Loading...
HomeMy WebLinkAboutR-88-0499J-88-519 5-26-88 RESOLUTION NO. '--4' A RESOLUTION ACCEPTING THE BIDS OF ALLIED UNIVERSAL CORPORATION AT A PROPOSED COST OF $47,624.00, AND ASHLAND CHEMICAL COMPANY AT A PROPOSED COST OF $25,315.00 FOR FURNISHING SWIMMING POOL CHEMICALS ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO RENEW FOR ONE (1) ADDITIONAL ONE YEAR PERIOD TO THE DEPARTMENT OF PARKS, RECREATION AND PUBLIC FACILITIES AT A TOTAL PROPOSED COST OF $72,939.00: ALLOCATING FUNDS THEREFOR FROM THE 1987-88 GENERAL FUND OPERATING BUDGET ACCOUNT CODE NO. 580301-704 ($32,777.00) AND 1988-89 OPERATING BUDGET ACCOUNT CODE NO. 580301- 704 ($40,162.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE MATERIALS AND TO EXTEND THESE CONTRACTS FOR ONE (1) ADDITIONAL YEAR UNDER THE SAME TERMS, PRICES AND CONDITIONS AND SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received May 2, 1988 for the furnishing of Swimming Pool Chemicals to the Department of Parks, Recreation and Public Facilities; and WHEREAS, invitations were mailed to twenty-seven (27) potential suppliers and six (6) bids were received; and WHEREAS, funds for this purchase are available in the 1987-88 General Fund Operating Budget Account Code No. 580301-704 ($32,777.00) and 1988-89 Operating Budget Account Code No. 580301-704 ($40,162.00); and WHEREAS, these materials will be used by the Department of Parks, Recreation and Public Facilities for the purpose of maintaining the water at the City's Swimming Pools in safe and sanitary conditions; and WHEREAS, the City Manager and the Director of the Department of Parks, Recreation and Public Facilities recommend that the bids received from Allied Universal Corporation and Ashland Chemical Company be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF JUN 9 1988 DN No. R8 Section 1. The May 2, 1988 bids of Allied Universal Corporation at a proposed cost of $47,624.00 and Ashland Chemical Company at a proposed cost of $25,315,00 for furnishing swimming pool chemicals on a contract basis for One (1) year with the option to renew for an additional one (1) year period to the Department of Parks, Recreation and Public Facilities at a total proposed cost of $72#939.00 are hereby accepted with funds therefor hereby allocated from the 1987-88 General Fund Operating Budget Account Code No. 580301-704 ($32,777.00) and 1988-89 Operating Budget Account Code No. 580301-704 ($40,162.00). Section 2. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue Purchase Orders for these materials and to extend these contracts for one (1) additional year under the same terms, prices and conditions and subject to the availability of funds. PASSED AND ADOPTED this 9th day of ATTEST: MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JOR L.` FERqANDEZ CITY ATTORNE _. ..' June 1988. XAVIER L. U EZ MAYOR -2- 88-499. lTEri Sz�immilaa_p,,,.1. Chemicals BID SECURITY OATS •ID& RECEIVED May 2, 1988 2 : 30pm TYPE OF SECURITY BIDDER TOTAL AMOUNT Allied Universal Broken down by items PB&S Chemical Company to Rex Chemical Corp. " to NIAM, Inc. of Florida " of Burris Chemical " Ashland Chemical " Royal Palm Chemical Co. NO BID: Southern Mill Creek Products Barco Chemical, INc. Jones Chemicals, Inc. Co RECEIFD pn.,4ehalf of PURCHASING DIV./PUBLIC WORKS C ��� envelopes. SIGgED r .�'� "�-^.�� � �---'' DATE: Rccclvei 46 skewer de(W1694 tlwcki thl �f�y •1 1`� POR ACCOUNTING, DIVIigN LEGAL ADVERTISEMENT l ; "?" rl BtD NGs_ V--88�078 t-_..} sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan Arneric Drive, Miami, Florida, 33133 not later than :30 p.m. May 2; 1988 for the furnishing of swimming Pool Chemicals, as needed, on a contract basis to the ` Denartment of. Parks, Recreation and Public Facilities. 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 579-6380. 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. 5132 ) 10 :Z s I Udv e ► r Cesar H. odio City Manager 9S-499_ Z vi Gov MUM REQUISITION FOR ADVERTISEMENT This number must appear DEPT'DIV. in the advertisement. ACCOUNT CODE DATE ____ PHONE APPROVED BY: PREPARED BY DIRECTOR OF ISSUING DEPARTMENT Publish the attached advertisement times. (number of times) Type of advertisement: legal classified display (Check One) Size: Starting date First four words of advertisement: Remarks: DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT /' 4; V• A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 2534 39 42 45 50 51 56 57 62 63 65,66 71 0 1 2 4 1 V P1210121I-F218171 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 010121011 Approved for Payment White — Purchasing Yellow - Finance Pink — Department ,98-499 To Honorable Mayor and Members of the City Commission FROM Cesar H. Odio City Manager RECOMMENDATION, C& CItY OF MIAMI. PLORIOA INTtAgOPFICt M MONANDUM DATE: HAY ? i 1988 PILE: suadEcr. Award of Bid #87-88`078 Swimming Pool Chemicals Contract REFERENCES, ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution accepting the lowest responsive and responsible bids of Allied Universal Corporation in the proposed amount of $47,624.00 and Ashland Chemical Company in the proposed amount of $25,315.00 for providing nine (9) swimming pool chemicals, as needed, on a contract basis for a period of one (1) year, to the Department of Parks, Recreation, and Public Facilities. This contract may, be extended *by the City DIanager for an additional one-year period. BACKGROUND: Pursuant to public notice, sealed bids were received May 2, 1988 for the purchase of nine (9) swimming pool chemicals, as specified, to be delivered as needed to the Department of Parks, Recreation, and Public Facilities. Bid invitations were sent to twenty-six (26) potential suppliers, of which seven (7) are classified as minorities. In addition, thirteen (13) courtesy bids were sent to participating minority organizations. Seven (7) bids, including one (1) from a Hispanic minority firm and one (1) from a black/women minority firm, and four (4) no -bids were received. These bids, upon formal acceptance, will establish unit pricing for purchases during the next one (1) year period. These chemicals .will be utilized at the City's ten (10) swimming pools for the purpose of maintaining the water in a safe and sanitary condition. Funding for these purchases is available in the Parks, Recreation, and Public Facilities General Fund Operating Budget. CC: Carlos F. Smith 98-499 ItItY OP MIAMI. FLORIDA INTt:ft, SFFICE MEMORANDUM TO Gilliam J. Schaut DATE May 13, 1988 BILE. Procurement Supervisor Gener Servi a ministration SUBJECT purchase of Swibming 111tak& y' Pbol Chemicals FROM. alter E. Golbq, Dir Ctor REFERENCES: Department of•Parks, Recreation, and Public Facilities ENCLOSURES. This department has verified available funding with * the Departments of Finance and Management and Budget. Monies are available to cover subject purchase during this fiscal year in the amount of $ 32,777.00 Account Code Number: 580301-704 $ 40,162.00 1988-89 Operating,Bu get, subject to availability of funds. FINANCE REVIEW AND BUDGETARY REVIEW AND APPROVAL: APPROVAL: Carlos Garcia, Director Finance Department v Manohar S. Surana, Director Management and Budget Dept. RECEIVED Gicy of rAlami r. F^^.Curt": • p R8-499. AWARD OF BID Bid No. 87=88=078 ITM. Swimming Pool Chemicals DEPARTMENT: Parks and Recreation, and Public Facilities TYPE OF PURCHASEt Contract for one (1) year, with the option to renew for one (1) additional year REASON: To maintain the water in a safe and sanitary conditions at the City's swimming pools. POTENTIAL BIDDERS: 27 BIDS RECEIVED: 6 TABULATION: Attached FUNDS: 1987-88 General Fund Operating Budget Account Code No. 580301-704 ($32,777.00) and 1988-89 Operating Budget ($40,162.001. MINORITY PARTICIPATION: Invitations to bid were sent to One 1 black and six (6) hispanic firms engaged in the sale of Pool Chemicals, as indicated in the following sources: 1. Previous bids for similar items 2. Dade County Minority Register Directory 3. �Ellow ^agcr. Tcicphonc Book Minority responses consisted of one (1) bid from an Hispanic firm and one (1) black firm. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman owned Non -Minority New Bidders Following is an Invitation to Bid: Number of Bid Invitations Mailed 0 1 0 14 analysis of the Number of Responses 0 1 0 2 Black American 1 1 Hispanic American 5 0 Woman owned 0 0 Non -Minority 6 2 Courtesy Notifications 13 0 "No Bids" - 4 Late Bids - 0 Totals 40 10 Reasons for "No Bid" were as follows: 1. Southern Mill Creek Prod. "We do not sell this type of chemicals." 2. Barco Chemical, Inc. "Unable to bid on this type of products." 3. Jones Chemical "Unable to bid at this time." 4. Royal Palm Chemical "Does not meet specifications" Page 1 0£ 2 8-499. 3 RtCOMMMAtIoNi IT 18 RECOMMENDED THAT THE AWARD 139 MADE To ALLIED UNIVERSAL CORPORATION IN THE ESTIMATED AMOUNT OF $47,624.00i AND A814LAND CHEMICAL COMPANY IN THE ESTIMATED AMOUNT OF $25,315.00 FOR A TOTAL ESTIMATED AMOUNT OF $72,939.00. Procurement Supervisor s /� � le P')' Date The Minority Procurement Officer concurs with the above recommendation. Officer Date S Page 2 of 2 88-499/--/ BID SECURITY 9Tgo c44immins..pacL Chemicals OATt $101 NlCEtvt0 May 2, 1988 2: 30pm 87-88-078 77PE OF SECURITY itD�ER TOTAL ANDVW7 Allied Universal Broken down by items PB S Chemical Company 41r^, Rex Chemical Corp. NIAM, Inc. of Florida Burris Chemical Ashland Chemical Royal Palm Chemical Co. NO BID: Southern Mill Creek Prpducts Barco Chemical, INc. Jones Chemicals Inc. Co SIGN Y" vn Denair or PURCHASING DIV,/PUBLIC WORKS SIGNED::envelopes. . DATE: �ccc�"'d �+� ��•� �lotfvl�r� sleek• Kt• ticy �1 1� 5 Air .r.......�,..• ��rK1AM ��..�A J-J. TABULATION OF BIDS FOR A. I M /AYE !'O C.c- Cr,' GOT e...r. G•r am& i► a R.a.-.1 b oft o1 U.0". /1n.M P. IL A SraL AJ/) e21� M P4'-S P4 CM loom w.. OtsGdlf�Ow WIT [NIT UNIT UNIT [SNIT WIT UNIT / L/ ID 4.ttCitiL. 5L_ GG 4 .t?O 3a� — -" 1 454. ;5 36 4G5 (•c-. Uc, 47 G. <�) — - G.� _3" Zn L ;oJil ASlJ /Cc-". 1-7cr— /;7.Qc-) 3L43Ci 3-GU Z21Uo /3.CCD 17-/UO 3 c.a�c.uH H O_urcGe/�c /c. ��:� c• B?. w o vJ 7c ` — /is. �5 ,c. r a r. �; .c,.. �E.c, — /�,.•, cc _ .� �� 'j GAL CoCi ?.Giu /ZO I O Z •LIJ / 3 /.20 %O S a�rrcw,/acEc •.5 �s�.c�i. 5c s /5 Oo /4.�- 3 Z / /cIL co b 5�.�, vf! a cs�rr �. /cc z� zz. 0 — 3c, C-/�LG,U.s CHGG�L, G /ccy^ GS /9.5� i��. c> .ou7 /%OCR %�I 4 / / /i �. o(� Ao 00 u 8 Te.u,« ems. �iG rs )-c p0. h?§ -- -- 54. _ rC, _ c,C 9.SC7 Z00 44l.c) / /Jc� s;_.c;. 45c. _?4� f9� =��� SS-o /3�5 x, cc .-- d. K ,.two A .�.•dS�ab/L#' 0 PACT SHEET bib # 87-88=078 i SUNM7MG POOL CHEMICALS CONTRACT l) ITtMe LIQUEPin CHLORINE GAS (150 I.B. CYLINDER) RECOHMENDtb VENDOR: ALLIED UNIVERSAL CORPORATION UNIT PRICE: $49.00 REASONING: LOWEST ACCEPTABLE BID The low bid by Royal Palm Chemicals Company, Inc. of $46.00 per unit is rejected for the following reasons: 1) A reliable, uninterrupted supply of chlorine is vital to the successful operation of the City's pools. This is a new bidder with no history of supplying chemicals for the City's pools, and they are unable to supply references as to present or past accounts of a scope and size equivalent to the City's needs. We are unable, therefore to verify their ability to adequately supply our needs. 2) Our initial attempts to contact this bidder (during normal business hours) regarding questions pertaining to this bid were met with an answering machine and the call was not returned until the middle of the next day. Again, prompt response. on orders is necessary if the pools are to operate without interruption. 3) Chlorine is a dangerous, highly toxic chemical. Any leaks or other mishaps place the entire neighborhood surrounding the pool at risk. This bidder does not naintain a 24-hour emergency telephone number or insurance. 4) The supplier used by this bidder (Jones Chemicals, Inc.) has a poor safety record with their chlorine cylinders and containers. 88-499_ 7 l_T.EM: 58% LIGHT SODA ASH (100# BAG) RECOMMENDED VENDOR: ASHLAND CHEMICAL COMPANY UNIT -PRICE : $11.00 REASON_ING6 LOW BID Dual low bids were received froth Ashland and Burris Chemical, Inc. As Ashland was low bidder on multiple items, this award is recommended to keep the number of suppliers to a minimum, thereby simplifying the ordering process. 8) ITEM: CALCIUM HYPOCHLORITE, 70% AVAILABLE C12 (100# DRUM) RECOMMENDED VENDOR: ALLIED UNIVERSAL CORPORATION UNIT PRICE: $87.80 REASONING: LOW BID - MEETS SPECIFICATIONS 4) ITEM: MURIATIC ACID 200 BAUME ( 1 GAL. JUG) RECOMMENDED VENDOR: ASHLAND CHEMICAL COMPANY UNIT PRICE: $1.50 REASONING: LOW BID Dual low bids were received from Ashland and Royal Palm Chemical Company, Inc. As Ashland was low bidder on multiple items, this award is recommended to keep the number of suppliers to a minimum, thereby simplifying the ordering process. 5 ) ITEii : DIATOMACEGU S EARTH (500- BAG) RECOMMENDED VENDOR: ASHLAND CHEMICAL COMPANY UNIT PRICE: $10.00 REASONING: LOW BID Dual low bids were received from Ashland and P.B. & S. Chemical. As Ashland was low bidder on multiple items, this award is recommended to keep the number of suppliers to a minimum, thereby simplifying the ordering process. In addition, Ashland should be given local bidder preference, as P.B. & S. is located in Fort Lauderdale. 88-499 6) ITEM: SODIUM BICARBONATE (100# BAG) RECOMMENbEb_V.EN "kt ASHLAND CHEMICAL COMPAN& UNIT PRICEt $22.00 REASONING: LOW BID Dual low bids were received from Ashland and P.B. & S. Chemical. As Ashland was low bidder on multiple items, this award is recommended to keep the number of suppliers to a minimum, thereby simplifying the ordering process. In addition, Ashland should be given local bidder preference, as P.B. & Si is located in Fort Lauderdale. 7) ITEM: CALCIUM CHLORIDE (100# BAG) RECOMMENDED VENDOR: ASHLAND CHEMICAL COMPANY UNIT PRICE: $16.00 REASONING: LOW BID Dual low bids were received from Ashland and P.R. & S. Chemical. As Ashland was low bidder on multiple items, this award is recommended to keep the number of suppliers to a minimum, thereby simplifying the ordering process. In addition, Ashland should be given local bidder preference, as P.B. & S. is located in Fort Lauderdale. 8) ITEM: TRICHLORO-S-TRIAZINETRIONE (37 1/2 LB. PAIL) RECOMMENDED VENDOR: ALLIED UNIVERSAL CORPORATION " UNIT PRICE: $2.10 PER LB. REASONING: LOW BID — MEETS SPECIFICATIONS 9) ITEM: TRI-SODIUM PHOSPHATE (1000 BAG) RECOMMENDED VENDOR: ASHLAND CHEMICAL COMPANY UNIT PRICE: $27.00 REASONING: LOW BID - MEETS SPECIFICATIONS SS -499. 6 v 6 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID NO. 87-88-078 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: Net 30 Days (Include cash discount for prompt payment, it any) Additional discount of 8 if awarded all items. Warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery: 3 working calendar days required upon receipt of Purchase Order. Delivery Point(s): City of Miami - Department of Parks, Recreation and Public Facilities Swimming Pools at 10 locations within the City of Miami In accordance with the Invitation to Bid, the Specifications, General Conditions► Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: Bernie Epstein, President Robert Namoff, vice President Leon Nanoff, Sec. treasurer (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER:Allied Universal Corporation Signature: (company name) Print Name:Steve Rabsteinel; Indicate if Minority Business: Date: [ ) Black [ ] Hispanic [ ) Women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. l0 f 8-499 CITY OF MIAMI, FLORIDA PROCUREMENT MANAGEMENT DIVISION BID N0, 87=88-078 BID SHEET IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. Terms: NET 30 DAYS ( Include cash discount for prompt payment, Many) Additional discount of % if awarded all items. warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery: 2-3 calendar days required upon receipt of Purchase Order. Delivery Point(s) : City of Miami - Department of Parks, Recreation and Public Facilities Swimming Pools at 10 locations within the City of Miami 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): l Gi/G' � ��J f n�)/Gl�i L•• /l NAMES OF COMPANY OFFICERS: (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it has received a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. BIDDER: ASHLAND CHEMICAL COMPANY Signature: (company name) . Print Name: Floyd L. Mays Indicate if Minority Business: Date: [ ) Black [ ) Hispanic [ l women April 29, 1988 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. N8-493.