HomeMy WebLinkAboutR-91-0486J-91-531
7/1/91 t., .� N 6
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BIDS OF SCHINDLER
ELEVATOR CORPORATION IN THE AMOUNT OF
$1,212.00 AND BROWARD ELEVATOR MAINTENANCE
SALES & SERVICES IN THE AMOUNT OF $15,180.00
PLUS THE HOURLY CHARGE FOR THE AS -NEEDED
ATTENDANCE OF MECHANIC DURING MAJOR EVENTS
FOR A TOTAL FIRST YEAR COST OF $16, 39 2. OU FOR
FURNISHING ELEVATOR MAINTENANCE AT FIVE (5)
CITY LOCATIONS FOR THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION AND SOLID WASTE,
PROPERTY MAINTENANCE DIVISION, ON A CONTRACT
BASIS FOR ONE (1) YEAR RENEWABLE ANNUALLY FOR
FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS;
ALLOCATING FUNDS THEREFOR FROM THE 1991-92
- OPERATING BUDGET ACCOUNT CODE NO. 420401-670;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR THIS SERVICE AND THEREAFTER TO
- EXTEND THIS CONTRACT FOR FOUR ADDITIONAL ONE-
YEAR PERIODS AT THE SAME PRICE AND UPON THE
SAME TERMS AND CONDITIONS, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received May 20, 1991 for the furnishing elevator maintenance at
five (5) City locations on a contract basis for one (1) year
renewable annually for four (4) additional one-year periods for
the Department of General Services Administration and Solid
Waste, Property Maintenance Division; and
WHEREAS, invitations were mailed to seventeen (17) potential
suppliers and two (2) bids were received; and
WHEREAS, funds for this service are available from the 1991-
92 Operating Budget Account Code No. 420401-670; and
WHEREAS, this service will be used by the Department of
General Services Administration and Solid Waste, Property
Maintenance Division for the purpose of providing ongoing
elevator maintenance at the Miami Police Department North Sub -
Station, Miami Police Department South Sub -Station, Orange Bowl
Stadium, Bobby Maduro Baseball Stadium and the Coconut Grove
Exhibition Center; and
CITY COMMISSION
ME£TI-MG OF
J U L J 1 1991
911 -
1.
WHEREAS, the City Manager and the Administrator of the
Department of General Services Administration and Solid Waste,
Property Maintenance Division, recommend that the bids received
from Schindler Elevator Corporation at a proposed total amount of.
$1,212.00 and Broward Elevator Maintenance Sales & Services at a
proposed amount of $15,180.00 plus $52.00 per hour for on -duty
mechanic during major events, on an as -needed basis, 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 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 May 20, 1991 bid of Schindler Elevator
Corporation and Broward Elevator Maintenance Sales & Services for
furnishing elevator maintenance at five (5) City locations on a
contract basis for one (1) year renewable annually for four (4)
additional one-year periods for the Department of General
Services Administration and Solid Waste, Property Maintenance
Division, at a total proposed cost of $16,392.00 plus $52.00 per
hour for on -duty mechanic during major events, on an as -needed
basis, is hereby accepted with funds therefor hereby allocated
from the 1991-92 Operating Budget Account Code No. 420401-670.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue Purchase Orders
for this service and thereafter to extend this contracty for
l� The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
91- 4.86
- 2 -
four additional one-year periods at the same pr.icp upon the same
terms and conditions, subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this llth day of July , 1991.
XAVIER L. SU REZ, YOR
ATTES
MATT HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL O. DIAZ
CHIEF ASSISTANT C TY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
JORGE L. I FERN EZ
CITY ATTORNEY
ROD/gmb/M234
9J.- 486
**,'' Ito
SID_SECURITY _LIST
DID ITEM: ELEVATOR MAINTENANCE
DID NO.s 90-91-093
DATE S ID (S ) OPENED: ___ A 1�Y —?z 0� 19 91 ____ 3 _0 �,p .,►}___,----------------
TOTAL D I D_ZOND_Jo r j .
]BIDDER DID_AHOUNT CASHIER'S _CHECK
__-
BROWARDELEVATOR SALES & SERVIC
See attached
_Rid----_----:
--wN--__—N-----_..
schindler elevator corp.
----------------
NO BID:
MIAMI ELEVATOR COMPANY
TRW.ELEVATOR SERVICES
----------------
---------------------
l--------------
---------------------------
--- -------- ----L
---------------------
-----------------
----------------
I--------------
---------------------
------- -----------------------
-------- -_--
-� i - - L! �L�-w
--- -•
-------------
------------N--
----------
-----_
----�I---------- N
--N-----N---
-w----------NNM
-----------
---- -------------
-------------
w---------------
-------------MM----
----------------------
'JU) �/� _ _ __ __ received (_ ) envelopes on behalf of
Person receiving bids)-
GSA/Solid Waste -Procurement Division _
(City Department) -- I/ --- —"'"-
S I G NI D t
(Deputy City Clerk)
' VA
H
LEGAL ADVERTISEMENT
err L' 4 ;.
Sealed bids will be received by the City of Miami City Clerk at
her office located sit 3500 Pan American Drive, Miami, Florida
33133 not later than 1i00 y.M. Ma4 JJ, MJJfor the furnishing of
all labor and materials as requirea for Elevator Maintenance
Services at five (5) City locations on a contract basis for one
(1) year for the Department of General Services Administration
and Solid Waste.
MANDATORY SITE VISIT/EXAMINATION OF EQUIPMENT WILL TAKE PLACE ON
MAY 8TH AND 9TH, 1991 AT THE TIMES AND LOCATTIONS LISTED ON THE
BID'S SPECIAL CONDITIONS, PAGE 3. FAILURE TO ATTEND WILL
DISQUALIFY YOUR BID.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City of Miami Minority/Women
Business Office, 1390 NW 20th Street, Second Floor, Miami,
Florida 33142, Telephone 575-5174.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
(Ad No. 6807)
Cesar H. Odio
City Manager
9�.- 486
OF
e
REQUISITION FOR ADVERTISEMENT
*This number must appear --
in the advertisement.
DEPT/DIV.. Procuremmnt
( for GSA/SW-Projerty Maine . X
t
GOO i
ACCOUNT CODE 9 2 0 4 01-- 28 7
4/;/91
DATE
PHONE 575--5174 ApPROV DBY:
j
PREPAREDBY Maritzd'Pa
cis
DIRE qTOFf
OF SSUINt3 ARTMENT
Publish the attached advertisement
one 1) times.
_-
(number of times)
Type of advertisement: legal_;
classified display -
-�._
(Check bne)
Size: Legal Starting date 2, 1991
First four words of advertisement. :aid No. 90--91--093: Sealed bids H�ilj. be...
i
1
EleyatoY Maintenance
Remarks: - i
(open May 20, 1991 - 3:00 p.m.)
i
t
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
i
DATE(S) OF
LINE
PUBLICATION
ADVERTISEMENT
INVOICE
AMOUNT'
0
Miami Review,
A-1
..q
crr,
B-2
i
C-3
i
r?
t
i
Fri
D-4
E-li
#
,� �'--
�►'
F3
F4
F5
F7
F8
F9
F101
F12
LINE
TRANS
VOUCHER:
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECTPROJECT
11
13
17118
125134
39142
45
50
51 56
57 62
63 65.66
71,
0
1
2
4
1
V
P
1
12101212
8
7
1
2
314
7
8 V P 121314
15 DESCRIPTION
36
DISCOUNT6
72 AMOUNT -: S0
5
2
0
0
2
0
1
1
1
1
j.,j
1
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department
Yello,o copy: 93 lvia Mendoza, City Clerk's Oi ice
Pink Copy: Maritze, Procurement managelflent
CITY OF MIAMI, FLORIDA 6)
INTER -OFFICE MEMORANDUM CA=2
To Honor le Mayor and Members
of t City Commission
�U�
ROM Cesar H . Odio
City Manager
DATE J U N 2 71991 FILE .
SUBJECT
REFERENCES
ENCLOSURES
Resolution Authorizing
Award of Bid No. 90-91-093;
Furnishing of Annual
Elevator Maintenance
It is respectfully recommended that the City Commission adopt the
attached resolution for the furnishing of annual elevator
maintenance at five (5) City of Miami facilities; to be awarded
to Schindler Elevator Corporation, a non-minority/non-local
company, at the proposed amount of $1,212.00 and Broward Elevator
Maintenance Sales & Services, a non-minority/non-local company,
at the proposed amount of $15,180.00 and $52.00 per hour for an
on -duty mechanic for major events, on an as needed basis; the
lowest responsible and responsive bidders in accordance with Bid
No. 90-91-093. The total cost for these contracts is estimated
to be $16,392.00, in which funds are available from the City of
Miami, Department of General Services Administration and Solid
Waste, Property Maintenance Division, 1991-92 Operating Budget,
Account Code No. 420401-670.
The General Services Administration and Solid Waste Department
has analyzed the bids received pursuant to Bid 90-91-093 for the
furnishing of annual elevator maintenance at five (5) City
facilities. Responsive bids were received from two companies,
both non -minorities. Schindler Elevator Corporation, located at
3284 North 29 Court, Hollywood, Florida, for a total amount of
$1,212.00 and Broward Elevator Sales and Service, located in Fort
Lauderdale, Florida at a total amount of $15,180.00 and $52.00
per hour for an on -duty mechanic for major events at the Orange
Bowl and Marine Stadium, on an as needed basis were the lowest
responsible and responsive bidders at a proposed total cost of
$16,392.00; and thus recommended for award.
AMOUNT OF BID: $16,392.00 + $52.00/hr. for on -duty mechanic
SOURCE OF FUNDS: Department of General Services Administration
and Solid Waste, Property Maintenance
Division, 1991-92 Operating Budget Account
Code No. 420401-670.
Attachments
it CA-.?_-1
91 -M 486
T1trr— i 0 —a 1 MON 1 �5 iGSA P 0 Z.
- 4)
CITY OF MIAMI, rLORIDA
INTER -OFFICE MEMORANDUM
TO Judy S. Carter
Chief Procurement Officer
FnnM:
OATE ' June 10 , 1991 FILE
61141ECT: Bid No. 90-91-093
Elevator Maintenance
REFERENCES ;
Ron E. Williamer Administrator
Department of General Services ENCLOSURES.
and Solid Waste
This department has verified available funding with the
Department of 'Management & Budget that funds are available to
cover the cost of the subject bid in the amount of $16,392.00,�R—
1991-92 General Services Administration and Solid Waste
Department, Property Maintenance Division, Account No, 420401.-
670.
BUDGETARY REVIEW & APPROVED BY:
Manohar Surana, Director
Department of Management
and Budget
91 186
FLORIDA
MANAGEMENT
O.• Box 330708
FL 33233-0708
L HONE NO. 575-5174
BID SHEET (cont'd.) BID NO. 90-91-093
i.
IMPORTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN
THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BIC
OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE
DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: None (Include cash discount for prompt payment, if any)
Not applicable only bidding
Additional discount of one item $ if awarded all items.
f warranty and/or guarantee:
i
i State any variances to specifications (use separate sheet if
necessary):
� immediatcDeliver : aYendar days required upon receipt of Purchase Order.
} Delivery Point(s): North Dittrict Police Station
i
In accordance with the Invitation to Bid, the Specifications, General Conditions, Special
conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
Please refer to Schindler Elevator
Corporation's Certification form
attached
(Please use the back of this page if more space is necessary)
Name of individual holding license in this profession (if applicable)
MtTHORTTY PROC f R RNT CO PT.I NCR!
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder:
(company name)
Signature:
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check c= box only)
[ ] BLACK [ ] HISPANIC [ ] FEMALE
"ET MSATTVE ACTION P .AN
If firm has an existing plan, effective date of implementation:
if firm does not have an existing plan, the Successful Bidder(s) shall be required t
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi
I for sample.
Bidder:
SCHINDLER ELEVATOR CORPORATION Signature:
k L:waYcaiiy name)
91.-- 486
1, JOHN S. M. KARNASH, Vice President and Secretary of Schindler Elevator Corporation, do hereby
certify that the following appointed officers and managers of Schindler Elevator Corporation, hold the
positions shown opposite their respective names:
D. J. Bauhs
President
J. L Cocca
Vice President, Field Operations
D. Forbes
Vice President, External Relations
J. F. Frantz
Vice President, Human Resources & Administration
R. W. Hess
Vice President & Chief Financial Officer
J. S. M. Kamash
Vice President & General Counsel
A. D. Lee
Vice President
M. W. Thomas
Vice President Engineering & Production
i
T. A. Vasold
Region Manager
- New York
E. T. Mach
District Manager
- Valley Stream
E. R. Dvorak
Region Manager
- Chicago
D. A. Roth
District Manager
- Detroit
W. E. Stroup
Region Manager
- Pittsburgh
i P. R. Marshall
District Manager
Cincinnati
i R. L Keen
Region Manager
- Washington, DC
R. T. Falduti
District Manager
- Charlotte
T. P. Caine
District Manager
- Richmond
J. A. lannaccone
District Manager
- Transit
J. L Crim
Region Manager
- Northeast
G. M. MacNeil
District Manager
- Boston/Hartford
R. L Boice
District Manager
- Philadelphia
K. C. Segel
Region Manager
- Dallas
H. J. Shea
District Manager
- Houston
` M. A. Dell Donne
District Manager
- New Orleans
S. G. Isphording
Region Manager
- Atlanta
R. Crespin
District Manager
- Puerto Rico
D. M. Russell
District Manager
- Orlando
R. H. Alexander
District Manager
- Hollywood
! E. R. Romnes
Region Manager
- Minneapolis
W. H. Eldred
District Manager
- St. Louis
S. L Stadelman
Region Manager
- Los Angeles
S. E. Barnette
District Manager
- San Francisco
D. T. Martin
District Manager
- Seattle
j A. G. Liposky
District Manager
- Honolulu
J. V. Corcoran
Manager
- Service Operations, Morristown
J. Sala
Manager
• Construction & Modernization Marketing,
Morristown
and that such persons have been authorized, consistent
with the corporate bylaws and resolutions
'! and when acting in the ordinary
course or conduct of
business, to sign proposals, bid bonds, and
contract bonds and to enter into contracts for the sale, installation, maintenance, inspection and
repair of apparatus, service and
supplies on behalf of
Schindler Elevator Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Schindler Elevator
Corporation.
3
SCHINDLER ELEVATOR CORPORATI
;.
Date: 02.25-81
By:
,
President & Secretary
y
91 -- ]k 8 6
,.ITY, OF MIAll, FLORIDA P• Box 330708
PROCUREMENT MANAGEMENT i, FL 33233-0708
DIVISION T PHONE NO, 575-5174
BID SHEET (cont'd.) BID NO. 90-91-093
ZM RTANT: BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN
THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID
OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE
DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: Net 30 na„n (Include cash discount for prompt payment, if any)
Ndditional discount of None if awarded all items.
warranty and/or guarantee: Contract term — nne 3zPar
State any variances to specifications (use separate sheet if
iecessary) : Non
)elivery: N/A calendar days required upon receipt of Purchase Order.
)elivery Point(s): N/A
n accordance with the Invitation to Bid, the Specifications, General Conditions, Special
'onditions, and General Information to Bidders, we agree to furnish the Items) at Prices
ndicated on the attached bid sheet(e).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
Miami Elevator Company Gary S. Bailey, President
7481 N. W. 66th Street Steven Matuson, Vice President
Miami, F1. 33166 Carolise Trupp, Secretary
Please use the back of this page if more space is necessary)
ame of individual holding license in this profession (if applicable)
Robert C. Roeers , Rodolfo Pedraza
-ie undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as
.,ended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
�plicable substantive and procedural provisions therein, incl ding any amendments thereto.
idder: Broward Elevator Sales & Service Signature: _.
(company name)
ate: 5/16/91 Print Name: Joseph Vendnla
ndicate-if Business is 51% Minority -owned: (Check One box only)
] BLACK [ ] HISPANIC [ ] FEMALE N/A
AFFIRMATIVE ACTION PLAN
firm has an existing plan, effective date of implementation: 1/1/91
firm does not have an existing plan, the Successful Bidder(s) shall be required to
tablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix
fcr sample.
idder: Broward Elevator Sales & Service Signature:
( company name) Joseph Vendo a, General Manager
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS RI_
bl-- 4SG
BID NO. 90-91-Q93
ITEM,: Elevator Maintenance at five (5) City
of Miami locations
DEPARTMENT: General Services Administration and
Solid Waste, Property Maintenance
Division
TYPE OF -PURCHASE: Contract for one (1) year renewable
annually for four (4) additional one
(1) year periods.
REASON: To furnish annual full service
elevator maintenance at the five (5)
City of Miami locations.
'• 19 Wit
BIDS RECEIVED: 2
TABULATION: Attached
FUNDS: 1991-92 Operating Budget Account Code
No. 420401-670.
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
17
2
MINORITY/WOMEN (W/M) VENDORS...........
2
0
Within City limits ..................
0
0
Registered with City ................
0
0
Black (B) Vendors..... ...............
1
0
Located within City limits..........
0
0
Registered with City ................
0
0
Female (F) Vendors .....................
1
0
Located within City limits..........
0
0
Registered with City ................
1
0
Hispanic (H) Vendors.. ..............
0
0
Located within City limits..........
0
0
Registered with City ................
0
0
NON MINORITY (NM) VENDORS ..............
15
2
Located within City limits..........
2
0
"No Bids" ..............................
-
3
Reasons for "No Bid" were as follows:
1. Miami Elevator Co. - "No Bid".
2. TRW Elevator Services - "Did not attend mandatory site visit".
3. Otis Elevator Co. - "Unable to comply with Bid requirements".
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO SCHINDLER ELEVATOR CORPORATION
IN THE AMOUNT OF $1,212.00 AND BROWARD
ELEVATOR MAINTENANCE SALES & SERVICE
IN THE AMOUNT OF $15,180.00 FOR A
TOTAL AMOUNT OF $16,392.M
r
hief UZlu men Officer
(0 .3 9!
D to
CITY OF MIAMI
TABULATION OF BIDS FOR BID 90-91-093
ANNUAL ELEVATOR MAINTENANCE
OPENED ON APRIL 10, 1991 AT 3:00 P.M. BY THE CITY CLERK'S OFFICE
{ AT CITY HALL
BIDS (annual cost)
SCHINDLER BROWARD
FACILITY ELEVATOR ELEVATOR
3289 N. 29 Ct. 229 SW 31 St.
Hollywood, FL Ft. Lauderdale, FL
Non -Minority Non -Minority
MPD North Sub -Station: one (1) $1,212 $1,440
passenger elevator -two (2)
landings
MPD South Sub -Station: one (1)------- 1,440
passenger elevator -two (2)
landings
Orange Bowl Stadium: four (4)------- 9,300
passenger elevators -
one (1) -three (3) landings
one (1) -four (4) landings
two (2) -five (5) landings
Bobby Maduro Baseball Stadium: ------- 3,000
one (1) passenger elevator
two (2) landing
Coconut Grove Exhibition Center: ------- 1,440
one (1) passenger elevator
two (2) landings
On -duty maintenance mechanic -------
at the Orange Bowl Stadium and
Bobby Maduro Baseball Stadium for
major events
$52 per hour
91- 486