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.