Loading...
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