Loading...
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