Loading...
HomeMy WebLinkAboutR-98-0506J-98-556 5/15/98 RESOLUTION NO. 9 8 5 v 6 A RESOLUTION ACCEPTING THE BID OF BEST GARAGE DOORS, INC., FOR THE FURNISHING AND INSTALLATION OF OVERHEAD ROLLING DOORS FOR THE DEPARTMENT OF FIRE -RESCUE, AT A TOTAL PROPOSED AMOUNT OF $14,676.00; ALLOCATING FUNDS THEREFOR FROM THE COMMUNITY DEVELOPMENT 23RD YEAR BLOCK GRANT, ACCOUNT CODE NO. 313300.319301.6.860. WHEREAS, the overhead rolling doors at Fire Stations 2, 5, and 6 do not currently meet South Florida Building Code requirement for wind storms; and WHEREAS, three responses for the furnishing and installation of overhead rolling doors were received under Bid No. 97-98-071; and WHEREAS, Best Garage Doors proffered the lowest most responsive and responsible bid and the best delivery schedule; 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. Section 2. The bid of Best Garage Doors, Inc., for the provision and installation of overhead rolling doors for the Department of Fire -Rescue, at a total cm COROWSION FLEETING OF, MAY 2 6 1998 Reaolutkm Na proposed amount of $14,676.00, is hereby accepted, with funds therefor hereby allocated from the Community Development 23rd Year Block Grant, Account Code N o . 313300.319301.6. 860. Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 26th day of May , 1998. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place ',Mvidc'O ` 1;", becomes effective with the elapse of ten (10) dav� ho dale 0i Urx"r isame, ATTEST: regarding � 9without the Mayer �x,�rcis' WALTER J. FOEMAN CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ ASSISTANT CITY ATT NEY APPOOVFVID 9S TQvFORM AND CORRECTNESS: ELLO RNEY W2575:CSK:ROD , City Cierk 2 98 -- 506 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDI TO : Honorable Mayor and Members of the City Commission FROM : Jose Garcia -Pedrosa City Manager 1* RECOMMEN TION: a.A-14 DATE : May 7, 1998 FILE : SUBJECT : Recommendation for Resolution to Accept Bid No. 97-98-071 Furnishing REFERENCES: and Installation of ENCLOSURES: Overhead Rolling Doors It is respectfully recommended that the City Commission adopt the attached Resolution awarding the Bid for the acquisition of Furnishing and Installation of Overhead Rolling Doors from Best Garage Doors, Inc., a non -minority local vendor, located at 9625 N.W. 80" Avenue, Hialeah Gardens, Florida 33016, in the amount of $14,676.00. Funds are available from the Community Development Block Grant, 23rd Year allocation, Fire Station Renovations, Account Code No. 3133300.319301.6.860. BACKGROUND: The Overhead Rolling Doors will replace existing doors that do not meet Sou'di Florida Building Code requirements for wind storms. These doors will be installed in Fire Stations 2, 5, and 6. JGP/CAG/MLK/pmk CoverOverheadRol l ingDoors.doc 98 - 506 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Or C C.!) ,,,r� In TO DATE : j Ii 'FILE Jose Garcia -Pedrosa April 15, 1998 City Manager SUBJECT Fire Station Overhead Doors FROM REFERENCES: gl o a ez, Director Department of Fi escue ENCLOSURES The Department of Fire -Rescue is requesting authorization to issue a bid for the purchase and installation of overhead doors at Stations one (1), three (3), and eleven (11). These doors will replace existing doors that do not meet South Florida Building Code requirements for wind storms. The estimated cost for the doors is $38,604.00. Funding for the doors will come from the Hazard Mitigation Fund provided by FEMA, Account Codes 313995.809401.6.850, 313997.809401.6.850, and 313994.809401.6.850. Please note that in a memo dated January 16, 1998, the Department of Fire -Rescue requested authorization to issue a bid to purchase and install overhead rolling doors at stations two (2), three (3), five (5), and six (6). The source funding was CDBG 23rd year allocation. The Department was subsequently notified that station three (3) qualified for FEMA Hazard Mitigation Funds. We would prefer to utilize the FEMA funds for this project. Capital Improvement Program Pilar $aenz-Butler CIP Administrator Budget Department Approval: Dipak M. Pa ekh, Director Office of Budget and Management Analysis 41 Approva isapproy,�l: Date: �y Jos -Pedrosa C' anager c: Joseph R. Pinon, Assistant City Manager CAG/MLK/pmk FireStationStormShutters. doc 98- 50-6 BID AWARD RECOMMENDATION FORM BID NUMBER: 97-98-071 COMMODITY/SERVICE: Furnishing and Installation of Overhead Rolling Doors DEPARTMENT / DIVISION: Fire Rescue TERM OF CONTRACT: Short Term Contract NUMBER OF BIDS DISTRIBUTED: Thirteen (13) NUMBER OF BIDS RECEIVED: Three (3 ) METHOD OF AWARD: Lowest most responsible and responsive bidder who bids on all item and whose bid offers the lowest price when all items are added in the Aqq-rPgata RECOMMENDED VENDOR(S): STATUS: Best Garage Doors, Inc. Non-Minority/Dade THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: CONTRACT VALUE: iSMx $14,676 TOTALt*&zd02x&& 14, • 7 • JUSTIFICATION: The overhead rolling doors will replace existing doors that do not meet South Florida Building Code requirement for wind storms. These doors will be installed in Fire Stations 2, 5, and 6. ACCOUNT CODE(S): 313300.319301.6,860 DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: Department Director/ Designee Dipak M. Parekh Director Judy S. Carter Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 TITLE: 98 506 BID NUMBER: 97-98-071 COMMODITY / SERVICE: Furnishing & installation of Overhead Rolling Doors DEPARTMENT/CONTACT PERSON: Fire Rescue - Chief Hernandez DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department of Purchasing. The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to Purchasing. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to Purchasing immediately. Emergency procurements are exempt. IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY" FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD. Contact Maritza Fresno of the Bid/Contract Section at 40YMN or 416-1907 should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE: DATE: Jud er \JDirector of Purchasing 1� 98 -- 506 BIDRECOM.DOC 8/8/97 PAGE 1 OF 2 BID NUMBER: 97-98-071 COMMODITY / SERVICE: Furnishing & installation of Overhead Rolling Doors DEPARTMENT/CONTACT PERSON: Fire Rescue - Chief Hernandez DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department of Purchasing. The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to Purchasing. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to Purchasing immediately. Emergency procurements are exempt. IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY" FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD. Contact Maritza Fresno of the Bid/Contract Section at 4WHM or 416-1907 should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE Jud^LarferN irector of Purchasing DATE: I aIMCON.DOC 8/8/97 DADS 1 OF 2 98- 506 TABULATION OF BIDS OVERHEAD ROLLING DOORS: BID NO. 97-98-071 VENDOR Item I. 0V• Description Fire Station No. 2 A. Overhead Rolling Door 1 20' X 144"(East) Mfgr/Model Bid: B. Overhead Rolling Door 1 152" X 144" (West) Mfgr/Model Bid: Fire Station No. 5 A. Overhead Rolling Door 2 153 3/4" X 142" (South Mfgr/Model Bid: Fire Station No. 6 A. Overhead Rolling Door 2 153" X 144" (North) Mfgr/Model Bid: TOTAL: Number of calendar days required before commencement of work Prepared by Maritza Fresno 4/10/98 Est. Annual Quantity Unit Price Best Garage Doors, Inc. 9625 NW 80 Avenue Hialeah Gardens, FL 33016 Non-Minority/Dade Extended Amount B & B Rolling Door Co., Inc. 8699 NW 66 Street Miami, FL 33166 Non-Minority/Dade Extended Unit Price Amount Overhead Door Company 2850 S. Park Road Pembroke Park, FL 33009 Non-Minority/Non-Local Extended Unit Price Amount $ 3,275.00 \each $ 3,275.00 $ 3,993.ii0 \each $ 3,993.00 $ 5,440.00 \each $ 5,440.0r Overhead Door Co. #610 Wayne Dalton/Kinnear Model 820-SDF7PS Overhead Door #610 $ 2,249.00 \each $ 2,249.00 $ 2,967.00 \each $ 2,967.00 $ 3,590.00 \each $ 3,590.00 Overhead Door Co. #S10 Wayne Dalton/Kinnear Model 820-SDF7PS Overhead Door #610 $ 2,288.00 \each $ 4,576.00 $ 2,967.00 \each $ 5,934.00 $ 3,590.00 \each $ 7,180.00 Overhead Door Co. #S10 Wayne Dalton/Kinnear Model 820-SDF7PS Overhead Door #610 $ 2,288.00 leach $ 4,576.00 $ 2,967.00 \each $ 5,934.00 $ 3,590.00 \each $ 7,180.00 Overhead Door Co. #S10 Wayne Dalton/Kinnear Model 820-SDF7PS Overhead Door #610 $ 14,676.00 $ 18,828.00 $ 23,390.00 18 calendar days 6. weeks 30 calendar days Page 1 of 1 Approval: Department Director/Designee of Miami, Florida r-q -r 6.1 BID INFORMATION FORM Bid No. 97-98-71 Mailing Date: March 12, 1998 Bid No.: 97-98-71 Buyer: Maritza Fresno Telephone: 305-416-1907 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. SHORT-TERM CONTRACT FOR 150-55: FURNISHING AND INSTALLATION OF OVERHEAD ROLLING DOORS We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 10 number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. 1'f. number of calendar days required before commencement of work. - Delivery will be made within 1 4> calendar days after receipt of purchase order. - Terms: 20/o-10 days ✓ Net 30 days ✓ Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Contact Person/Telephone: c30S - g21— 9"720 Warranty and/or guarantee: b,-►r-- Ct) LysE. T,- All exceptions to this bid have been documented in the section below. EXCEPTIONS: I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: om. 104, Telephone: 3CS - 6V - ct72r- Principal Business Address: qfY2S ALJ &0 Aoe. Fax: %oS - 362- A(c6'7 3-AtrA A. Name: Mailing Address: 'Se.NE sus AQ;cJ e— Title: Authorized Signature: 98- 506 Miami, Florida Y `� Bid No. /-9ZS- / 1 6.01"-NDOR BACKGROUND INFORM' ''ION INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: �� Cn.4�.�,� �poe� i a c. . COMPANY OFFICERS: President --m ASo A • Vice President Secretary COMPANY OWNERSHIP: Treasurer ��� A SJArL�c2 lcx� % ofownership % of ownership % of ownership of ownership LICENSES Ha„�tc�pc►�.. cctapsilgN►tL. 1. County or Municipal Occupational License No. S0.12i 54°14- 1 1540I - A -- (attach copy with bid) 2. Occupational License Classification ��P�� ►�`�-T"�t�-��a� ;. Occupational License Expiration Date: 91 svG 19 a 4. Metro -Dade County Certificate of Competency No. OoOc>iAJ5A6(O (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. EXPERIENCE: 6. Number of Years your organization has been in business: i 4- 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: % Ok 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: \1 9 8 - 0160 CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: FURNISHING & INSTALLATION OF OVERHEAD ROLLING DOORS FIRE -RESCUE AWARDED TO: Best Garage Door, Inc. BID NO.97-98-071 ($149676.00) TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS 1992- Present Dade 0509-1/98 $30,000 (Fire) PRIOR CONTRACT AWARD: Best Garage Door, Inc. (Above) SUMMARY OF CONTRACTS. DOC 98+- 506 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: OVERHEAD ROLLING DOORS BID NO.: 97-98-071 DATE BID(S) OPENED: APRI L 8, 1998 TIME 11: 0 0 a.m. BIDDER ' TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK B. & B. ROLLING DOOR CO. INC. See attached b d OVERHEAD DOOR CO. BEST GARAGE DOORS We received on bid which was y one copy of the ent to Procuremen received I3F"'^'y c S c( fh£ roc o aPn'. ct c'.c-. F.f , and t'r- aro hzri�by cs. i ._.•• r (City Department) SIGNE . f, eputy City Clerlr. envelopes on behalf oa ( ate) of /f JUDY S. CARTER Director Cat# laf cftamlot Y of y J6. r uu I um e u u C �'CDy �04r ADDENI}UM NO.2 SENT VIA FAX AND REGULAR MAIL BID NO.97-98-071 MARCH 31, 1998 105E GARCIA-PEDROSA City Manager L. D ��r M > N FURNISHING AND INSTALLATION OF OVERHEAD ROLLING DOORS This addendum is to make a change on Item No. I.A. of the Price Sheet/Specifications to read as follows: I. Fire Station No. 2 A. Overhead Rolling Door Dimensions and locations: j01 X 144" (East) In addition, please add the following clarification to the Bid Specifications: Please disregard the original Price Sheet, complete the attached revised Price Sheet and return it with your Bid response. If you have already submitted your bid response, please resubmit same utilizing the revised Price Sheet. ALL OTHER TERMS AND CONDITIONS OF THE ORIGINAL BID REMAIN THE SAME. SINC LY, i �2G DY S. CAR CHIEF PROCUREM OFFICER THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 E-Mail Address: purchaseOci.miami.fl.us/ Website Address: http://cl.miami.fl.us/ Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 R[ Vt 64 PRIt f 'A I � t F SPH 1� It I ION-, tilt %I%ed) t Nikki 4 Ir );),-r a led IAII I RJ 00 11 1 1 14 V N 4 1 r, 1 JUDY S. CARTER Z Director M Q LA_ Q 0�r .y LJ 1— O Uj s r 41' (411ARV of cmtrxmt t F F104,0 ADDENDUM NO. I BID NO.97-98-071 FURNISHING AND ] OVERHEAD RO JOSE GARCIA-PEDROSA c City Manager l E IL VIA FAX AND REGULAR MAIL 26, 1998 TALLATION OF ING DOORS Please be advised that the date and time for the aforementioned bid to open has been changed. The Specifications are presently being revised and i& ill be sent out via another addendum as soon as they are completed. BIDS ARE NOW DUE WEDNESDAY, APRI& 8,1998 AT 11:00 A.M. ALL OTHER TERMS AND CONDITIONS OF BID DOCUMENT REMAIN THE SAME: SIN L , DY S. C RTER HIEF PRO UREMENT OFFICER THIS ADDENDUM IS TO BE SIGNED AND DATED OY BIDDERS AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BID RESPONSES. SIGNATURE: DATE: OF FIRM: DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/4iami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 E-Mail Address: purchase®ci.miami.fl.us// Websille Address: httpV/ci.miami.fl.usJ Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 T City of Miami ALQ%)191TIQN FOn Anvrnil:it MFNT m is Two .j DVI yes NANC to oe of advettSkmlef,' r4l L eii of ihilf-ml-F) Uppallmool nittictor/DeSignop Oatv k:l j 14 `4 for Pnyrvwt 41 F j f { \ - � - -~-__-- 144161925 --