HomeMy WebLinkAboutR-94-0228J-94-253
3/11/94 t�
RESOLUTION NO. -94 ` 2 2 8
A RESOLUTION ACCEPTING THE BID OF ROCHESTER
MIDLAND CORP. FOR THE FURNISHING,
INSTALLATION AND MAINTENANCE OF THE DRIP
DEODORIZING SYSTEMS FOR VARIOUS RESTROOM
FACILITIES THROUGHOUT THE CITY ON A CONTRACT
BASIS FOR ONE (1) YEAR WITH THE OPTION TO
EXTEND FOR AN ADDITIONAL ONE (1) YEAR PERIOD
FOR THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION AND SOLID WASTE/PROPERTY
MAINTENANCE DIVISION AT A PROPOSED ANNUAL
COST OF $8,130.00; ALLOCATING FUNDS THEREFOR
FROM ACCOUNT CODE NO. 421001-340; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS SERVICE, AND THEREAFTER TO EXTEND
THIS CONTRACT FOR AN ADDITIONAL ONE (1) YEAR
PERIOD, AT THE SAME PRICE, TERMS AND
CONDITIONS, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received February 7, 1994 for the furnishing, installation and
maintenance of the drip deodorizing systems for various restroom
facilities throughout the City on a contract basis for a period
of one (1) year with the option to extend for an additional one
(1) year period for the Department of General Services
Administration and Solid Waste/Property Maintenance Division;
WHEREAS, invitations were mailed to thirteen (13) potential
bidders and one (1) bid was received; and
WHEREAS, funds for this purchase are available from Account
Code No. 421001-340; and
CITY COMMSSION
MEETING OF
APR 1 4 'q94
Resolution No.
94- 228
WHEREAS, these systems are needed to maintain odor free
restroom facilities through out the City; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste recommend that the bid received from Rochester
Midland Corp. be accepted as the lowest most responsible and
responsive bid;
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 February 7, 1994 bid of Rochester Midland
Corp. for the furnishing, installation and maintenance of the
drip deodorizing systems for restroom facilities throughout the
City on a contract basis for a one (1) year period with the
option to extend for an additional one (1) year period for the
Department of General Services Administration and Solid
Waste/Property Maintenance Division at a proposed annual cost of
$8,130.00 is hereby accepted, with funds therefor hereby
allocated from Account Code No. 421001-340.
-2-
94- 228
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service and thereafter to extend this contract for an
additional one (1) year period, at the same price, terms and
conditions, subject to the availability of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th day of April , 1994.
8-TEPIMN P. CLA , MAYOR
ATT
MAT Y HIRAI, CITY CLERK
PREPARED AND --ROVED BY:
RAFAE O._DIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A 1!UXRN JO S, III
CITY ATTOR
-3-
94- 228
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUA
TO: Honorable Mayor and Members
of the City Commission
FROM : Cesa io
City ger
0
DATE : " 3 1 M94
CA-5
FILE
Resolution authorizing
SUBJECT: award of Bid 92-94-028
Drip Deodorizing Systems
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission pass the
attached resolution awarding the subject bid for the furnishing,
installation and maintenance of Drip Deodorizing Systems on a
contract basis for a one (1) year period to Rochester Midland
Corporation, a non -minority, non -local vendor located at 4500 Oak
Circle, Boca Raton, Florida, 33431, as the only responsible and
responsive bidder in accordance with Bid No. 93-94-028. These
systems will be placed at the Don Hickman Administration
Building, City Hall, Police Department, General Services
Administration, Solid Waste and other city facilities. The annual
cost of this service is estimated to be $8,130 ($974.85 per
month) for which funds are available from the Department of
General Services Administration and Solid Waste/Property
Maintenance Division Account Code No. 420401-670.
The Department of General Services Administration and Solid Waste
has analyzed the bid received pursuant to Bid No. 93-94-028 for
drip deodorizing systems. This contract consists of the
furnishing, installation and monthly maintenance of 201 Drip
Deodorizing Systems to placed on toilets and urinals located at
various City of Miami facilities. It was determined that
Rochester Midland Corporation was the only responsible and
responsive bidder meeting all City requirements and therefore
recommended for award at a total proposed cost of $8,130.
Award is to a Non -Minority Vendor
94- 228
0
MAR-15-94 TUE 15:55 CITY r"11AMI BUDGET
SENT BY: PROCRUENT MANAGE\1E\T ; 3 -11- 94 ; 9 :19AM
FAX NO. '- '"5796061
CITY OF ,MIAMI-
CITY OF MAW, rLOnJOA
INTER-OfR.CE MEMORANDUM
TO Judy S . Carter
Chief Procurement Officer
Procurement Management Divisiun
FROM '
Ron B. Williams
Assistant City Manager
DATE
P. 02
3055798081;# 1/ 1
FILE :
15LWICTDrip Deodorizing Systems
Bid No. 93-94-028
REFERENCES
ENCLOSURES '
The Department of General.Scrvices Administration and Solid Waste
has verified available funding with the Department. of Budget that
funds are available to cover the cost of the subject service in
the amount of $8,130,00. Funds are available from Account No.
421001-340.
BUDGETARY REVIEW & APPROVED BY:
Surana, Assistant City M�anoharna.g.®r
Department of Management
and Budget
Post -It`" brand fax transrni!!al M61110 76711 a of P6698 +
94- 228
3
CITY OF MIAMI, FLORIDA �. BID NO. 93-94-028
BID SHEET (Continued)
IMPORTANT: BID SHEET AND ATTACHMENTS 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: Al �0 (Include cash discount for prompt payment, if any)
+ Additional discount of AJ A �% if a arded all items.
Warranty and/or guarantee:
r
Delivery: -5 calendar days required upon receipt of Purchase Order or Notice
of Award.
Number of calendar days required to complete work after start.
All
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):
NAtME5 OFF CQ,M�ANY OFF,ICER (S) : �
e ;12Sr;�r,�
13 MwN - A0 -
a) List pri cipal tusiness address: (street address)
&W, ihony.v i,�Zipu*`Ibrr 116e? ellgml_&'hm�
b) List all other offices located in the State of Florida: (street address)
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 ae
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with a13
applicable substantive and procedural provisions therein, inclu 'ng any amen ents thereto.
.,
Bidder;�fitYXi,�S�' 2, /�l�r�%r,-n �� r0/,,o • Signature..
(company nantel
i
Date:
d
Print
Name: :6A6-,,�,'
Indicate if
Business is
51%
Minority -owned:
(Check sne box only)
f 1 BLACK f
l HISPANIC
f l
FEMALE
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 am ed. See Appendi
I for sample.
Bidder Xce4lPjltT'A« 141,-r-d4pSignature: A&
(company name) U—��
228
""• '•'•' '•^ ^^h•^' rTP- #%•f%to AIJn nrTIIDki Tu1c cnom MAY ntcn m TFY THTS ATD.
1
1
1
POTENTIAL BIDDERS:
BIDS RECEIVED:
FUNDS:
BID TABULATION:
BID EVALUATION:
Bid No. 93-94-028
Drip Deodorizing Systems
General Services Administration and Solid
Waste/Property Maintenance Division.
On a contract basis for one (1) year with the
option to extend for an additional one (1)
year period.
To provide drip deodorizing systems for
various restroom facilities throughout the
City.
13
1
Account Code No. 421001-340
Rochester Midland Corp. $8,130.00
Bid
Invitations
Mailed
ALL VENDORS ............................ 13
MINORITY/FEMALE (M/F) VENDORS..........
2
Within City limits ..................
0
Registered with City ................
0
Black (B) Vendors .. .. ................
1
Located within City limits..........
0
Registered with City ................
0
Female (F) Vendors . ... ...............
0
Located within City limits..........
0
Registered with City ................
0
Hispanic (H) Vendors.. ............
1
Located within City limits..........
0
Registered with City ................
0
NON MINORITY (NM) VENDORS ..............
11
Located within City limits..........
1
"No Bids ................................
-
Bid
Responses
1
0
0
0
0
0
0
0
0
0
0
0
0
1
0
2
4a
94— 228 2
Reasons) for NOT awarding to local vendor:
Local vendor did not respond to the invitation to bid
Reason(s) for NO BIDS are as follows:
Cobel Industries- unable to meet specs
American Envirotech- company does not sell or install drip systems
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
ROCHESTER MIDLAND CORP. A NON -LOCAL, NON -
MINORITY VENDOR AT A PROPOSED FIRST YEAR
COST OF $8,130.00
Date
94- 228
r
i
DRIP DEODORIZING SYSTEM
BID 50.6 93-94-028
!A_; I#ID(S) OZENEDS FEBRUARY 7, 1994 10:30 a.nt.
JO-S-1L AID SO1tD�or2 7z)
IDDER 1D 4i2V ? LSEIj '5_CM1CK
ROCHESTER MIDLAND CORP.
We received o
y one copy of the bid
NO BID:
COBEL• INDUSTRIES , INC.
AMERICAI4 ENVIROTECH INC.
---
---------- -
------------------
-1-��--M-N-M-_____
-
---------
w.dM•--_--�-
»�-_--_
--------------
-.Milts w-��/�
tatL__--_ t�cai�ad t3�) oavalopas on Dabali of
(Par• a �coiviaj bids)
GSA/Solid waste -Procurement Division _- �:_7_� %,Y ____________�
(CitJ Tega'rtmtat)-_-__-_---w-_-_
r
SICNEDi __
(Di utj Citj- 19i,_1)r�_-�
.94
i
LEGAL ADVERTISEMENT 'e rr
BID N0. 93-94-028 ----D
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida,
33133 not later than 1000 a.m. February 70 1994
for the furnishing, installation and maintenance of Drip
Deodorizing Systems for toilets and urinals on a contract basis
for one (1) year for the Department of General Services
Administration/Property Maintenance Division.
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 Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Local preference Section 18-52 1(.h � of the City Code, as amended,
states that the City Commission may offer to a responsible and
responsive local bidder, whose primary office is located in the
City of Miami, the opportunity of accepting a bid at the low bid
amount, if the original bid amount submitted by the local vendor
does not exceed 110 percent of the lowest other responsible and
responsive bidder.
The City reserves the right to request copies of the
occupational license, professional and/or trade licenses,
corporate charter and any other documents to verify the location
of the firm's primary office.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 1712)
Cesar H. Odio
City Manager
.. , • o "I",
City of Miami 1712
This number must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement
INSTRUCTIONS: Please e and attach a gopy of the adyertl§gment with this reoulsitign,
1, Department:
GSA
2. Division:
PROPERTY MAINTENANCE
3, . Account Cocle number:
421001-287.
4. Is this a confirmation:
❑ Yes No
5. Prepared by:
ROBIN BOCLAIR
6.* Size- of 6'64irtise'ment:
'Leqal
7. Starting date:
Januar 18, 1994
8. Telephone number:
575-5174-
9. Number of, times this'advertisement. is to be
publishe&'. one
10. Type of advertisement*.'
12 Legal El Classified Cj Display
11. Remarks:,
Bid No. 93-94-028 Depdorizers
12.
Publication
".011, N
Date(s) of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
MIAMI TIMES
DIARIO -LAS AMERICAS
N,
i 13.,
i El Approved
EJ Disapproved
of It
/136partment Director Des" nee Date
Approved for Payment Date
0 JGS/PC. 503 Rev. 12/89 j Routing: Forward White and Canary to G.B.A. (Procurement management) anct retain PinK COPY.
DISTRIBUTION: White - G.S.A.; Canary - Department