Loading...
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�