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.