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
--