter Co. 4420 N. W. 35 Court Miami, Florida 33142 $27,124.00 G.H. Bonner 15820 S. W. !02 Avenue Miami, Florida 33157 $37,818.00 Bernardo Shutter Corp P. O. Box 428 Pompano Beach, Florida 33061 $35,850.00 NO BID umi.num D7anufacturing Industries, I Howard Shutter Co. c. /I R•c�t.� �� "two defulbo1 61048 t� ray w� ,%■.■.�. two •�r����t��� MrKNIN ra f !� f `LEGAL 1�pVFR- SEMENT 3L `�; 1 ,� . NG,, .84-85-104 Sealed bids will be received by the City Manager and City C1�eLk. f the City of Miami, Florida not later than P.M.O August- 198 for furnishing and installation of storm shutters at four 4) Fire Stations for the Department of Building and Vehicle Maintenance. Ordinance No. 9775 established a goal of Awarding 50% of the City's total dollar volume of all expenditures for All Goods and Services to Black and Hispanic Minority Business Enterprises on an equal basis. Minority Vendors who are interested in submitting bids and who are not registered with the City as minority vendors are advised to contact the City Purchasing Office. 1145 N.W. llth Street, Room 126, Telephone 579-6380. " Detailed specifications for the bids are available upon request at the City Purchasing Office. i The City Manager may reject all bids and readvertise. (Ad No. 3270) Sergio Pereira City Manager it DEPT'DIV. ACCOUNT CODE DATE _ PREPARED BY Publish the attached advertisement Type of advertisement: legal _ (Check One) a Size: f First four words of advertisement: _ 1 a 1 .f ( Remarks: nn? i t REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. PHONE APPROVED BY: DIRECTOR OF ISSUING DEPARTMENT I l i times. I (number of times) classified display r Starting date DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. 5 LINE DEPT'DIV. ACCOUNT CODE DATE _ PREPARED BY Publish the attached advertisement Type of advertisement: legal _ (Check One) a Size: f First four words of advertisement: _ 1 a 1 .f ( Remarks: nn? i t REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. PHONE APPROVED BY: DIRECTOR OF ISSUING DEPARTMENT I l i times. I (number of times) classified display r Starting date DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. 5 LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 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 OBJE PROJECT 11 13 1 117 18 1 25.34 39 42 45 50.51 56 57 62 63 65 66 71 0 1 2 1411 VIPI I I I I I I 1 1 12101212 8 7 1 2 314 7 8 V P 12131415 DESCRIPTION 3664 DISCOUNT 6972 AMOUNT 80 5 2 010121011, White — Purchasing Yellow - Finance Approved for Payment Pink — Department 51j ,11 Z k; CITY OF MIAM1, FLORIDA INTER -OFFICE MEMORANDUM TO. The Honorable Mayor and Members of the City Commission FROM: Sergio Pereira City Manager 34 DATE: NOV 18 1985 FILE: SUBJECT: Request for Commission Action - Bid #84-85-104 REFERENCES: ENCLOSURES: THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE RECOMMENDS THAT AN AWARD BE MADE ACCEPTING THE LOW BID FROM WILLARD SHUTTER COMPANY FOR THE PROVIDING AND INSTALLATION OF STORM SHUTTERS FOR FOUR (4) CITY OF MIAMI FIRE STATIONS AT A TOTAL COST OF $27,124. IN RESPONSE TO BID #84-85-104, A TOTAL OF SIX (6) BIDS WERE RECEIVED. THE RESPONDING BIDDERS CONSISTED OF FOUR (4) NON -MINORITY COM- PANIES AND TWO (2) MINORITY COMPANIES. THE BID RECEIVED FROM WILLARD SHUTTER COMPANY, A NON -MINORITY FIRM, REPRESENTS THE LOWEST BID RECEIVED. Pursuant to the issuance of Bid #84-85-104, six (6) firms responded to the City's request for the providing and installation of storm shutters for City of Miami Fire Stations 1, 4, 7, and 9. An evalua- tion of the six (6) bids received revealed that the Willard Shutter Company has provided a low bid that is responsible and responsive. Their bid meets all specifications at a total cost of $27,124. This on -going effort,to provide storm shutters at these locations, continues the Program to insure that critical City facilities and equipment are protected in the event that storm conditions should occur. It is expected that during storm conditions, City Fire sta- tions will be in direct communication with other emergency operations. The purchase of these shutters will insure that these facilities and their equipment will be protected against conditions. Funds for this award are available in the Fire Department's FY 186 budget appropriation, Code #313020-289301-840. -..i29 Bid No.84-85-104 ITEM: Storm Shutters for Fire Stations DEPARTMENT: Building and Vehicle Maintenance TYPE OF PURCHASE: Short term Contract. REASON: To provide and install storm shutters at four (4) City of Miami Fire Stations POTENTIAL BIDDERS: 21 BIDS RECEIVED: 6 TABULATION: Attached FUNDS: Fire, Rescue and Inspection Services 85-86 Operating Budget MINORITY PARTICIPATION: No Minority Vendors were listed. However, courtesy bids were sent to ten (10) Minority Organizations. BID EVALUATION: All bids meet the specifications. Following is an analysis of the Invitations to Bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders Black American 0 0 Hispanic American 0 0 Non -Minority 0 0 New Bidders Black American 0 0 Hispanic American 0 0 Non -Minority 20 6 Cotir-c-::_Notifications 10 0 "No Bids" - 2 Late Bids - 0 Reasons for "No Bid" were as follows: 1. Aluminum Manufacturing Industries, Inc. "We cannot meet the specifications." 2. Howard Shutters Co. "No bid" RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD B MADE TO WILLARD SHUTTERS Co. AT A TOTAL ESTIMATED AMOUNT OF $27,124.00. Ass.1stant Chief Procurement Officer fA Date The Minority Procurement officer concurs with the above recommendation. Officer Dat e Page 2 of 2 TABULATION OF BIDS STORM SHUTTERS FOR FIRE STATIONS Vendor Total Cost Willard Shutters Co. $27,124.00 4220 N.W. 35 Court Miami, Florida 33142 Robinson and Sons Shutter Co. $30,982.40 8400 N.W. 96 Street Miami, Florida 33166 Hurst Awning Co., Inc. $35,399.00 P. O. Box 1492 Hialeah, Florida 33011 Bernardo Shutter Corp. $35,850.00 P. O. Box 428 Pompano Beach, Florida 33061 G. H. Bonner $37,818.00 15820 S.W. 102 Avenue Miami, Florida 33157 Rollanden, Inc. $41,295.00 3930 N. 29 Avenue Hollywood, Florida 33020 Comments Lowest Acceptable Bid. Award Recommended.