Loading...
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