HomeMy WebLinkAboutR-92-0370J-92-371
6/3/92
RESOLUTION NO.
13
92-- 370
A RESOLUTION ACCEPTING THE BID OF ALLIED
UNIVERSAL CORPORATION FOR THE FURNISHING OF
SWIMMING POOL CHEMICALS ON A CONTRACT BASIS
FOR ONE (1) YEAR WITH THE OPTION TO EXTEND
FOR AN ADDITIONAL ONE (1) YEAR PERIOD FOR THE
PARRS AND RECREATION DEPARTMENT AT AN
ESTIMATED FIRST YEAR COST OF $65,598.25;
ALLOCATING FUNDS THEREFOR FROM THE PARKS AND
RECREATION, RECREATIONS DIVISION GENERAL FUND
BUDGETS, ACCOUNT CODE NO. 880301-704 (FY
1992 - $20,000; FY 1993 - $45,598.26);
AUTHORIZING THE CITY.MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR THESE SUPPLIES 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 April 22, 1992 for the furnishing of swimming pool
chemicals on a contract basis for one (1) year with the option to
extend for an additional one (1) year period for the Department
of Parks and Recreation; and
WHEREAS, invitations were mailed to fifty-one (51) potential
suppliers and two (2) bids were received; and
WHEREAS, funds for this purchase are available from the
1992-1993 Appropriated General Fund Budgets, Account Code
No. 580301-704; and
CITY COMMISSION
blEF.TUTC OF
J UN 1 1 1992
Resolution No.
92- 370
WHEREAS, the City Manager and the Director of the Department
of Parks and Recreation recommend that the bid received from
Allied Universal Corporation 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 April 22, 1992 bid of Allied Universal
Corporation for the furnishing of swimming pool chemicals to the
Department of Parks and Recreation at an estimated first year
cost of $66,698.25 is hereby accepted with funds therefor hereby
allocated from the Parks and Recreation, Recreation Division
General Fund Budgets, A000unt Code No. 580301-704 (FY 1992 -
$20,000; FY 1993 - $45,698.25).
Section 3. The City Manager is hereby authorizedll to
instruct the Chief Procurement Offioer to issue Purchase Orders
for said supplies and thereafter to extend said contract for an
additional one (1) year period at the same prioe, terms and
conditions, subject to the availability of funds.
Section 4. This Resolution shall become effeotive
immediately upon its adoption.
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.
-2-
92- 370
"I
1 -
v y
PASSED AND ADOPTED this 11th day of June , 1992.
-241-± )
XAVIER L. UAREZ, MAYOR
ATTE
MAT UIRAI
CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
n _�W
A. Q t ES, III
CITY ATTBY
ROD:osk:M2986
M�jm
9 2 -~ 370
i —
{
DID_SECURITT_LIST
DID tTE2i: SWIM14IAG POOL, CHEMICALS
w�+—wN—�.r—ar--rw—r--s--�.—raNNr•
BID NO.* ..211_92 0 6 5 R_--------........
PATZ SID(3) OPENED: $�L—ifi�f. i�N---_ 1�.L a3Tri:------------ ----- -. 6w
TOTALsxD_iOitD�ar�
BIDDER IID AbOUNT CASHUR_S_CHECR
p-N-
Ng-
- --r N-
' gei attached
p POOL RITE ---��—
_A
=` [ALLIED UA I VE RS AL CO RP .---
00 BID.
ASHLAND CHEMICAL
TORIES, INC.
------------------
w 9q,*l---73 70
MAY`.. roe�i�od) out►�ia •4 on bebaI! of
'.
--o—
, N m0* s0aoltip ids
lMtaste Prbourement Division OR
.r.#�r.w�e►we..a�ttr— .e.+e.n.�.w
�lk�r rWN
`
IM-
w
C
LEGAL ADVERTISEMENT
D.ItL�L2
Sealed bids will be received by the City of Miami ,.`CitC1eik at
her office located at City Hall, 3500 Pan Americhnr D1v-6' A iami,
Florida 33133 not later than 10:30 am. April 22,E 1992 'fdf the
furnishing of swimming pool chemicals, as needed, on a contract
basis to the Department of Parks and Recreation.
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, as amended, 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 may be applied to those vendors whose primary
office is located in the City of Miami, provided the amount of
the bid or bid is not more than ten percent (10%) in excess of
the lowest other responsible bidder or bidder.
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. J=
82 Y3
Cesar H. Odio
City Manager
e • t�
CW (00 ffmm
REQUISITION FOR ADVERTISEMENT � This number must appear
in the advertisement.
Yrca�us:�:rnertit: (for Parks & Recreation) ;
oEr"r�iv
580301-287 8233
ACCOUNT CODE
DATE 4-6-92 F� PHONE 575--5174 APPROVED BY: /
PREPARED BY - Laura White r, '
o�r2 DIRECTOR & ISSUiWG DE RTMENT
r ,
Publish the attached advertisement one f 1) times.
(number of times)
Type of advertisement: legal X classified display
(Check One) I
Size: Leg4l
� - - Starting date
First lour words of adve6sement: Bid No. 91-92-065R: Seaded bids will be'....
Remarks: - _ Swimming Pool Chemicals
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
I
PUBLICATIOf
DATE(S) OF
ADVERTISEMENT
INVpICE
AMOUNT
'0
Miami Review
A;a
Miami Times
8-2
Daario Las Americas
;
C-3
D-d
r
+
F3
:. F4
F5
F7
F8
F9
F10
F11
F12
LINE
`<-',TaAN$
VOUCHER
DUE DATE
YY MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
BJE
PR'QJECT
11
13 -, . 17
18 1 i 25134
39142
145 50151
56
57 ; 62
63 65
66 71
0
1
2
4
1
V
P
'
I
I
I
I
1
1
121012121817[,
1
2
3.
4 ` 7
8 V P, 12
13
14
15 DESCRIPTION 36
64DISCOUNT69
72 AMOUNT 80
5
2
0:
i
White - Purchasing
Yellow Copy:
Pink Copy:;
i
Yellow - Finance Pipk-De went
Miriam Parra, City Clerk s Oftice
Laura, Procurement
Approved for Payment
_® 1
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM CA 6
4
TD The Honorable Mayor and Members DATE FILE
of the City Commission
MAY 2 21992
al SUBJECT Award of Bid #91-92-065R
Swimming Pool Chemicals
Cesar H . Odi t :i '
P REFERENCES
4 "RO"' City Manager�`
i ENCLOSURES:
�i
i
i
f
Recommendation:
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the lowest responsive and
responsible bid of Allied Universal Corporation of 8350 NW 93
Street, Miami, Florida, in the proposed amount of $65,598.25 for
providing twelve (12) swimming pool chemicals, as needed, on a
contract basis for a period of one (1) year to the Department of
Parks and Recreation.
jJ Background:
Pursuant to public notice, sealed bids were received April 22,
1992 for the purchase of twelve (12) swimming pool chemicals, as
specified, to be delivered as needed to the Department of Parks
and Recreation. Two (2) bids were received both from non -
minority vendors. Four (4) no bids were received.
Source of Funds:
In the 1992 Parks and Recreation, Recreation Division, General
Fund, in the proposed amount of $20,000 and in the proposed 1993
Parks and Recreation, Recreation Division, General Fund, in the
proposed amount of $45,598.25, subject to availability of funds.
Minority Participation:
Award is to a non -minority vendor.
92- 370
MAY-27-92 DIED 13: 46. CITY OF HI BUDGET FAX NO, 305 081 P, 02
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
70
Judy S. Carter
Chief Procurement Officer
General Services Administration
an Solid waste Department
/.�.
FROM• Alber, to� der, Director
GATE : FILE :
SUBJECT : Did #91-92-065R
Swimming Pool
Chemicals
REFERENCES :
s Department of Parks
and Recreation EfJCL03UAEs
F
This department has verified available and proposed funding with
the Budget Department that funds are available to cover the
proposed subject bid in the amount of $65,598.25. Funding is
from 1992 General Fund, Account Code 580301-704, in the amount of
$20,000, and the proposed 1993 General. Fund, Account Code
500301-704, in the proposed amount of $45,598.25, subject to
availability of funds.
BUDGETARY REVXEW & APPROVED BY:
Hano ar Surana, Director
Budget Department
JAP/Mic
9 2 - 370
3
�3c % JRIDA 13ID NO. _ - 92-065R
P
sjs op` .Limed) Aft
BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN T'
ACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENIt,'•:
�a,c'3S -PIP SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT �
'p BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: NET 30 (Include cash discount for prompt payment, if any)
Additional discount of N/A % if awarded all items.
Warranty and/or guarantee:
N/A
Delivery: 3 calendar days required upon receipt of Purchase Order or Notic
of Award.
N/A Number of calendar days required to complete work after start.
Delivery Point(s): As indicated in the Special Conditions
In accordance with the Invitation to Bid, the Specifications, General conditions, Spec:.?
Conditions, and General Information to Bidders, we agree to furnish the Items) at Price -
indicated nn the attached bid sheet(s).
-' NAMES OF COMPANY OWNERS}: NAMES OF COMPANY OFFICER(S):
Bernard Epstein Sernar-d spstein Pres id en` - —
j_J
Edward Epstein Robert Namoff - Vice President
Leon Namoff Leon Namoff - SEcretarv/Treasure_
_i
=1 a) List principal business address: (street address)
8350 NW 93 St., Miami, FL 33166
List 1 other offices located in the State of Florida: street address
t
b) Lis al ( )
= 9549 Rangeline Rd., Ft. Pierce, FL; 2320 Carver Dr., Leesburg FL
(Please use the back of this page if more space is necessary)
MTHORTTY PROCUREMENT CO P I N(` .
The undersigned bidder acknowledges that (e)he has received a copy of Ordinance #10062 a=
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with
applicable substantive and procedural provisions therein, includin any amendments thereto.
Bidder: Allied Universal Corp. Signature: - (�a L,
(company name) '
Date: April 21, 1992 Print Name: fJck M. New
Indicate if Business is 51% Minority -owned: (Check Q= box only)
f ] BLACK [ ] HISPANIC [ ] FEMALE
Tf firm has an existing plan, effective date of implementation:
if firm does not have an existing plan, the Successful Bidder(s) shall be required %r
=stablish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appen•li:
t for sample.
3idder: Allied Universal Corp. Signature:
( company name) 9 2 370
:ATLURE TO COMPLETE, SIGN, AN RETURN THIS-Ena ALIFY..Tx s B I B..S
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
FUNDS:
BID EVALUATION:
Am
16.1
AWARD OF BID 4
Bid No. 91-92- 55R
Swimming Pool Chemicals
Parks and Recreation
Contract for one (1) year with the option to
extend for an additional one (1) year period.
Needed for the day-to-day operation of the
City's ten (10) pools.
51
2
1992 and 1993 Appropriated General Fund
Budget, Account Code No. 580301-704
Bid
Invitations
_ Mailed
ALL VENDORS ............................ 51
MINORITY/FEMALE (M/F) VENDORS.......... 22
Within City limits .................. 3
Registered with City ................ 4
Bid
Responses
Black (B) Vendors ......................
9 0
Located within City limits..........
1 0
Registered with City ................
1 0
Female (F) Vendors .....................
5 0
Located within City limits..........
1 0
Registered with City ................
0 0
Hispanic (H) Vendors ...................
8 0
Located within City limits..........
1 0
Registered with City ................
3 0
NON MINORITY (NM) VENDORS ..............
29 2
Located within City limits..........
2 0
"No Bids'' .............................. - 4
9?- 370
City of Miami
Tabulations of Bids for Swimming Pool Chemicals
Bid No: 91-92-065R
Opened on 4/22/92 at 10:30 AM Allied (NM) Pool Rite (NM)
it
#
# 2
# 3
# 4
# 5
# 7
Universal
8350 NW 93 St., Miami, FL 33166
4221 SW
Unit
74 Ave., Miami, FL
33155
Unit
mscriRlio
Total
Price
Twtsli
41�
S27t3OQ.M
N/B
N/A
Liquified Chlorine Gas
700
(150 lb. Cylinders)
N/B
N/A
Sodium Hypochloride
ISO
(15 Gal. Drum)
S 39-QU
N/B
N/A
Sodium Hypochloride
10
(55 Gal. Drum)
$ 8.63
$17,260-00
58% Light Soda Ash 2,,000
1- 7,15 %U.,599-,U
(50 16. bag)
80 6 Y-U-M
$99.00
$ 7,920.00
Calcium Hypochloride
Dry Granular
70% available chlorine
(100 lb. Drum)
Muriatic Acid - 28oBaume
60 N/B N/A
N/B
N/A
1 (1 Gal. Jugs)
, 0
80---U
$ 6.20
$ 124.00
Mu riatic Acid - 20 Baume
20 S 4.00 $
(4 x 1 Gal.)
AWARD OF BID
Bid No. 91-92-065g
ITEM: Swimming Pool Chemicals
DEPARTMENT: Parks and Recreation
TYPEOF PURCHASE: Contract for one (1) year with the option to
extend for an additional one (1) year period.
REASON: Needed for the day-to-day operation of the
City's ten (10) pools.
POTENTIAL BIDDERS: 51
BIDS RECEIVED• 2
FUNDS: 1992 and 1993 Appropriated Genera]. Fund
Budget, Account Code No. 580301-704
BID EVALUATION:
Bid
Invitations
Bid
Mailed
Responses
ALL VENDORS ............................
51
2
MINORITY/FEMALE (M/F) VENDORS..........
22
0
Within City limits ..................
3
0
Registered with City ................
4
0
Black (B) Vendors ......................
9
0
Located within City limits..........
1
0
Registered with City ................
1
0
Female(F) Vendors .....................
5
0
Located within City limits..........
1
0
Registered with City ................
0
0
Hispanic (H) Vendors ...................
8
0
Located within City limits..........
1
0
Registered with City ................
3
0
NON MINORITY (NM) VENDORS ..............
29
2
Located within City limits..........
2
0
"No Bids'. ..............................
-
4
912- 370
Reasons for "No Bid" were as follows:
I.
Ashland Chemicals
- "Delivery limitations".
2.
United Labs, Inc.
- "Cannot match specs".
3.
Vemi International
Corp. - "At the present time
we decline to make
our offer".
4.
Lecounte Building
Maint. - "We do not supply the
requested items".
RECOMMENDATION:
IT IS RECOMMENDED THAT THE
AWARD BE MADE TO
ALLIED UNIVERSAL CORPORATION AT A TOTAL
ESTIMATED FIRST YEAR COST OF
$65,598.25.
hief •Vxetureient Office
Date
92- 370
City of Miami
Tabulations of Bids for Swimming pool Chemicals
Bid No: 91-92-065R
Opened on 4/22/92 at 10:30 AM
# 2
# 3
# 4
# 5
W
# 6
# 7
Allied (NM)
pool
Inc,
Rite (NM)
Universal
8350 NW 93 St., Miami, FL 33166
422
Unit1 SW
74 Ave., Miami, FL
33155
Unit
uty, krUg Total
kri=
=A1
Liquified Chlorine Gas
700
N/B
N/A
(150 lb. Cylinders)
Sodium Hypochloride
150 1,912.50
N/B
N/A
(15 Gal. Drum)
Sodium Hypochloride
10 S 390.00
N/B
N/A
(55 Gal. Drum)
58% Light Soda Ash 2,000
7.75 53,5459kM
8.63
$17,260.00
(50 lb. bag)
Calcium Hypochloride
80 S84,90 1-64322J44
$99.00
$ 7,920-00
Dry Granular
70% available chlorine
(100 lb. Drum)
Muriatic Acid - 28 0 Baume
60 N/B N/A
N/B
N/A
(1 Gal. Jugs)
0
S 80.00
$ 6.20
$ 124.00
Muriatic Acid - 20 Baume
20 A-110
(4 x 1 Gal.)
city of Miami
Tabulations of Bids for Swimming Pool Chemicals
Bid No: 91-92-065R
Page (2)
Allied (NM)
Pool Rite (NM)
Inc.
Universal
8350 NW 93 Street
4221 SW
74 Avenue
Miami, Florida 33166
Miami, Florida 33155
Unit
Unit*
SKID
Descripli2n g_ty, Price Total
Price
TQtAl
8
Diatomaceous Earth
700 S 6,23k.M
$ 9.43
$6,601.00
(50 lb. bag)
# 9
Diatomaceous Earth
100 S 2.4g S 240.00
$ 3.16
$ 316-00
( 5 x 10 bags)
#10
Sodium Bicarbonate
50 S 42.5-M
$10.93
$ 546.50
(100 lb. bag)
#11
Calcium Chloride
50 S 467.50
$ 9.50
$ 475-00
(100 lb. bag)
#12
Trichloro-S-Trazinetrione
75 S 1.90 lb-. S 5,343.75
$ 2.93
lb. $8,240.62
(37 1/2 lb. Pails)
#13
Tri-Sodium Phosphate
25 S3,1,31 S 847.50
$38.00
$ 950.00
(100 lb. bags)
R
?I