HomeMy WebLinkAboutR-83-07431-,8 i- i _ ,
0
I�1,Si I1': 'v0. _S 3 —7'13,
:l I: I; SOLI''I'I��ti :�CCI;I'TI`<' THE L'�IUS ��I' i�:;i�-RE:`I„h
NONPAREIL P00FING, INC. AT :'� COST Oi'
S 32 , h 5 . 0r) , IIOtdI; POOFICO,,%1PA':',' AT
COST OF $ "? , 6 2 . 2 1 AND MA'I'O CONSTRUCTION
INDUSTRIES, INC. AT A COST OF S3,58:,.n0
FOR FURNISIiING AI,I, LABOR AND MATERIALS FOR
THE; RE -ROOFING OF FOUR (4) CIT`i BUILDINGS
TO THE DEPARTMENT OF BUILDING AND VEHICLE
MAINTENANCE AT A TOTAL COST OF $60,884.21;
ALLOCATING FUNDS THEREFOR FROM THE 1982-83
OPERATING BUDGET OF THAT DEPARTMENT; AUTHOR-
IZING THE CITY MANAGER TO INSTRUCT THE
PURCHASING AGENT TO ISSUE PURCHASE' ORDERS FOR
THIS SERVICE AND IvATERIALS.
WHEREAS, Eursuant to ,public notice, scaled bids were
received July 28, 1983 for the furnishing of Labor and Materials
for the Re-Roofiny of the Recreation 2uildincl, the Municipal
Justice Buil.dincl, Fire Station = 1 and Morninc;side Pool Offices
for the Department of Building and Vehicle Maintenance; and
WHEREAS, invitations were mailed to 31 potential
suppliers and 4 bids were received; and
WHEREAS, funds for this purchase are available in the
1982-83 Operating Budget; and
WHEREAS, this service and materials will be using by
the Department of Building and Vehicle Maintenance for the purpose
of replacing deteriorated roofing on four (4) City Buildings; and
WHEREAS, the City Manager and the Director of the
Department of Building and Vehicle Maintenance recommend that the
bids received from Barrett Nonpareil Roofing, Inc., Howe Roofing
Company, and Mayo Construction Industries, Inc., be accepted as
the lowest responsible and responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The July 28, 1983 bids of Barrett Nonpareil
Roofing, Inc. at a cost of $32,675.00, Bowe Roofing Company at a
cost of $24,62.4.21, and Mayo Construction Industries, Inc. at a
cost of $3,585.00 for furnishing all labor and Materials for the
CITY �JP..P�iLSS pI N
i:7^t:T}f�G JF
F P 7 1983
_83-743
R(' — Pw if i n,., i t (4 ) Cite I I d i t the :-'a r t nit � "
t
Bu i I <! i i nd, V(+, i c I Ma i n t it I! t t Jl I c().S <>f Sf0,984.21
a r ( -, herhy a c (,: t- , I , t e , i t I I r �j t I,( y j- ( ) I - h e r i �" ". - allocated f r o 'll
the 1 982-8 3 operat i nq Lqi(jo(t <tif that t Dt� pa r t m(,, n t
Sect ion 2 That thin City Malla(pr is .111thorize(l
to instruct the Purchasing Agent to issue Purchase Orders for
this service and materials.
PASSED AND ADOPTED this -7thday of ---,--Sep.teml).e,r.,-,- -- —1983.
,ALPf1rG. ONGIE, CITY CLERK"
PREPARED AND APPROVED BY:
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
I APPROVED AS TO FORM AND CORRECTNESS:
& x 9@ng�` 7p**40
tSE 'R. GA9CIA—PEDPOSA
ITY ATTORNEY
?laurice A. Terre
MAURICE A. FERRE
M A Y 0 R
83-7434
■wwnw
r
4
E
461
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
17 �/
^
-O Howard V. Gary
City `tanager
DATE August 15. 19S3 CILE
SUBJEC- Request for Commission Actien
FROM C E. I)..,Dire or REFERENCES
Building and Vehicle Maintenance
ENCLOSURES award of Bid and Resolution
THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE
RECOMMENDS THE ADOPTION OF A RESOLUTION ACCEPTING
THE FOLLOWING BIDS FOR RE -ROOFING FOUR CITY BUILD-
INGS: BID OF BARRETT NONPAREIL ROOFING, INC. FOR
RE -ROOFING THE M. J. BUILDING AT A COST OF $25,540.00;
BID OF BARRETT NONPAREIL ROOFING. INC. FOR RE -ROOFING
THE RECREATION DEPARTMENT OFFICE BUILDING AT A COST
OF $7,135.00; BID OF HOWE ROOFING CO., FOR RE -ROOFING
FIRE STATION rl, AT A COST OF $24,624.21; BID OF MAYO
CONSTRUCTION, FOR RE -ROOFING THE MOR,'NINGSIDE POOL
BUILDING AT A COST OF $3,585.00; FOR A TOTAL COST
OF S60,884.21
Four bids were received for re -roofing the four buildings. The above
mentioned firms were the lowest bidders in each case.
All of the roofs are in an advanced stage of deterioration. It is
no longer economically advantageous to repair individual leaks as
they occur in these buildings.
Funds for this project are available in the current Property Main-
tenance Division budget.
83_ 143
■
4
ITEM:
--- n _M�4"N7•r. .
TYPE OF PT RCIiASE :
REASON
—Igym—,,—T I - Try r_nt�_
_"Ir (4 t* Sui ln.s
Builrina an ^icie Maintenance
Sinale Purchase
RezD1acement oeteriorater, roof's
31
4
TABULATION:
BIDDERS
BAMA CONSTRUCTION
BARRET NONPAREIL
HOE ROOFL\G
MAYO
LOCATIONS
COMPANY
POOFING
COMPAN`.L
CONST.
Recreation Buildina
$12,390.00
$7,135.00
$8,422.56
$7,900.00
Fire Station = 1
43,808.00
25,840.00
24,624.21
31,000.00
M.J. Building
34,686.00
25,540.00
26,965.37
32,000.00
Morninaside Pool
8,588.00
4,525.00
3,963.17
3,585.00
Total Award
-
$32,675.00
$24,624.21
$3,585.00
FUNDS:
BID EVALUATION:
Category
Prior Bidders
Black American
Hispanic American
Non -Minority
New Bidders
Black American
Hispanic American
Non -Minority
Courtesy Notifications
Totals
1982-83 Operating Budget
All bids meet the specifications. Following
is an analysis of the invitation to bid:
Number of Bid Number of
Invitations Mailed Responses
1 0
1 0
9 4
7
0
3
0
10
0
5
-0-
-
2
-
0
36
6
Reasons for "No Bid" were as follows:
1. "Not in the best interest of our company at this time."
(Hispanic Business)
2. "Not enough time."
Page 1 of 2
83-'7431
I
R E C OM-M E N D T, T I IT 1 S RE-C D D T .T T P E �WAFD BE MADE
Tt BA P P I- T T 1 RC, () F 1 N G- , INC.
THE T 2) 7 0 EDWE ROOFING
(: G M PANY IN, THE AM "-'% T C' F S 2 4 , (3 2) 4 . 2 1 , A N D
MA C0-STPT,`TI'-)N INDUSTRIES, I%C. IN- THE
AMOL.NT OF S33,7-85.0t'j FOR A TOTAL AMOUNT OF
S60,884.21.
Purchasing Acent
Date
The above meets the requirements of the Department of Building and
Vehicle Maintenance, and approval is recommended.
Director
'Date
Page 2 of 2
83-743�