HomeMy WebLinkAboutR-99-0629J-99-748
8/25/99
RESOLUTION NO. 'j °
A RESOLUTION OF THE MIAMI CITY COMMISSION
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 SPECIALIST, INC., IN
AN AMOUNT NOT TO EXCEED $29,000.00;
ALLOCATING FUNDS THEREFOR FROM PARKS AND
RECREATION, OPERATING BUDGET, ACCOUNT CODE
NO. 001000.580301.6.704.
WHEREAS, the Department of Parks and Recreation requires the
procurement of bulk liquid chlorine and the rental of chlorine
storage tanks for its swimming pools; and
WHEREAS, funds are available from the Department of Parks
and Recreation operating budget, Account Code
No. 001000.580301.6.704; and
WHEREAS, the City Manager and the Director of the Department
of Parks and Recreation recommend that the procurement of bulk
liquid chlorine and the rental of chlorine storage tanks from
Commercial Energy Specialists, Inc. utilizing existing Florida
CITY COMMISSION
MEETING OF
SEP 2 1 1999
Resolution No.
International University Contract No. 96-102/6/30/2000, be
approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The 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 $29,000, is hereby
approved, with funds therefor hereby allocated from the
Department of Parks and Recreation Operating Budget, Account
No. 001000.580301.6.704.
Section 3. This Resolution shall become effective
-2- i-) k :
immediately upon its adoption and signature of the Mayor!'.
PASSED AND ADOPTED this 21st day of September. 1 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mavor did not indicate epproval of
this legislation by signing it in the designated place f� ovi,A4a, s:tio ;c c i lr,ti„r
becomes effective with the elapse of ten 10) da rorn the date of Corn icn
regarding same, without the May xe Is eto.
ATTEST:
W or n, City Clerk
WALTER J. FOEMAN
CITY CLERK
APPROVED T RRECTNESS:&
I EL
TORNEY
723:RCL
�i 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.
CITY OF MIAM1, FLORIDA CA=4
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE: AUG 3 0 19993 FILE
of the City Commission
SUBJECT Authorizing the Purchase of
Chlorine for Various
s City Pools
FROM: ��rr_'- L� REFERENCES:
Ana—. Warshaw
City Manager ENCLOSURES:
RECOMIIIENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing the purchase of bulk liquid chlorine and the rental of chlorine storage tanks for the
water treatment at various city pools as listed below under an existing competitively bid Florida
International University (FIU) Contract No. 96-102 with Commercial Energy Specialists, Inc., for
a total amount not to exceed $29,000 for the Department of Parks and Recreation. Funding for
these services is available from funds to be appropriated in the FY `99-00' Parks and Recreation
Department Operating Budget, Account No. 001000.58301.6.704.
BACKGROUND:
The City of Miami Parks and Recreation Department has received funds for the purchase of bulk
liquid chlorine and the rental of chlorine storage tanks for the water treatment at various city
pools.
In order to expedite the implementation of this project, the City of Miami desires to utilize an
existing competitively bid Florida International University (FIU) Contract No. 96-102 with
Commercial Energy Specialists, Inc. in an amount not to exceed $29,000 .
The City Departments of Purchasing and Parks and Recreation have realized a substantial savings
utilizing the FIU Contract for said services. It is therefore recommended that an award be made
to Commercial Energy Specialist, Inc., as the responsible and responsive vendor awarded under
said contract.
City Pools
Jose Marti Park (1) Pool
Hadley Park (2) Pools
Willia%3301
(1)Pool
`6
DHW/�9�q/AR/ijs
OFFICE
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM C � � it g: 09
.0 Donald H. Warshaw
City Manager
FROM:&Albertor,,rector
ks and Recreation
DATE August 24,1999 FILE .
SUBJECT.
Purchase of bulk
REFERENCES: Liquid Chlorine/FIU
Contract
ENCLOSURES'.
The Parks and Recreation Department has verified that funds are available with the
Department of Management and Budget to purchase bulk liquid chlorine and rent
chlorine storage tanks for the water treatment at various City pools. This purchase will be
done utilizing an existing competitively bid Florida International University (FIU)
Contract (No. 96-102) on a contract basis with Commercial Energy Specialists, Inc., for a
total amount not to exceed $29,000 for the Department of Parks and Recreation. Funding
for this purchase is available from funds to be appropriated in the FY `99-'00 Parks and
Recreation Department Operating Budget, Account No. 001000.580301.6.704.
BUDGETARY REVIEW .AND APPROVAL:
19 - gdBe�l
Luie Brennan, IntkrimdDirector
Department of Management & Budget
Please indicate below your approval or non -approval of this request.
(NOT)APPROVED:
ALQ—
Donald H. Wazshaw CRY of Ming
City Manager me a 8~
psft.!�2k9i
AR/mp Tins 2, U (' J
AUG 25 A=
Amount of $ ,.Ok 19 Is
available In account mltlRl w.
Qo ovo - S�o'3o • 6 G� �•�p°o
Ied by: SIGNATURE
99- 629
r Vr11,..PIIAJC vnucn
' FLORIDA IN'"eERNATIDNAL Ui`"VERSITY !
$�0491
SMIP TO: MIAMI,
FLORIDA 33199 No.
•,.N -U-M* war .M+.A " .0 mkk
4/%.0"ft ir f+�aWMtl awp ."*.Cgs
C RECEIVING-3000 NE 151 ST
NORTH MIAMI FL 33181-3000
❑CHANCE 040E4
OA'E 07/07/98 NUMBER
'
FLORIDA TAX EXEMPT CERTIFICATE NO. 23.08.325936^57C
FEDERAL EXCISE CERTIFICATE NO. 59.73-0209K
v COMMERCIAL ENERGY SPECIALISTS
111 MAIL ALL INVOICES WITH Fa TO CONTROLLER'S OFFIC
UNIVERSITY PARK, MIAMI, FLL 33199
N 860 JUPITER PARK DRIVE
12)THIS P.O. NUMBER MUST APPEAR ON ALL INVOICES.
13) SHOW FREIGHTR 1ESPT. ON INVOICE AND ATTACH
IGHTFREI
D SUITE 2
A JUPITER FL 33469-895$
CT
14) SEE REVERSE SIDE FOR INSTRUCTIONS.
QUESTIONS REGARDING THIS PURCHASE ORDE
SHOULD BE - DIRECTED TO PURCHASING SERVICE!
TELEPHONE (305) 348--2161. FAX. (305) 348-3600.
pELIVERY REQUIRED BY TERMS.
F.O.S.
QUOTE/SIO/S. C. NO.
06/30/99 INET 30 DAYS
DESTINATION
96-102
IT
4O
DESCRIPTION
OBJ. CODE
DEPT. NO.
QUANTITY
AND UNIT
UNIT PRICE
DISC.
%
EXTENDED
TOTAL
IN ACCORDANCE WITH F.I.U. BID NO.
96-102
1
BULK 1"OUID CHLO FOR NO CAMPUS:363008
0.0000
18000.0000
SWIMMIN VING POOLS BLANKET
806249501
PURCHASE. INCLUDES WATER QUALITY
50
18000.00
CONTROL CHECKS AND PROGRAM SUPPORT:
AS PER SPECS OF FIU BID 96-102
FOR THE PERIOD 7/1/9$*T0 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 SLIPY WHICH SH ULD STATE THE
FOLLOWING: QUANTITY, UNIT PRICE AND EXTENDE) TOTAL FOR EACH
LIME ITEM, DATE OF FiJ^CKASE AND FINAL TOTAL FOR ALL IT MS.
t
THE EFFECTIVE PERIOD OF THIS BLANKET PURCHAS
AGREEMENT WILL BEGIN ON THE DATE OF THIS
ORDER AND TERMINATE ON JUNE 30, 1999. THIS -
AGREEMENT AUTHORIZES THE PURCHASE AND DELIVERY
OF MISC. ITEMS, MATERIALS, OR SERVICES OF
SMALL DOLLAR AMOUNTS BY THE PERSONNEL LISTED
ABOVE
100121 1 A I POOL , R }VF592550057001
EQUAL OPPORTUNITY EMPLOYER
/ -�
¢ nond"crimination clause contained in section 202, Executive !d
fsr 11248, as amended by Executive Order 11375, relative to < _�
- EmptoYment QPP011unitY for all persona without regard to race,J
x, religion, Sex or national origin, and implementing the rules and rL IJ� a
,rations Prescribed by the Secretary of Labor, are incorporated �k
on,
VSNDOR rf)PY
GRAND -TOTAL
0
18000.00
ruhl-mHJt UMUCH
SHIP TO: FLOP IPA INTERNATIONAL U�`VERSITY
MIAMI, FLORIDA 33199
C RECEIVING-3000 NE 151 ST
NORTH MIAMI FL 33181-3000
o.rE 07/07/98
f
V COMMERCIAL ENERGY SPECIALISTS
N 860 JUPITER PARK DRIVE
D SUITE 2
R JUPITER , FL 33469-8958
_7
I
NO. 800491
-.1 .wows wnr .w.. m .,, cm.
nCot.NOE OROER
NUMBER _. - _
FLORIDA TAX EXEMPT CERTIFICATE NO. 23.08.325938.57C
FEDERAL EXCISE CERTIFICATE NO. 59.73.0209K
11) MAIL ALL INVOICES WITH FEIO p•TO CONTROLLER'S OFFIC
UNIVERSITY PARK, MIAMI, FL 33199
12) THIS P.O. NUMBER MUST APPEAR ON ALL INVOICES.
13) SHOW FREIGHT CHARGES ON INVOICE AND ATTACH
ORIGINAL FREIGHT RECEIPT.
(4) SEE REVERSE SIDE FOR INSTRUCTIONS.
QUESTIONS REGARDING THIS PURCHASE ORDE
SHOULD BE DIRECTED TO PURCHASING SERVICES
TELEPHONE: (305) 348-2161. FAX (305) 348-3600.
06/30/99 INET 30 DAYS
I DESTINATION 96-102
TEM
v0
DESCRIPTION
J. CODE
OEPT. NO.
QUANTITY
AND UNIT
DISC. EXTENDED
UNIT PRICE % TOTAL
IN ACCORDANCE WITH F.I.U. BID NO.
96-102
1
BULK LIQUID CHLORINE FOR NO CAMPUS�363008
0.0000
18000.0600
SWIMMING AND DIVING POOLS BLANKET ?806249501
PURCHASE. INCLUDES WATER QUALITY 50
18000.00
CONTROL CHECKS AND PROGRAM SUPPORT°
AS PER SPECS OF FIU BID 96-102
FOR 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 SLIPY WHICH SH)ULD
STATE
THE
FOLLOWING: QUANTITY, UNIT PRICE AND EXTENDS
TOTAL FO
EACH
LINE ITEM, DATE OF PURCHASE AND FINAL TOTAL
uR ALL 'IT
MS.
THE EFFECTIVE PERIOD OF THIS BLANKET PURCHASE
AGREEMENT WILL BEGIN ON THE DATE OF THIS
ORDER AND TERMINATE ON JUNE 30, 1999. THIS
AGREEMENT AUTHORIZES THE PURCHASE AND DELIVERY
OF MISC. ITEMS, MATERIALS, OR SERVICES OF
—
SMALL DOLLAR AMOUNTS BY THE PERSONNEL LISTED
ABOVE
RED. NO.
JOB NO.
LOCATION
BUYER
VENDOR NO.
I)00121
A--
I POOL —
I R
VF592550057001
GRAND TOTAL
18000.00
ACKNOWLEDGMENT PAGE I
REQUIRED WITHIN 10 DAYS. 0
40
AUTHORIZED BY
W
SUBMIT BiDS TO:
Florida intonational UntvvwltY
Purchasing Services
PC Bldg, Room 519
Urdvwsky Park
Mlarrd. Fiotlde 33199
(SOS) 348.2161
FAX: (306) 348.36W
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO AID
Bidder Acknowledgment
BiDS WILL BE OPENED BID NO.
imm 5, 1997 11:00 AM 96-102
and may not be withdrawn within 4S days after such data and time.
MAILING DATE PURCHASING AGENT BiD TITLE
fty 6 1997 1 Ft LWH MADISON Bulk Chlorine for Swimming Pools
All awards made as a rasuft of fts bid shairconfonn DELIVERY WILL BE eZ DAYS after receipt of Purchase Order
to applicable Florida Statutes.
VENDOR NAME
Specialists
REASON FOR NO BiD
VENDOR MAILING ADDRESS F.E.I.D. NO:
860 Jupiter Park Drive — Ste. #2 1 59-255-0057
AREA CODE I TELEPHONE NUMBER 44 — Certified or cashior'sAock is attached, when required,
1 TOLL.FREENUMBER Ann_gdn_1SS7 nthe amouit9,.v /
i ceemy Car M W is nude lom,"d pMr Ir4rrA rhdPV. sovemeru, or
ca"cOn aM any cmpmaom% Am or person suMfilk p a Did for CIe
same rnaledate, xppiess, or sq4 neM and Is A at raspo t IS& an0 MiCr
old obdtmian or katxi / agree to &We by a! canad(ons of Cis be and car -
my mint I am afdhortrod tb.idgrt Ctrs tW for Ike D3ddor.
GENERAL CONDITIONS
EWOER: To angoo acoeptancs of Vie bid. Idlow thane irerudiwa.
.SEALED BIDS: Act hid aboats.IertfbliSotai_must be sxaarted and wAnftsd In a ,.
aWad eri•sbpt (DO NOT WCLUOE I.IORE TNMr ONE Big PER ENYELOPEI.The has
of or m, tape awash% fn addition, to tie above address, ate den and a" of Via h4
aperitif; and Ow bid number. AS D4a am swbiea to IM cordbiors apeciGad f areft Thom
Which do not Riney wth cheer owidtons we subjsd to re0affor .
1. ErECUMON OF Gip: Bid met oarilafri a reisAud aip+rtias of aoiatfxed rapveseA-
tattve In the space provided above. Bid must be typed m printed in nt Use d
wasabls exk Y not P WM Meg. AN eorroobona Riede toy WOW to Nils bat nwt be Ire.
a.rd.
i rat BI? a red wdr+ilnYip a bid. respond by reuwrirq iris Ionia masrq I Ts0 BID•.
and explain the mason it tart span Provided above. Faihes to reaf:1 3 to in
a maisam "MRKt txeaircalom small be ewse Id removal of brie WJPPWfs name
from the bid Rieke lit NOTE: To ouaty as a respondent. bddw meet V"M a
`ND BID`. and b friu4 be rocm no Ister Wan the stated lid cow" data and
hoot.
3. BID OPENING: sham be pubic an on data sad at to spedfrad an the bid
reran It is the bidderlr eseporrbisy to assure Wt Oak bd Is deivend N ter proper
ems and place d iris bd opwWq. Bats vawah Wr sny slaw+ as not so den Bred.
mil Fiat be oona:dsred NOTE: BId tsbskttlorr will be hsrtahed upon rattan report
sat an wcbe*4 self-addressed, sranpad envalops. 84 Ice miry be axamkrd dmr-
. Mp nor, watktp hours by "PairAnwit
4. PRICES, TERMS. AND PAYMENT: Firm PAtss that be bid and krcknds as
pKwq. Mdk+9. 0,00i9 afwmm ant detvary to eie destaellon smoen h lain.
Badw is rertlated to offer cam docc writ and prompt Moos peytnerc
(a) TAXES: The State of Rattan aces nol pay Fsdmal E�rcre and Saks taxes
DA Assn PJreatsars d UNW10 Persona property. Sea nwrpoon homer an
tam d ptsdute order. Thie exe, o n doe not appy to Purehasws of tmvi•
bfa Pwtina Properly oleoe by contractors ..tr use via INVUe POMP"
property In fire parfarnimm at oorersas 1« IM Irwro rr a of sute•wrad
real popery ar defined In Chaptw I Y2 F.S.
(b) DISCOUNTS: Siddws we s owAugod to r~ pun disaoutss n sir -4
pAoe aswrted: heavier, bidders rtay dlw s bath 60O9x9e far PC' Pay
nerd Dkaotrss eerie rot bat considered at delormiuey Via lawai r"t pot I«
Did avakm om pmrpxasq
(e) MISTAKES: alddom are axpooed to examine the specrxaforr. 00 my
WA44410. Did pies, aderAbrie. and all i Marc ions PartaiAiq la supWka and
sonic Faikws to do ao wli bs t b4d e% AA. in case d matska n tense.
son. pit mint prim so govern. '
(d) CONDITION AND PACKAGING: it is urtfomood and agreed bit any
lam cowed and vapped as a re" of Mks Did snaa be A now Cutters taidard
pod•.rtilon FiNi" atraaade at the Omit d MIS lid. At aorsaLars Offs bat AA -
safe tar Sweet of ahprrrra, and a lwiars "I Mduoe mandrd aonvrweW
w"91ho.
(e) SAFETY STANDARDS: Urierm aQatwiao ti i."ed n e+s bid. all mom►
laqured lame and tabrtcalad atawm Liss Ina cor q* with aPDrca tapuke.
nwus of OOcmpeliate! Safety and tisalh Act and any ssanda ft twoum er.
(r) PAYMENT: Pwm ww w o be made by ate buyer after tie lams awarded to a
win doe laves been received, . % pod and tatwd to oompy wth award saes&
catsmr. Kee at dams" or "on and property iwoct2 All icecap afa part
Via pwa asa mum hare+bar. An wWW'and i<rw M ooptes or lM Invoins
" be submitted. Fai ure to lobar Oisse karuaiona may reirR it delay of
pro¢ew" invocss for peyrrsnd. The pwthss was, norrew meet appear on
bits of IsdnO. tom, Case$• 0alk"Jats. and eomrspa+derw:a
S. OF —LIVERY. Unless actual date of delivery is speeted i« I soearad da(rary cut
not be maq, show mwmAw of days rpuired to make delivery slier rreeipl of put-
ons" atom Im space provided. DeWtry time may Deco me a basis or coaxing an
award (sea Sped-+ Ca+dlions).
6. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS:
Any tr tic"aurers' names. heat mamas, brand name, infannabon. and« nYiafoq
�ur eat Wad it a spacicstion we for iriarrraCon and not its endaa to r"A compeo.
tlort. It bids we based on epuMSleM products, 4tdcite on ter bid farm e" trarabo
tureen• man* and rwnn ber. Bidder seal submit with his proposal aft akelcras. and
desatsuvs Rersve. add am ialslo tpscitkAgona. Raerwip to Dararure wnbnr-
led wah a prevous bid we not sw}sly Cie provision. The bidow " s" ax isas n
di sil the rssson(s)"Via proposed utuivalwit aril as We apeoircabons and rot
be corsrdmed an saceCtfon ttiereto. Bids wh--" do red Wmpy With Mae* reptns.
mmW we VA"d to rgscaon. Bids Iadxirp any "Man Mi6nlion d i fart o Qmala
an aiarrWe brand wJ be recalled and oansa:Wed in ct;tnplott Compxunce with e"
eptafi AWM a$ tilled an r" bid toort
7. INTERPRETATIONS: Any euations concerning saloons and sLeeftUlanf
cud be olded to br oTiait. trpuNat rnust tetererbe Iris date of bd am" and
bd nurrCsr. Faikwa to compry With that conoition aril resat in bidder wanvvq no two
to cupid• the bd owWX xu and spocficalons
P. CONFLICT OF INTEREST: The sward twreundef is subject a the provisions d
Chapar I t2 Florida Statutes. AS bidders mars disclose ivy+ Mac b4 the Aetna at
wry officer, dtscta, of apns who 1s also an s mplayea of this Stan d Florida. of any
of As s9aricise Fwtnm, sat bidders mast disclose the nine of try Scats step"
who Cana, due pf of hid acW, ar kilerse d the Ova perch or matt in vat bidd✓s
firm or any of its brwichea.
9. AWARDS: As On bet kuoret of FU may reQu4s, ilia rant Is reserved to Asks
awerd(tl Dy IrWW4ual stem Pomp of Istria. s: of none at s mmanaton Weeol: m
reject any and at bids or woke any mlmr kregutarty at t d%Ahctby n bids reoeivtd.
Wfan I In detamared thins Is aomoallfon b ter Wheel ttspdriwt boom. Imam ache
w bids may not be ov"tea. eiddan are cat bAed to make no assmnpt4mlt mnfeta
that bid has been avaknaied as Delp msponaws.
10. ADDITIONAL QUANTITIES: F« a psrlod not oaoeedrq nwery (90) days bon
as data of o reptanp art this offer by FU. des AgN Is resented to acquire addatwel
atarMka Rip lo'Lul root axooeCkp Unoee utown on 04 d f tg.tXO ter Corrsrsdtlos tS
the poe n th4 nSsaOon q eddtlon.l Cuartitin are red acnevub+s err Did sAeeta
rant be rated'8C is FOR SPECIFIED QUANTITY ONLY:
11. SERVICE AND WARRANTY: Unless otherwise aPealied the W~ ante deft"
any warranty ser"M and rapfacements VW will be provided Ow" and VA—quenr
o vas Catimact Bidows must mpbin on an alt"hed after! to wnac t11e01 watanty
and "Mce factitue are prov dod. .. .
i
# FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
DATE: May 15, 1997
Bulk Liauid Chlorine Bleach for Swimming Pools
Cost Sheet
1 s t yr 2nd yr
Item Description Price Price
1 per gal High purity, high strength $ .69 $ .69
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 �-BE THE THIRD YEAR PRICE
Author d Si ature
6
:�-� 629
FLORIDA INTERNATIONAL UNIVERSITY
INVITATION TO BID NO. 95-102
DATE: May 15, 1997
SPECIFICATIONS/PARAMETERS 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 to 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.' QUALITY CONTROL -- Provider shall include monthly water
quality control 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 H:cS code compliance.
Support shall include on=.site 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.
OA
v9- to) 29
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.I.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
canceled in whole or in
(30) days prior notice
contract may be cancele
d
5
fla9~ 629
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
S. WOP.KERS' 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.
9. 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
SUPPLE.NCENTAL PRW1SIONS
1, `(�ntt S R [C; i S 10 PAY% - Section 215,422, F.S. pro%ides that agencies have 5 working
days to 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 rare services,
if payment is not available within 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 irate m penalty 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
(305) 348-2161. Payments to health care providers for hospitals, medical or other health care services, shall
be trade not more than 35 days &am,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 Ombudstaaa, whose duties 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_FHABrLjTAT1VE NDUSTRIES {pR FF - 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 6unished or sold to any legislative, executive, or judicial agency of the state, any other state,
any foreign governns=4 or any agency of Federal government or to any such agencies or to any subconnactor
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 ,ear required to carry out this contract
shall be purchased from the corporation identified under Chapter 946. F.S. in the same manner and under the .•.
procedures set forth in Section 946.515(2), (4). F.S.: and for purpose of this contract the pc=a, firms, 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. CONTRACT CANCfii CATION - This contract may be unilaterally canceled by the University for refusal by
the contractor to allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119 and made or received by the contractor in conjtsnction with this contract.
4. MAVEL - No travel expense may be paid to any individual in excess of the amount permitted by Section
111061, Florida Statuses and them 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 obliaatioa 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 Hiles and regulations of the Board
ofRegents and Florida Intonational University. Section 287.012, Florida Statutes, requires that
contracts for artistic services, academic program reviews or lectures 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 toms 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 to the availability of funds. _
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 teases
of real property to public entity, may not be awarded or perform work as oatractor, supplier, sub-
- contractor, or c6usultant 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.
to. NOTICE TO CONTRACTOR: The Department shall consider the employment by any contractor of
unauthorized aliens a violation of section 274A(e) of the Immigration and Nationalization Act. Such
violation shall be cause for unilateral cancellation of this contract.
Revised PUP.10118/96
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 Bulletin 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.
4.1 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\Swimming -Pool ,at the University Park Campus,
S.W. 8th, Street and 107th Avenue, Miami, Florida 33199..
6. IDENTICAL TIE BIDS:
Preference shah be given to businesses with a drug -free
workplace in accordance with F.S. 287.087.
3
S'9~ 6 9
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 full 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-
ing, which is the responsibility of the facility maintenance staff.
Commercial
EneMyr
H,DQC Program includes monthly water quality control checks using the CES H2OQC water
Specialists. Iry —
quality control program. These checks include review of all major chemical parameters
SWJwW°"ko'm
calculation of saturation index. The Chem-PIusTm service also includes all prescrip-
Sufteand r. FL3$455-rise
tive measures required to correct water parameters to desired levels. Loaner chemical
c-774A-i�si
feed equipment will be made available in the event the chemical feed equipment were to
Q7-746-SMFax
need repair or replacement.
Excaow" in Maw conw .
vo+
Testing Program includes ongoing monitoring and testing of environmental conditions such as
TDS (Total Dissolved Solids), Black and Mustard Algae, Cloudy Water, Clarity (NTU), Filter Efficiency,
Chloramines, Bacteriological Analysis (General Bacteria, Pseudomonas, Total Coliform, 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 10D�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 recordkeeping, this program will be funded by a flat monthly rate for all tank related installa-
don, 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. C
Includes electronic alert notification
of County Personnel in the event of ���
10 Swimming Pool Al rm Conditions.
CES is a State Ceruried Minority Contractor -- ._
and is fully licensed and insured. — --
SPECIFICATIONS FOR 10.5% SODIUM HYPOCHLORITE
! CONCENTRATION (marked)
CONCENTRATIONS (delivered)
CONCENTRATION (minimum)
GUARANTEEDSTRENGTH
PROCESS
'FILTRATION
i
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 or 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.
0 9- 629
FLORIDA INTERNATIONAL UNIVERSITY - BID PROPOSAUTABULATION SHEET PAGE_ I !I-WOp AM)
' I3ID TITLE: BULK CHLORINK FOR SWINMINC POOL BID # 96-1 - OPENING DATE(TIME:
,
AWARDED: TO re BY ' DATE
FAM INiE TO IMHELY FILE A PROTEST WI[NIN THE TIME PREBCRITtEb IN SECTION
ATAS REOWAAtA
ND6ADDFIIONAL TM6 AND COAQIIION SUBMITIED BY.
IO?GrFECT.
0
ABiWPrrnWOBERWNCIADDTO(RYATtYTHtNWER9l,tSTEEOEDANDNAYSNOFORCE TNS LIST COMMN6 ONLY THE NAMES OF VENDORS WTYISE OFFCAS WERE TIMILY RECEIVED P"
TO TIIE OPENRID TIINEIDAtE. urrtns RECEIVED AFTER IHE OPLNIIki TOMEDATE ARE RE4F.CTFD AS LATE. BE ADYI6E0 IN ACCOROANCE VATN SECTION I26.8T(0)(bl. RORIDA STATIJK IF YOU INTEND TO PROTEST A DEMON OR INIENDED
DECL14DN PERTAIN IM TO TIOS BIDVP WOSAL YOU MUST POdt A BOND PAYABLE TO FLORIDA TNIE,RNATIONAL� IN AN AMOIINt EWA1 10 ONE PERCENT j I%) OF THE ESTIMATED TOTAL VOLUME OF THE 00411100. OR 1S.m00
WHICHEVER tS L E64 AT 149 THE THE FOPAW WRITTEN PROTEST IS FLED THE BOND MUST HIE CONDITIONED UPON THE PAYMENT OF ALL COSTS WHICII MAYBE AOJUDOEO AGAINST YOU BY AM ADIAKVtSMkTNE
tl. Ft&RIM OFFICER SO O CISION IN NMID DEC NON PERTA"M TO REQUESTS FOR APPROVAL OF EKCEPIkWAt PURCJIASES. A CASHIER'! CHECK Oft MONEY ORDER MAY se PROVIDED ON LIEU OF A
BOND. FAILUTFE Tr0 FILE A PROPER DOW AT THE TIME OF FILING THE FORMAL PMOTESL VALL RESULT IN DEMAL OF THE 111101KOT
z
3
LL
BIDDERS
-mot
Florida Public Employees1
Council 79, AFSCME
`~
34.5 9 Magnolia Dr. ##A-13
Tallahassee, FL 32301'
...
rJ
Dept. for Labor and
Employment Security
2574 Seagate Drive
200 Marathon Bldg.
Tallahassee, pL 32399
Toole for Change
6255 NW 7th Avenue
Miami, FL 33150
IL
72)
-A
omTaercial Energy
Specialists - Suite 02
86o Jupiter Park Drive
Jupiter, FL 33458
Attn: Alvaro Mendoza
'-
v i
' 9 C-.)
_._.........,....�......... ..... _......... ....
.._.... ..... ...... - ............... _ ..............
,
,
rLORIDA INTERNATIONAL. UNIVERSITY • BID PROPOSAL/TABULATION SHEET PAGE of
i Bit) TITLE: pgg-CHLogI B Egp, SylkWING POOL- BID 9b-1QZ,- OPENING DATEI"TIIME:��
AWARDED: TO BY DATE
i FAlUNE TO rimaY VIM A PROTEST WITHIN THE TWIT, PRESCRIBED IN SECTION 120 53{51 FILLMOA STARIIES.IYAIVES YOUR doll TO FWIIHLH AOMINSIftA1IVE PAOCEEDINOS ANY AND ALL ADDITIONAL TERMS AND (XJNDI" Sl9lLDT IEJ BY
A DWER PIR"SEII WHICff ADD TO INi VARY IW- UNIVERSITY'S WIPAS AND CONDITIONS A11E tiEJECIED AND HAVE NO rontE OR EFFECT. RUS LISI UONtAINS ONLY TH1 NAMES OF VEROCAS WHOSE OFFEfIS WF.l1E IIMCLVAECENED PIi10R
14 TIDE IiPLNki TIMCiDATE. OFFERS NECkIVED APIFFI IIII; UPFNIND IIMF. DATE ARE REJEWD AS LAIE %F ADVISED. IN ACCOFIDANCE WITH SECMM 190"S116).FLODIDA SIAIUIF IF YOU IIAFkD TO PflUlf S1 A DECISION OR INiLNVEU
j B`VC PEJIIAWM 10 114S 610PROPOSAL YOU MUST POST A BOND PAYABLF. TOILUIIU)A MIERNAIIONAL I-JR-YUM IN AN AMOUNT EQUAL 10 ONE I-14WEIOT 11%) OF NIE ESI IMAIED IOIAL VOLUME OF T1Ik c Lxf11iAI:t OA $6000.
MHMCIAVER IS LESS AI THE TIME ii1F FOIIJ,1Al i/TiirrEN PROTEST IS FILED 1 HE BONO MUST BE CONDITIONED IIPUN TIfE PAYMENT OF ALL COSTS YM1CH MAY BE ADJUDOW Af.AINSt YOU BY AN ADMINISTRATIVE
IIEA&Na L>) FICEA A O01 ► IS AESO o-M-i9 S o—IN FNDf U OECIygH9 PENTAINWO TO ►iEUUESIS I'OII APPAOY/.L OF EXCEPY NTAL PURCHASES A CASHIER S CIIIXK OR MONEY ON 0A MAYBE PROVIDED W IIEU OF A
O- BONO FAp rRG 10 ME A PROPER BOND AT INE ME OF MING THE FORMAL PROTEST. WILL RESULT IN DENIAL OF 711E PAOIEBT.
Tl-
C4
.-i
C4
L_
t
BIDDERS
Sentry Industries
5687 NW 36th Avenue
k iami^ 33142
Attn a Steve Syde.lko
AN
_T==
01
Clearwater Chemicals
1575 Sunshine Drive
Clearwater, FL 34618-6865
- ,
................... ..... ............. ....................
v.
:•.t
:1
..... _...... ...... ... ..... .................. .....
....._..-.......... ......... .............. ...
L
I FLORIDA INTERNATIONAL UNIVERSITY - BID PROPOSALITABU ATION SHEET PAGIr,_ A7�eo AM)
BID TITLE: BULK CHLORINE FOR SWIMMING POOL BID # 96 -t . OPENING DATE/TIME:
AWARDED: TO_BY ' DATE
FAILURE To Tom ttt A PROTEST Wl(NW tHE Tug PRE9CRiew IN 9EC110N WIN. FLORIDA STATUIRS. WANES YOUII p1O1K"TorrECT
FURtI IER ADMNILSTRATBt6 PROCEEDtNIS.9 . ANY A D ALL A001110RAL TETIAIS AND COMOIIION BUBMIFTED 6Y.
A OMIDEpprot"SER "10C11 ADD 10 OR VARY TN6 MVERSITY'9 70IMS AND NDttK)NB ARE REJEUIED AND NAVE NO FORCE. TN9 LIST CONTAINS ONLY THE NAMES Of VENDORS V010SE OFF6R9 WERE fiW[LY RECEIVF.D PRIOR
To lift OPENMiCT 11MIDDATE. OFI'ERS REL'ERIED AFTER THE OMWO TIME1)ATE ARE WELTED AS LATE, DBE A.D, YYlr&�D,•{ IN ACCORUAME WRN SECTION 120.6316xh). nORIDA STAIUTE IF Y(U INTEND TO PROTEST A DEC61ON OR W TENDED
DECISION PERTAMi1b YO TIN! 810pP110POSAL YOU MUST POST A 80NO PAYABLE TO FLORIDA NIERNATIONAI UNNFRSITY IN All AMOUNT EMW TO ONE PERCENT 1 N.) OF THE ismATED TOTAL VOLUME OF 1W OONITIPGI, OR S5,0w
WNICWV" 19 UL62 AT THE TUE 1NE POR11AE WTIRMN P%1S9T IS FLED THE *ONO MUST BE OONDITKWO UPON THE PAYMENT Of ALL costs mow MAY RE ATUUDDEO AaAIN9t YOU BY AN Atmmiwiw
f'L , hEM"0 oFFk*R C !WENDED DEC4870NS PERTA"WO To REQUESTS FOR APPAOYAL OF EXCED11 t PUITCHASE9. A OASIVER'S CHECK OR MONEY OTIOER MAY TIE PTTDVK)LO W LIEU Of A
BOND. FAILURE Tt1 TILE A FAOM A 0010 AT THE US OF FIl1NO 114E FORMAL PROTEST, PALL RESULT Nt OET#AL OF THE P110IEST,
F3 5
H
N
BIDDERS
�`il�
6Z"`
Florida Public Employees
Council 79, AFSCM
=
I
34.5 B Magnolia Dr. >1#A-13�'
FL 32301
.Tallahassee,
f]
[1
Dept. for Labor and
(�
Employment Security
2574 Seagate Drive
200 Marathon Bldg.
Tallahassee, FL 32399
Toole for Change
6255 NW'7th Avenue
Miami, FL 33150
owmercial Energy
specialists - Suite #2
V1 Y'
660 Jaapiter Park Drive
Jupiter, FL 33458
Attn : Alvaro Mendoza
... ..»»...» , ,..» ............................«»,
a
THIS AGREEMMNT entered into this 13th clay of rune 1997, between Commercial
EneW Specialists and Florida International University, acting for and on behalf of the Florida
Board of Regents, a public corporation of the State of Florida, hereinafter F.I.U., is for Bulk
Chlorine for Swiunadng Pools, commencing on July 1, 1997 or the date this Agreement is signed,
whichever is later and provided through June 30, 2000,
WITNESETH:
WMMEA.S, F.I.U. has invited bids to provide these items or services
VIEUMEAS, Commercial Energy Specialists has submitted a bid for the provision of these
items or services which has been accepted by F.LM,
NOW, TMMEFORF, inconsideration of the mutual eaveoants contained herein F.I. U. and
Commercial Energy Specialists agrees drat Commercial Energy Specialists. will provide these
items or services upon the terms and conditions described in the Invitation To Bid No.96-102
attached and incorporated herein as Exhibits I and Exhibit II respectively.
WTTNUS our hands and seals as of this date.
Corporate seil
FLORMA DrrERNATIONAL MVER5I`r'Y
acting for and on behalf of the Florida
Board of Regents, a public corporation
of the State of Florida
Vice "'Y'identBusiness & Finance
Date*
Approved as to form and legal
sufftctency:
UNIVERSTI'Y GENERAL COUNSEL
Isis Carbajai. do G=ci.a
Deputy General Counsel
Sq- Gqq
AWARD UNDER
FLORIDA INTERNATIONAL UNIVERSITY (FIU)
CONTRACT NO.96-102
ITEM:
DEPARTMENT:
TYPE:
RECOMMENDATION:
AwardUndcrFIUContract
Liquid chlorine at rental of chlorine storage tanks
Parks and Recreation
Term
It is recommended that the bulk liquid chlorine
and the rental of chlorine storage tanks for the
water treatment at various city pools from
Commercial Energy Specialists, Inc., under
existing Florida International University (FIU)
Contract No. 96-102, effective until 6/30/00,
at a total amount not to exceed $29,000, with
unit pricing to be established by FIU, pursuant
to the terms and conditions of said contract for
this contract period, be approved. Funds are
therefor hereby allocated from FY 199-00'
Parks and Recreation Department Operating
Budget, Account Code No.
29- 629