Loading...
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