HomeMy WebLinkAboutR-99-0494J-99-.566
6/25/99
DT: C(1T.TTTT(lAT Mn V 9 r 494
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR -FIFTHS (4/STHS) AFFIRMATIVE VOTE,
RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY, WAIVING
THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS,
AND APPROVING THE EMERGENCY PROCUREMENT OF
BULK LIQUID CHLORINE AND THE RENTAL OF
CHLORINE STORAGE TANKS, FOR THE DEPARTMENT OF
PARKS AND RECREATION UTILIZING EXISTING
FLORIDA INTERNATIONAL UNIVERSITY CONTRACT
NO. 96-102 WITH COMMERCIAL ENERGY SPECIALIST,
INC., IN AN AMOUNT NOT TO EXCEED $14,592;
ALLOCATING FUNDS THEREFOR FROM PARKS AND
RECREATION, OPERATING BUDGET, ACCOUNT CODE
NO. 001000.580301.6.704.
WHEREAS, the Department of Parks and Recreation recently
installed ten US Filter/Stranco automated water treatment systems
for its swimming pools which installation necessitates different
pool supplies than currently used; and
WHEREAS, the systems require a certain grade of chlorine and
the rental of chlorine storage tanks for the treatment of the
water in the pools; and
WHEREAS, due to time constraints and the need to open pools
for the summer season, the Department of Parks and Recreation
contacted three vendors to obtain quotations for the chlorinating
CITY COMMSION
MEETING OF
J U L 13 1999
Revolution No.
briquette tablets; and
WHEREAS, the City Manager has made a written finding that an
emergency existed and authorized the emergency procurement of
bulk liquid chlorine and the rental of chlorine storage tanks;
and
WHEREAS, funding for this acquisition is available from the
Department of Parks and Recreation operating budget, Account Code
No. 001000.580301.6.704.
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. By a four -fifths (4/5ths) affirmative vote of
the members of the City Commission, the City Manager's finding of
an emergency, waiving the requirements for competitive sealed
bids, and approving the procurement of bulk liquid chlorine and
the rental of chlorine storage tanks, for the Department of Parks
and Recreation utilizing existing Florida International
University Contract No. 96-102 with Commercial Energy
Specialists, Inc., in an amount not to exceed $14,592, is hereby
ratified, approved, and confirmed, with funds therefor hereby
2 29- 4.94
allocated from the Department of Parks and Recreation Operating
Budget, Account No. 001000.580301.6.704.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor!'.
PASSED AND ADOPTED this 13th day of July , 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Ma r did not indicate approval of
this legislation by signing it in the designated plac 1 ovided, staid Icgia;slian now
becomes effective with the elapse of n (10)y`s fr th of Corn �sicn action
regarding same, without the Mayor erci�ng al�le�
ATTEST: Wait r , City Clerk
WALTER J. FOEMAN
CITY CLERK
St�,
1` If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted. If
the Mayor 'vetoes this Resolution, it shall become effective immediately
upon override of the veto by the City Commission.
- 3 -
99- 40
CITY OF MIAMI, FLORIDA ;5 01
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE: JUL 5 11999 FILE:
of the City Commission
SUBJECT: Approval of
emergency action
for the purchase
FRorn:REFERENCES: of liquid chlorine
Do ald H.roa;s aw for (3) City Pools
City Manager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission
adopt the attached Resolution, ratifying, approving and
confirming the City Manager's finding of an emergency and
his action to approve the recommendation to proceed on an
emergency basis to purchase, from Commercial Energy
Specialists, Inc., bulk liquid chlorine and rent chlorine
storage tanks for the water treatment of three (3) City
pools (Hadley, Jose Marti, and Williams), in a total amount
of $14,592 with funds allocated therefore from the operating
budget of the Parks and Recreation Department Account No.
001000.580301.6.704.
BACKGROUND:
On April 27, 1999, the City Commission adopted Resolution
No. 99-262 approving the purchase of ten (10) U.S. Filter
Stanco pool water treatment systems. These new systems
replaced the current ones which were antiquated and
expensive to maintain. This change necessitated changes in
the pool supply needs. The vendor who currently provided
the pool chemicals informed us that they do not carry the
particular grade of chlorine needed for these new systems.
To this end, the Department of Parks and Recreation and the
Department of Procurement were able to identify a
competitively bid Florida International University (FIU)
contract with Commercial Energy Specialists Inc., (which is
attached herein for your reference)to utilize for the
purchase of bulk liquid chlorine and the rental of chlorine
storage tanks for the water treatment at three (3) City
pools (Hadley, Jose Marti and Williams).
oJ- 494
Honorable Mayor and
Members of the City Commission
Page two
The swimming aspect of the City 's Summer Recreation Program
is one of the most popular activities for children. Due to
the fact that the aforementioned supplies needed to be
purchased before the pools open on June 21, 1999 it is
respectfully recommended that the City Commission adopt the
attached Resolution ratifying, approving, and confirming the
City Manager's finding of an emergency and his action to
approve the recommendation to purchase from Commercial
Energy Specialist, Inc.,on an emergency basis, the necessary
supplies for the three (3) pools (Hadley, Jose Marti, and
Williams) in a total amount of $14,592.
Attachments.
Pg i,li*I49
DHW/RM/AR/ms
CITY OT i;1!q�-11. FLOF!CL
INTER -OFFICE MEMORANDUM
TO Donald H. Warshaw DA7E May 26, 1999 FILE
City Manager
SusjEC- Emergency Purchase
Pool Supplies/
Liquid Chlorine
FROM: Alberto der REFERENCES:
Directo ENCLOSURES:
Parks and Recreation Department
Your approval is requested to purchase on an emergency basis, bulk liquid chlorine and
rent chlorine storage tanks for the water treatment at three (3) City pools (Hadley, Jose
Marti and Williams pools). For this purchase we would like to utilize a competitively
bid Florida International University (FIU) contract with Commercial Energy Specialists,
Inc. (CES),(which is attached herein for your reference). Due to the lack of time to solicit
City bids, the Procurement Department has reviewed the FIU contract and bid solicitation
and has determined that we may utilize it in order to expedite our purchase/rental.
In accordance with the prices quoted in the FIU contract, we estimate that for the summer
season (four months), we will need two chlorine storage tanks (one for Hadley pool and
one for Jose Marti pool at the bid price of $20 per month ) for a total price of $240. In
addition, we estimate that for the summer season, we will need a total of 20,800 gallons
of chlorine at a total cost of $14, 352 (9,600 gallons for Hadley pool , 6,400 gallons for
Jose Marti pool and 4,800 gallons for Williams pool at the bid price of 69 cents per
gallon). The total cost for the rental of the storage tanks and the needed gallons of
chlorine should be an amount not to exceed $14,592. Funding for this purchase is
available from Account No. 001000.580301.6.704 appropriated in the operating budget
of the Department of Parks and Recreation. The Budget Department has signed below
indicating the verification of these funds.
The City Commission adopted Resolution No. 99-262 approving the purchase of ten (10)
U.S. Filter Stranco pool ,,vater treatment systems. This system replaces the current
system which is antiquated and expensive. The new equipment is currently being
installed in our City pools at a very rapid pace in order to have them open for the start of
the summer season on. June 19, 1999. Due to this change, supply needs have changed as
well. The vendor who currently provides us with the pool chemicals ( All Florida Pools)
has informed us that they do not carry the particular grade of chlorine that we need for
these systems. Consequently, we must go out to a bid specifying the new supply needs.
Due to the lack of time for a formal bid process and the need to open the pools for our
summer season, we respectfully request your approval of this emergency.
S9- 494
Donald H. Warshaw
Page two
Please be advised that we will be presenting legislation at the next available Commission
Meeting to ratify this emergency action. We would like to inform you that we are also
working with the Procurement Department to prepare a formal bid solicitation for our
year-round pool season for all our pool chemical needs.
Budget Approval: City of Miamd
Management & audpt
Q44*-
Luie Brennan
u Interim Director
Department of Management and Budget
City Manager' Approval:
Attachments
c: Raul Martinez
Judy Carter
AR/mp
Date
Time 2`z►� �qru�
Amount of s rd�rlr ft
available in account nu bar:
ob 1000 .9jo3o j_,57o(/
by. ZNATURE
City of Miami
Management & Budget
Ar",
SIGNATURE
99- 494
m
PURCHASE ORDER
FLOT 7A INTERNATIONAL Ur "ERSITY No. 8�0491
SHIP TO: MIAMI, FLORIDA 33199
rxY I41YMC MI.TT "IS OM all CCS•
C RECEIVING - 3 0 0 0 NE 151 S T ����'�' �� •�.o,«=
NORTH MIAMI FL 33181-3000 _ aCHANCE ORDER
OA'E
07/07/98 NUMBER
FLORIDA TAX EXEMPT CERTIFICATE NO. 23.08.325936-57C
FEDERAL EXCISE CERTIFICATE NO. 59-73.0209K
COMMERCIAL ENERGY SPECIALISTS 0) MAIL ALL INVOICES WITH FEID #•TO CONTROLLER'S OFFIC.-
UNIVERSITY PARK, MIAMI, FL 33199 E
12) THIS P.O. NUMBER MUST APPEAR ON ALL INVOICES.
ry 860 JUPI TER PARK DRIVE
D SUITE 2 131 ORIG NAL FREIGHT RECEIPT. INVOICE AND ATTACH
0 JUPITER , FL 33469-8958 (4) SEE REVERSE SIDE FOR INSTRUCTIONS.
R
QUESTIONS REGARDING THIS PURCHASE E(
SHOULD BE. DIRECTED TO PURCHASING SERVICES
TELEPHONE: (305) 348-2161. FAX: (305) 348-3600.
DELIVERY REQUIRED BY TERMS: F.O.B. QUOTE/BID/S.C.NO.
06/30/99 NET 30 DAYS DESTINATION 967.102
7EM OBJ. CODE QUANTITY DISC. EXTENDED
V0. DESCRIPTION DEPT. NO. AND UNIT UNIT PRICE % TOTAL
IN ACCORDANCE WITH F.I.U. BID NO.
96-102
1 BULK LIQUID CHLORINE FOR NO CAMPUSF363008 0.0000 18000.0000
SWIMMING AND DIVING POOLS BLANKET '806249501
PURCHASE. INCLUDES WATER QUALITY 1 50 18000.00
CONTROL CHECKS AND PROGRAM SUPPORT;
AS PER SPECS OF FIU BID 96-102
-IFOR THE PERIOD 7/1/98 TO 6/30/99
AUTHORIZED USERS:
G. OLSON
GRAND TOTAL NOT TO EXCEED . . .
EACH PURCHASE ON THIS BLANKET PURCHASE ORDER MUST HAVE A CLEAR
AND LEGIBLE INVOICE (OR SALES SLIP): WHICH SH ULD STATE THE
FOLLOWING: QUANTITY, UNIT PRICE AND EXTENDS TOTAL FO EACH
LINE ITEM, DATE OF PURCHASE AND FINAL TOTAL OR ALL 'IT MS.
THE EFFECTIVE PERIOD OF THIS BLANKET PURCHAS
AGREEMENT WILL BEGIN ON THE DATE OFF THIS
ORDER AND TERMINATE ON JUNE 30, 1999. THIS
AGREEMENT AUTHORIZES THE PURCHASE AND DELIVE Y
OF MISC. ITEMS, MTT-ERIALS, OR SERVICES OF -
SMALL DOLLAR AMOUNTS BY THE PERSONNEL LISTED
ABOVE
RED. NO. JOB NO. LOCATION BUYER VENDOR NO.
100121 i A .-_ POOL _ R VF592550057001 GRAND TOTAL 18000. 00
ACKNOWLEDGMENT PAGE 1
REQUIRED WITHIN 10 DAYS. 9 J, 494
AUTHORIZED BY
J77SUBMIT BIDS TO:
Florida International University
Purchasing S4r ieaa
PC Bldg, Room 519
UnNenBy Park
I Ii Weil. Florida 33199
(30S) 348-2161
FAX: (305) 348.3600
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO'131®
Bidder Acknowledgment
BIDS WILL BE OPENED I BID NO.
JUNE 5, 1997 11:00 AM iI 96-102
and may not be withdrawn within IS days after such data and time.
MAILING DATE PURCHASING
All awards made as a rowtt o
to applicable Florida Statutes.
VENDOR NAME
al Energy Specialists
_860 Jupiter Park Drive Ste. #22
LQGA MriC Irci coLir-imc All 1►7GCQ /44-I r,11
BID TITLE
Bulk Chlorine for Swimaling Pools
DELIVERY WILL BE .2. DAYS after receipt of Purchase Order
REASON FOR NO BID
F.E.I.D. NO:
59-255-0057
Certified or cashise eck is attached, when required,
in the amouilt of i) / 1
I csrtfty Mar Mls bid Is made nlUsotrt prior understam tQ, aOW1710M ar
tamed ,7 *Yfh any corporadorl. MITI. or person suDrrWiV a bid far Me —
same rrta @&b, xpples, of oqu#*T*nr, and Is ki at respo= taU and iofDr
our exihtrsion or baud i agroor to aD:le by al corks arts of Mir be and err-
IVy Mat t am aumordtedro so? Mta bed ear Me bidder. —
GENERAL CONDITIONS
BIDDER: To woos aCCOPta ce of the tad. follow Lhasa i idnieDors.
SEALED EIJDS: AN Lid ZbOW-and SEJtso. ,nuxt be exaeuuand
d subtrand In a
d sr saaiwsbpo.(00 NOT INCLUDE W0AE THAN ONE 810 PER ENVELOPE),The lam
of 20 onvobpe" contra. in addkbn to the above addisas, de date and tiers on the Did
opening and tree bid number. Al !rids are sd*od to the conditions specified herein. Those
whkh do nd eo'n" wah these ca Itions are aubisa to nt*ft .
1. EXECV13ON OF BID: Bid must corviln a nand signature of suahotid npresom
Wive H the space provided above. Bid must be typed or plated in ink. Use d
snw&Cis nk Is Not Prmtted. Al correct. code by bidder to this bid nkrs be I -.;-
doted.
L NO 810: If red subnYekug a lid. respond by returning this form, msrknp I Th0 811Y.
rend explain to reason h Use space provided above. Failure to respond 3 Imes In
auoareson +nnan lustifioton Snaa be cause for nnoval of to supowit name
tram the Did msli g Ist. NOTE To qu&tty as a raaporort. bidder fists) submit a
'NO BV. srd l mist be reconed no lacer than the stated bid epe++In+9 date and
hour.
3. 810 OPENING: Shea be Pubic on two data and d 119e time specified on the bid
form r IN fir bidders nafgnsibitty to &saws pus their bid Is delivered d the proper
Wier and piece of the bid openkW. Bids O die for any reason are not so dowered,
-i1 not be considered. NOTE: Bid tafxdatiorr -tt be Ranched upon wrtton ro*.d
adh n onckssa1 se►-ddtaesd, stamped omslopa Bid lis& nay be ssarNrrd dw•
Irg normal .orkkp fours by appoimmenf.
/. PRICES, TERMS, AND PAYMENT: Firm prieas chat be bid and ko►de al
Wc'king, handling. shipping 0-wr9we. and dak ory to the destination shown Mnsin.
Bktde is requested to coot cash discount for pit" Invoice payment.
(a) TAXES: The state d Florida does Not pay Federal Excise and Safe& tam
on dind purdises d tangibis personal poporty. See siorrncion nsonow on
t&ce of poehaae order. Thin wmpfan door not apply to Purdsaws of Wo
ble pence&! property .. by contractors who use the t"INO personal
Prop" In tM porlonranee of wra acts for the krnprovsrsent of stete-otwW
not Property as donned In Chapter 19Z F.S.
(b) DISCOUNTS: Biddenare oncowsged to rencas d h S .counts n the until
prices quoted: howwe, bidden rest' offer a cash discount for proo g! pay.
nets Discounts snap not be maideod in dotrmhing the lawsNO and for
bid mlualbn purpoeoe.
(c) MISTAKES: Bidders an expected to sserrine the spKicadons, dolhery
whedula, Did prices. extensions. &red at nsssualons pertaining to supplis and
servkwi Failure to do so etc be it bidders rb*, in case of missaka in aster.
Sion. tie unit price wig govern
(d) CONDITION AND PACKAGING: it M uroentow and &prod pat any
law offered and snipped as a result of NY bid shall be a new current Standard
production model wrlabie at Me W e of the bid. Al comalners oral be sail•
&W fa a<ospe of shi med, and &1 Pic" seal include standard aonrmrcel
Peckaging.
(a) SAFETY STANDARDS: Unisse dherwwo stipulated in the tad. al mans-
_ isdvod Isms and Iauka/od assamblim sh&1 cornyy wan applicable require•
frOms Of Oavpatr*,W Salary and Fkaih Ad and any N&Mards tw*~.
(I) PAYMENT: Psyrnom wit be mach by the buyer she the !erne avoided to a
vendor have been remnod. Inspected and faced at corrpy with award speetr
tatters. Ins of damage or detect and property ion iced. Al 6 voicsa shot bear
.. the purchase order mmerbor. An owl wW*and three M orspies of tee Moioe
skirl be subennd. Faturs to too*- Chase Instructions mar result in delay o1
proee+eng ;rwocss for p&yrnent. The purdia" order nWroer fR{OI appear an
bile of lsdLn, packages. eases. deWery.tsts. and edrtespra+daenea
S. DELIVERY: Unless actual dace of detvsry is specified (or I Specified deMry can-
not Do moo), show number of days required to make delivery alter receipt of pLw
chase order h space provided. Delivery tens may become a basis f r Raking an
&rant (see special Cwdtions).
6. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS:
Any rronulacturers' names, vale names, brand names. Wormatiat, siWor edalog
nurroon listed it a specification we for irdormation and not Intended to Simi mnpet:
lion. If bids are based an equlvatent poducts, Indicate an the bid form the manta. -
twee' nano and number. Biddy shal suDns'1 with his proposal CM sketches. and
desaptive literature. wWor eorrpiale spedfratian Reference to Moisture sulinw.
led with a previous bid will not satisfy this parsion. The biddor shall afw expten is
deg" Ve reason(s) wiry the proposed equivalerd wit rrtael the specifications and rot
be considoed an exception theme. Bids whigh do not coerpy win obssa require -
fronts are subject to reisomm Bids lociLing any wrltlen indication at interd to quote
&n altertute brand will be rscorvd sod considered in convicts con Vance with fM
speofeatcno as listed on the bid farm
7. INTERPRETATIONS: Any quwrjwa concerning conditions and 4ec6utiorn
seal be disdd to this office. Inquiries must reference the date of lid opening and
bid hurrpor. Failure to oompy wtlh this condition soil result in bidder waiving his right
to dispuie the bid a Itiorts and spectinUont
8. CONFLICT OF INTEREST: Tha sward hereunder is subject to the pwsions d
Chapter I IZ Fbr4a Statutes As bidders nuot discio" -th Vail bid the name d
any Ocar, director, at aged who is &is* &n emp►syee of fM State at Florida, or e^l'
of is opeross. Further, &t bidders Rust QfaeUoe U+e na re d any SWe empbree
who owns, directly or In*". an Interest of the flies porters or more in Ve biddda
Arm or any d is branches.
8. AWARDS: As the best Warot of Fli may require. Vie dgM Is reserved to make
swards) by kdhidu l lam group of tort, all or noise at a ownbdnatlon flared; 6
hied any and &l bids or waMo any minor krsgulanty of toeftm"lty In bids reoeivod.
When t is deee caned there is cor paWon to Vio lows& responsive bidder. then oth•
or bids may not be evaluatsd. Bidders an cautioned to make no saurrptiors unless
th or bid hiss been evaluated as being resporive. .
10. ADDITIONAL QUANTITIES: For a period not exceeding ninety (90) days bran`
tee date or acceptance a this otter toy FIU, the right Is re emd to acquire &"**not
quamlln up la -VA roe oxceiding those shown on bid or f 10.000 for aorm»dlles at
the Pic ae it Vn4 ehlr4ilorL If additional quantities we red ameptabie the bid snouts
Rest be noted '90IS FOR SPECIFIED QUANTITY ONLY!
11. SERVICE AND WARRANTY: Unie» olmnvise specified the biddy shrtdefne
any warenry service and replacements that wtl be provided dvrvg and subetaenrn .
to the commd. Bidders mur explain on an ahaeMd shoot Ie wnat ensue w&nairly
and wake 104rsres ais prwdd. .. .
— V .
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
DATE: May 15, 1997
Bulk Liguid Chlorine Bleach for Swimming Pools
Cost Sheet
1st yr 2nd yr
Item 0tY Description Price Price
1 per gal High purity, high ¢trength $ .69 $.669
10.5% Sodium Hypochlorite
Bleach for Swimming Pools
(Estimated usage 30,000
gallons per year)
1 Tank Rental $20/mo. $20/mo.
(See attached Chem Plus Program Description)
RENEW &HALBE AT THE THIRD YEAR PRICE
Authord Si ature
0
99- 494
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
DATE: May 15, 1997
SPECIFICATIONS/PARJZLMETERS FOR LIQUID BULK CHLORINE
.FOR SWIMMING POOL
1. DELIVERY --._On -site bulk delivery of. high purity, high
strength 10.5% Sodium Hypochlorite directly by tanker to
storage vessel
2. CHLORINE -- This continuous process bleach shall be guaranteed
to maintain at least 10% strength for a full 60 days. Bleach
shall be guaranteed to contain less than 0.3% of excess
caustic soda levels. This bleach solution shall be treated
with a secondary filtration process (a modified version of
ion -exchange technology) which removes cooper, magnesium,
iron, and other metals. This process shall occur at
manufacturing source before being loaded onto tankers for
delivery.
3. STORAGE -- Storage vessel currently in place shall be
maintained on a maintenance free arrangement by provider,
which includes maintenance of hard piping from vessel 'to
chemical feed equipment, including all interface such as
valves.
4.1 QUALITY CONTROL -- Provider shall include monthly water
quality gontrol checks using an approved water quality control
program.
5. TESTING -- Program shall include ongoing monitoring and
testing of environmental conditions such as Black and Mustard
Algae, Cloudy Water, Clarity, Filter Efficiency, Chloramine,
Bacteriological Analysis, Iron, Cooper, Manganese, Cyanuric
Acid, Nitrates, Chlorides, Phosphates, Chlorine demand,
Ammonia and other associated conditions.
6. SUPPORT -- Program provide shall include toll -free support on
different aspects of pool water and HRS code compliance.
Support shall include onsY.te review and/or training on an as -
need basis.
7. CODE -- Program shall meet bulk tank requirements of U.S.
Environmental Protection Agency,- Florida Department of
Agriculture, Florida Department of Environmental Regulation,
and Visual Tank Inspection as required by the South Florida
Building Code.
8. FEES -= Include' -a flat per gallon rate -for amount of chlorine
used and minimum of 20% discount on all' associated chlorine
System items.
7
S9- 49)4
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
DATE: May 15, 1997
SPECIAL CONDITIONS CON'T
7. EQUAL OPPORTUNITY STATEMENT
The State University System believes in equal opportunity
practices which conform to both the spirit and the letter of
all laws against discrimination and is committed to
non-discrimination because of race, creed, color, sex, age,
national origin, or religion. To be considered for inclusion
as a contractor under this agreement, the bidder commits to
the following:
The contractor will not discriminate against any employee or
applicant for employment because of race, color, religion,
sex, national origin, marital status, age and handicap.
To be signed by authorized
company representative
8. WORKERS' COMPENSATION INSURANCE:
The contractor shall take out and maintain during the life of
this agreement, Workers' Compensation Insurance for all of his
employees, connected with the work of this project and, in case
any work is sublet, the contractor shall. require the
subcontractor similarly to provide Workers' Compensation
Insurance for all of the latter's employees unless such
employees are covered by the•protection afforded by the
contractor. Such insurance shall comply fully with the
Florida Workers' Compensation law. In case any class of
employees engaged in hazardous work under this contract at the
site of the project is not protected under the Workers'
Compensation statute, the Contractor shall provide, and cause
each sub -contractor to provide, adequate insurance,
satisfactory to the Purchaser, for the protection of his
employees not .otherwise protected.
RENEWAL:
Florida International University reserves the option.to renew
this contract for two (2) additional one year periods upon.
mutual agreement in writing and the third year renewal will be
at the third (3rd) year cost. -
4
99- 4-94
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
'DATE: May 15, 1997
SPECIAL CONDITIONS CON'T
10. INSURANCE REQUIRED:
It shall be the responsibility of the successful vendor to
maintain Workman's Compensation Insurance, Public Liability
Insurance, Property Damage Insurance, and Vehicle Liability
Insurance during the time any of his personnel are working on
F.t.U:. property. Public liability coverage shall not be less
than $500,000 for injury'or death to any one person, and not
less than $500,000 on account of one accident. Property Damage
Insurance shall be in an amount not less than $500,000 for
each accident. Loss by fire or any other cause shall be the
responsibility of the vendor until such time and/or work has
been accepted by the University. The vendor shall furnish the
University with Certificate of Insurance after award has been
made but prior to start of any work on University property.
Attention is called to the fact that all Insurance Companies
shall -be authorized to do business in the State of Florida.
'THE CERTIFICATE SHALL NAME F.I.U., THE BOARD OF REGENTS,
AND THE STATE OF FLORIDA AS'ADDITIONAL INSURED."
11., CANCELLATION:
For the 'protection of both parties,. this contract may be
canceled in whole or in part by either party by giving thirty
(30) days prior notice in writing -to the other party. This
contract may be canceled in whole or part by fifteen (15 ) days
notice if the vendor's performance standards of services in
not satisfactory and satisfactory service cannot be
established within ten (10) days of notification.
E
S9- 4 "
SUPPLENtE`7AL PROVISIONS
1. 27�N"DORS R,'G= S TO ?AYyCN i - Section 215.422, F.S. provides that agencies have 5 working
days ro inspect and approve goods and services. unless bid specifications or the P.O. specifies otherwise.
With the exception of payments to health care providers for hospital, medical, or other health care services,
if payment is not available with. n 40 days. measured from the latter of the date the invoice is received or
the goods or services are received, inspected and approved, a separate interest penaim, set by the Comptroller
pursuant to Section 55.03, F.S., will be due and payable in addition to the invoice amount To obtain the
applicable interest rate, please contact the Agency's Fiscal Section (305) 348-2131 or Purchasing Office at
(30:7 348-2161. Payments to health care providers for hospitals, medical or other health care services, shall
be made not more than 35 days from the date of eligibility for payment is determined, and the daily interest
rate is 03333%. Invoices returned to a vendor due to preparation errors will result in a payment delay.
Invoice payment requirements do not start until a properly completed invoice is provided to the agency.
A Vendor Ombudsman, whose dudes include acting as an advocate for vendors who.may be experiencing
problems in -obtaining timely payment(s) from a State agency, may be contacted at (904) 488-2924 or by
calling the State Comptroller's Hotline, 1-800-848-3792.
2. PRISON R_7HAAHILTTATTVE INDUSTRIES (PRIDE - Section 946.515, Florida Statutes, provides in part,
that any service or item manufactured, processed, grown, or produced by the corporation in a correctional work
program may be furnished or sold to any legislative, executive, or judicial agency of the state, any other state,
any foreign government, or any agency of Federal government or to any such agencies or to any subcontractor
of the contract vendor. The following language, in conspicuous, print, shall be included in the content It is - .
expressly understood and agreed that any articles which are the subject of, or required to carry out this contract
shall be purchased from the corporation identified under Chapter 946, F.S. in the same mariner and under the
procedures set forth in Section 946.515(2), (4), F.S.: and for purpose of this contract the person, firm, or other
business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency
insofar as dealings with such corporation are concerned
3. COT CT CANCELLATTON - This contract may be unilaterally canceled by the University for reitisal by
the contractor to allow public access to all documents, papers, letaers, or other material subject to the
provisions of Chapter 119 and made or received by the contractor in conjtmctica with this contract
4. T_RAV - No travel expense may be paid to any individual in excess of the amount permitted by Section
112.061, Florida Statutes and then only when substantiated by receipts and submitted on the proper State form.
5. , Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient
for a proper preaudit andpostaudit thereof.
6. The State of Florida's peiformance and obligation to pay under this contract is contingent upon an
annual appropriation by the Legislature,.
7. This contract is subject to the laws of the State of Florida and the rules and regulations of the Board
ofRegents and Florida International University. Section 287.012, Florida Statutes, requires that
contracts for artistic services, academic program reviews or lecaires by individuals, auditing
services, legal service and health services shall be subject to ss. 112.3185, 287.058, 287,059,287.094
and the laws relating to the authority of the State Comptroller* to audit expenditure for contractual
services.
8. Upon the mutual consent of the parties, this contract may be renewed on a yearly basis for a maximum
of two (2) years after the initial contract or for a period no longer than the term of the original contract, .
whichever period is longer. The terms under which the cost may change are as determined in the
invitation to bid or request for proposals. Renewals shall be contingent upon satisfactory performance
evaluations by FIU and subject talhp-availability of fi,mds.
9. A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not'submit a bid on a contract to provide any goods or services to a public
entity for the construction or repair of a public building or public work, may not submit bids on leases
of real property to public entity, may not be awarded or perform work as contractor, supplier, sub-
contractor, or consultant under a contract with any public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY ,
TWO for a period of 36 months from the date of being placed on the convicted vendor list
10. NOTICE TO CONTRACTOR: The Department shall consider the employment by any contractor of
unauthorized aliens a violation of section 274A(e) of the Immig aticn and Nationalization Act Such
violation shall be cause for uailaterst cancellation of this contract
Revised PUR 10/ 18/96
Sg- 400
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
DATE: May 15, 1997
SPECIAL CONDITIONS
1. The purpose of this Invitation to Bid is to secure firm
pricing for 'bulk chlorine for the period commencing July 1,
1997 through June 30, 2000 with the option -to renew for two
(2) additional one (1) year periods at the pricing of the
third year. Renewal of the contract period shall be by mutual
agreement in writing.
2. • AWARD:
The award of this bid is subject to cancellation upon the
timely filing of a Bid Protest. The results of this bid will
be posted on the F.I.U. Bid Bull8tin Board.
3. AVAILABILITY OF FUNDS: ,
The obligations of the University under this award are subject
to the availability of funds lawfully appropriated annually
for its purposes by the Legislature of the•State of Florida.
Q.� F.O.B. POINT:
The F.O.B. Point shall be the Swimming Pool at the North
Campus 3000 N.E. 145th Street, North Miami, Florida'33181
- and -
The Swimming Pool at the University Park Campus Housing
Complex, S.W. 8th Street and 107th Avenue, Miami, Florida
33199.
5. DELIVERY:
Delivery shall be upon request to the Swimming Pool at the
--- North Campus 3000 N.E. 145th St-reet, North Miami, Florida
33181 and the.,Swi=Ping Pool at the University Park Campus,
S.W. 8th, Street and 107th Avenue, Miami, Florida 33199.•
6. IDENTICAL TIE BIDS:
Preference shall be given to businesses with a drug -free _
workplace in accordance with F.S. 287.087.
3
09- 404
A Value -Added Wholesale Chemical Program
Exclusively for CES Automated Chemistry Customers
Delivery On -Site Bulk Delivery of high purity, high strength 10.5% Sodium Hypochlorite which is manufactured
from Dow Chemical's Powell Continuous Process machine. Delivery is made directly from Sentry
Industries (manufacturer) tanker to your storage vessel.
Chlorine This continuous process bleach is guaranteed to maintain at least 10% strength for a MI 60 days. A
replacement delivery will be issued if bleach strength ever drops below the guaranteed level. Testing is
conducted using Lovibond AF 139 Sodium Hypochlorite Test Kit or equivalent. The bleach is guaranteed
to contain less than 0.3% of excess caustic soda levels. This will reduce consumption of pH correction
chemicals such as CO.. or acid, required as a result of chlorine introduction, by as much as 50%. It also
promotes lower levels of Total Dissolved Solids (TDS) in the pool water. The bleach will be double
filtered to the one micron level to reduce impurities, and resist fouling of the chemical feed equipment
Storage The storage vessel will be maintained on a maintenance -free arrangement by Sentry industries and CES. All
hard piping from the storage vessel to the chemical feed equipment is maintained as part
of this agreement. This includes: schedule 80 piping, tank isolation valves, containment
basin isolation valve, check valves, pool room isolation valve, feeder isolation valves,
�_�=
and auto -flush interface (where applicable). This excludes discharge and suction flex tub-
-_—
^� T
ing, which is the responsibility of the facility maintenance staff.
Commercial
Energy
E�OQC Program includes monthly water quality control checks using the CES H2OQC water
Specialists, inc.
quality control program. These checks include review of all major chemical parameters
�eu0efFatcO`"e
and calculation of saturation index. The Chem-PIusTM service also includes all prescrip-
Aacar.FL3348-e9sa
five measures required to correct water parameters to desired levels. Loaner chemical
e0a940-1557.
407a44-1ssr
feed equipment will be made available in the event the chemical feed equipment were to
`07'746'SM F&`
_
need repair or replacement.
K��
Testing Program includes ongoing monitoring and testing of environmental conditions such as
TDS (Total Dissolved Solids), Black and Mustard -Algae, Cloudy Water, Clarity (NT[l), Filter Efficiency,
Chloramines, Bacteriological Analysis (General Bacteria, Pseudomonas, Total Conform, and Yeast/
Mold), Iron, Copper, Manganese, Cyanuric Acid, Nitrates, Chlorides, Phosphates, Chlorine demand, free
Ammonia, and other (on an as -needed basis) parameters. Testing will be conducted quarterly, or on an
as -needed basis, if an environmental condition exists.
Support Program includes Toll -Free support on different aspects of pool waterand HRS IOD-5 code compliance.
Support includes on -site review and/or training on an as -needed basis. --
Code Program meets bulk tank requirements of U.S. Environmental Protection Agency, Florida Department of
Agriculture, Florida Department of Environmental Regulation, and Visual Tank Inspection, as required
by the South Florida Building Code. —
Fees For ease of recordkeepina, this program will be funded by a flat monthly rate for all tank related installa-
tion, plumbing, maintenance, and repair support, plus a flat per -gallon rate for amount of chlorine used.
This will cover all chemistry testing, environmental condition testing, training, monthly checks, and on-
going support. g J ,9
Includes electronic alert notification `�
Of County Personnel in the event of �w,,��! �► '
10 Swimming Pool Al rm Conditions.
CES is a State Cerufled Minority Contractor
and is fully licensed and insured. s
SPECIFICATIONS FOR 10.5% SODIUM HYPOCHLO_RITE
CONCENTRATION (marked)
CONCENTRATIONS (delivered)
CONCENTRATION (minimum)
GUARANTEED STRENGTH
'FILTRATION
MANUFACTURING TEMPERATURE
EXCESS CAUSTIC
IRON (Fe)
NSF Approval
10.5% minimum by weight as evidenced Yes No
by U.S. Environmental Protection Agency
Pesticide Registration.
12.4%, preferred 12.0% to 13.0%
acceptable as measured by sodium
thiosulfate titration w/starch
indicator resulting in available
chlorine percent by volume. .�
100 grams/liter minimum available
chlorine by weight within 30 days of
delivery.
The manufacturer shall guarantee their
chlorine strength to be above 10% for
sixty full days oe it will be replaced
immediately at no charge to the customer.
Continuous Process by Dow, Powell
Fabrication or Equivalent. "Batch"
process unacceptable. Oxidation/
Reduction Potential Analog control
in continuous recycle loop. Minimum
recycle/finished product ratio 4/1.
Minimum filtration 2 pass- 1 micron
using polypropylene cartridge or
equivalent.
Temperature during bleach manufac-
turing not to exceed 950F. (350C)
Acceptable range 0.1 % - 0.3%, expected
0.15% - 0.20%.
(Excess caustic below 0.1% - causes a
severe stability problem with bleach.
Excess caustic above 0.3% creates a
significant pH problem - pH high)
5 ppm max 2 ppm expected (as a result
of filtration).
Sodium Hypochlorite shall be listed under '
ANSI/NSF Standard 60.
99-- 494
,.
RATIFICATION OF
EMERGENCY
ITEM: Bulk Liquid Chlorine Bleach and Storage
Tank Rental
DEPARTMENT: Parks and Recreation
TYPE: Emergency Purchase
REASON: The new U.S. Filter Stanco pool water treatment
systems has necessitated changes in pool supplies.
Therefore, the Department of Parks and Recreation
has purchased bulk liquid chlorine and rented
chlorine storage tanks for water treatment at three
(3) City pools (Hadley, Jose Marti and Williams),
for the four (4) month summer season.
RECOMMENDATION:
It is respectfully recommended that the City
Commission approve, ratify and confirm by a
four/fifths (4/5th) vote, the City Manager's finding
that an emergency need existed in approving the
emergency purchase of bulk liquid chlorine and the
rental of chlorine storage tanks under existing
Florida international university (Flu) Contract No.
96-102 with Commercial Energy Specialists,
subject to further extension by Flu, in a total
amount not to exceed $ l 4,592, from Account
Code No. 001000.580301.6.704.
AwardRatifyEmr 4 b 4