Loading...
HomeMy WebLinkAboutR-99-0745J-99-808 9/30/99 RESOLUTION NO,,) A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF COMMERCIAL ENERGY SPECIALIST, INC., FOR THE PROVISION OF POOL CHEMICALS AND SUPPLIES, FOR THE DEPARTMENT OF PARKS AND RECREATION, IN AN AMOUNT NOT TO EXCEED $47,266.75; ALLOCATING FUNDS THEREFOR FROM THE FISCAL YEAR 1999-2000' PARKS AND RECREATION DEPARTMENT OPERATING BUDGET, ACCOUNT CODE NO. 001000.58301.6.704. WHEREAS, the Department of Parks and Recreation has a need for pool chemicals and supplies; and WHEREAS, pursuant to public. notice,- Invitation for Bids No. 98-99-189 were mailed to thirteen (13) potential providers of said commodity; and WHEREAS, only one bid was received on September 13, 1999; and WHEREAS, funds are available from Account Code No. 001000.58301.6.704; and WHEREAS, the City Manager and the Director of Parks and Recreation recommend that the bid received from Commercial Energy CITY COYMSSIO N MEETING OF lie-s')luHon NO. 40 L_ r' Specialist, Inc., be accepted as the only responsive and responsible bid; 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 bid received on September 13, 1999, from Commercial Energy Specialists, Inc., for the provision of pool chemicals and supplies for the Department of Parks and Recreation, in an amount not to exceed $47,266.75, is hereby accepted, with funds therefor hereby allocated from the Fiscal } Year 19999•-2000 Parks and Recreation Operating Budget, Account Code No. 0010000.58301.6.704. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor'-�. PASSED AND ADOPTED this 12th day of October 1999. i JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the de,ignated ;:Inre becomes effective with the elapse of ten (10! regarding same, withoui the Mayor exarcisin;o. ATTEST: Wrjlt er? ,:r , Citv Clork WALTER J. FOEMAN '-' 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- L I ( CITY OF MIAMI, FLORIDA r INTER -OFFICE MEMORANDUM CAml TO. Honorable Mayor and Members DATE: OCT _ I ` FILE: of the City Commission SUBJECT, Authorizing the Purchase of Chemicals and Supplies for City ;.... Pools FROM: 1Cct'_0L1REFERENCES: City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of swimming pool chemicals and supplies for various city pools from Commercial Energy Specialist, under Bid No. 98-99-189 as the lowest responsible and responsive bidder for a total amount not to exceed $47,266.75, for the Department of Parks and Recreation. Funding for these services is available from funds appropriated in the FY '99-00, Parks and Recreation Department Operating Budget, Account No. 001000.58301.6.704. BACKGROUND: The City of Miami's Parks and Recreation Department has budgeted funds for the purchase of swimming pool chemicals and supplies for the operation of various city pools. Pursuant to public notice, Invitation for Bids No. 98-99-189 were mailed to thirteen (13) potential providers of said commodity. On September 13, 1999 one (1) bid was received from Commercial Energy Specialist. Therefore, it is recommended that an award in an amount not to exceed $47,266.75 be made to Commercial Energy Specialist, Inc. as the lowest responsible and responsive bid DH'Vde /AR/sb i i 99r ��`i City of Miami. Florida Bid No. 98-99-189 6.1 BID INFORMATION FORM Mailing Dale: Auzust 27. 1990 Buyer: Maritza Suarez Bid No.: 08_00-180 Telephone: 305-416-1907 Please quote on this formks) net prices for the item(s) attached. Return signed original and retain a cop} for your files. Prices should include all costs, including transportation to destination. The Cin reserves the right to accept or reiect all or any pare of this bid. Prices should be fum fora minimum of 90 da%s. Reference to manufacturers names or catalog numbers are for identification only. If' altemates are quoted, complete infonnation must be given. In the event of errors in extension of totals. the unit prices shall govem in determining the quoted prices. Bids mint be received by: 11:00 AM, Monday. September 13, 1999. at the Office of the City Cleric, 3500 Pan American Drive, Miami, Florida 33131-5504 CONTRACT FOR ONE YEAR NVITH OTR FOR TWO ADDITIONAL ONE YEAR PERIODS 885-78: SNA"IMMING POOL CHEMICALS AND SUPPLIES We have read your Invitation for Bids. completed the necessan documents. and propose to furnish and deliver, F.O.B. DESTINATION, the items or sen ice specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 2 + number of calendar da_s s required to complete work after Notice to Proceed or issuance of purchase order. 1 number of calendar days required before commencement of work. Deliven, will be made within _ 5 calendar days after receipt of purchase order. Terms: 2%-10 days Net 30 days X Additional discount of 0 % if awarded all items. N / A ^ (include cash discount for prompt payment, if any) Other Discounts: N / A Contact PersomTelephone: Carol LaBrie — 800-940-1557 x1.07 Term of Warranty for equipment: N / A Term of Warranty for labor: NiA All exceptions to this bid have been documented in the section below. EXCEPTIONS: L CCr11I1,' inaC any anlu all Inlorrnauun cumdamu uL um- Ulu a uuc, allu I luivacL ucaui�, way uau vau ,u u�auw ..auwua prior understand inn, agreement. or connection with any corporation, firm, or person submitting a bid for the same materials, supplies. equipment. or service, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the followinz and sign your name: Firrn'sName:Commercial Energy Spec. Telephone: (800) 9a0-1557 Principal Business Address: _ _ Fax: (561) `' — 860 Jupiter Park Dr, Suite ;;2 5898 Name: James E. MitchellMailing Address:_ same Title: Controller Authorized Signature: 1 g f E-Mail Address: Beeper: N / A 09- ''145 City of Miami, Florida �N 6.4. SPECIFICATIONS AND PRICE SHEET Bid No. 98-99-189 Estimated Unit of Unit Item: Description: Annual Qty. Measure Price: Extension Prices aiven are to include delivery at the site. 1. Calcium Hypochlorite Pulsar Bricquettes 400 pails $ 7 8 . 75 /ea S _ 31.E 500 No substitution. Packaged: 50 lb. pail AN- 3 0 1 70 2. Calcium Hypochlonde-Dry Granular 10 drums S '. 0 G40 0 /ea S 1 , 040 70% available C12 Packaged: 100lb, drums Brand Name or Product No. AA 30554 3. Muriatic Acid 20 Baume 200 cases $ 7 • 7 5 /ea $ 1, 550 Packaged: 4 (1 gall jugs/case Brand Name or Product No. AE ACID -CS 1-1-(25 case minimum delivered - single dro 4. Diatomaceous Earth Filter Powder 200 bags S16. 79 /ea S 3,358 Packaged: 50 lb. bag Brand Name or Product No. EM 5 8 0 9''' 5. Sodium Bicarbonate XV 1.00 bags $ 13 . 00 lea $ 1,300 Packaged: tDONN.I. bi " 50 lb. b a g Brand Name or Product No. AE SB50 1 6. Calcium Chloride 1.00 bags $ 1.3 . 00 /ea $ 1, 300 Packaged: 'KK1X6:'vN§ 50 lb, b a g Brand Name or Product No. AE C C 5 0 7. Trichloro-s-Trazinetrione 25 pails $ 10 8 . 7 5 /ea $ 2 , 71. 8 . 7 5 Packaged: 40 lb. or 50 lb, Pail Specify: 40 lb. Pail ) or 50 lb. Pail [ J Brand Name or Product No. AA P L 5 8 2 7 8. Cyanuric Acid or pool stabilizer 40 drums $ 112 . 50 /ea $ 4 • 500 Packaged: 100 lb. drum Brand Name or Product No. A E S T A B 10 0 Bidder: Commercial Energy 5 P e c i a l i A8t?16rA8 `Signature: el Gi'15C (Company Name) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. SENT BY Ct?Y OF lit aJf1 9- 8-99 ; 4:6QP1t PROCLREIIENT JA,l t. 5617465858:= 2/ 2 AT-f of ffl-am- 100Y S. CARTCR Director Win.. t�i ADDENDUM NO. I VIA FAX EIDNO.98-99-189 SEPTEMI3ER8,1999 SWIMMING POOL CHEMICALS AND SUPPLIES DONALD 11, WARSHAW City MZirmger The PurNse of this addendum is to providc additional information pertaining to 'Item No, 7 of the above referenced Invitation for Bids: Item No. 7 of Form 6.4. Specification% and Price Sheet should react as follows: 7. Trichloro-s-Trazinetrionc (Grarnukr) Packaged: •10 lb. Or 501b. Pail ALL OMER TERMS AND CONDITIONS OF THE RID DOCUMENT REMAIN THE SAME. SI NC LY, ,- Y S. CARTER FF PROCUREMENT OFFIC R 'nUS ADDENDUM 15 TO BE SIGNED AND DATED BY BIDDERS AND SUBMrMD AS PROOF OF RECEIPT WIT TI1E SUBMISSION OF BID RESPONSES. SIGNATURF,: .V4L� NAME OF FIRM: DACE: Cf • �1- �� ._._ �.... _,_._. _ DEPARTMENT OF PURCHASINC,14 4 SW. 2M we W. Gm F1U0fA4iJmi, it,rida ;a134V= 416 1"VVAx:0015 41n-192S E•MA11 A&Mrtss: tx,R'hJ10061 miami.t v. / Wclnite "ImSS: Mtpllt�.miami.(I,usl ff'��, / � 1' Mailinp Addredl: P,0. MX 3U176A iui.,...i 11 »•�•,, ,.•.... 9 9 — 1 4J City of Miami. Florida Bid No. 98-99-189 6.. ENDOR BACKGROUND INFORN,,iTION INSTRUCTIONS: This questionnaire is to be included Leith your bid. Do not lease any questions unanswered. Nilsen the question does not apple, write the %sord(s) "None". or "Not Applicable", as appropriate. Please print. COMPANY NAME: Commercial Energv Specialists, Inc. COMPANY OFFICERS: President_ Alvaro G. Mendoza Vice President Frank G. Mendoza, Jr, Secretary __ Treasurer COMPANY OWNERSHIP: Alvaro G. Mendoza Frank G. Mendoza, Jr. ,LICENSES: 50 % of ownership 50 % of ownership % of ownership % of ownership I. County or Municipal Occupational License No. 19 9 3 — 0 3 0 4 3 (attach copy with bid) 2. Occupational License Classification Pool Automation Sys /Dist r 3. Occupational License Expiration Date: 9 / 3 0 / 0 0 4. Metro -Dade County• Certificate of Competency No. N / A (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 5 9 — 2 5 5 00 5 7 EXPERIENCE: 6. Number of Years your orsanization has been in business: 15 7. Number of Years experience BIDDERL,PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 1 5 8. Number of Years experience BIDDERJPROPOSER (fusty, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 1.5 1_ �� '745 City of Miami. Florida Bid No. 9S-99-189 6.6 1IINORITYAN IEN BUSINESS AFFAIRS REGIS.---kTION AFFIDAVIT Please Check One Box Onh R Hispanic [ J Female f J Black [ ] Not Applicable If business is not 5Ila minorih female owned , affida: it does not apply. If not applicable, notarization is not required. I (We), the undersigned actee to the followins conditions: 1) that \\e haye read Section 2.25 of the General Terms and meet the fifty-one percent (51%') ownership and management requirement for minority women registration status and will abide by all of the policies and regulations poyerning the Cin of Miami Minorir and Women Business Enterprise Procedures: 2) that if at am time information submitted by the undersigned applicant in his.her Bidder Application should prove to be false, inaccurate. or misleading. applicants name will be struck from the City of Miami's Master Bidder list with no further consideration given to this applicant: 3) that the Cir% of Miami maintains the right. through award of bid contract. to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notif% the Cit,. of Miami within thir•t-• (30) days of any change in the firm's ownership, control, management or status as an ongoing minority women business concern as indicated on t}te Bidder Application, and that the Cite of ?Miami. upon a finding to the contrary, may render a firm's registration with the Cin• null and void and cease to include that firm in its registered list of minority and women - owned businesses: 5) that the Cit} of Miami has a right to diligently verify all information submitted by applicant in his.'her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered: 6) that the Cite of Miami max share a firm's registration information concerning its minorityiwomen status and its capability, ,vith other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify' under the penalties of perjury that the information contained in any and all application documents submitted to the Cin• of Miami is correct as per Ordinance No. 10062 as amended. Firm Name: Commercial Energy Specialists, Inc. (If signing as a corporate officer. kindly affix corporate sea]) (Name. Title & Date) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. NOTARIZATION CO1_�T1'. SS COUNTY OF DADE Date: ``Q hF)-L That: { flN1e?S 'v\ CZl_ personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he�she has produced 'V i J U+Ji PtV� UJI�Ll- Kl,ZU5N ,; as identification. "•' °ya , Rcymond O. Beesch r 1 A1YCOMh11SS!ON#CC79,158 EXPIRES NOTARY PUBLIC: is December 1, 2002 9^N^E5%4VUTDOYFA11,'INSU9AN'E.IKG ^+ My Commission Expires: 1 1�cL 2 00'1_ FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM IIIAY DISQUALIFY THIS BID. 99-- 7'45 City of Miami, Florida Bid No. 98-99-189 6.7 SAMPLE OF AFFIRMATIVE ACTION POLICY fo r EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION/ EQUAL EMPLOYMENT OPPORTUNITI' - POLICY STATEMENT It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion, national origin, sex. aLze, marital status, veteran and handicapped status. One of the management duties of all principals at (company Name) is to ensure that the following personnel practices are bein_ satisfied: 1. Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color, place of birth, religion. national origin. sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring. training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees. regardless of race, color, place of birth, religion, national origin, sex, age, marital stars. veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management. And so, to monitor our effons, (Company Name) has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy. DATE: C?. C(, C (SIGNATURE/TITLE): FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. ,9 9 - 745 City of Miami. Florida Bid No. 93-99-189 j.5. PRIMARY OFFICE LOCATIlt— , AFFIDAN'IT Please type or print clearh. This Affidavit must be completed in full. signed and notarized ONLYit your primary ofce is located within the corporate limits of the Cin of Uiami. 4 Legal ?tiame of Firm: Entity T� pe: (check - one box only) [] Partnership [] Sole Proprietorship [] Corporation Corporation Doc. \o: Date Established: Occupational License No: Date of Issuance: Prznian, Office Location (Principal establishment of the bidderiproposer): PRESET Street Address: i Ciry: State: How- long at this location: PREVIOUS i Street Address: Cin : State Ho'A lonz at this location: V IAccording to Section 18-52.1(h) of the City of Miami Code, as amended: i The "City Commission may offer to a responsible and responsive local bidder. «hose primary office is located in the City of Miami, the opportunit% of accepting a bid at the low bid amount. if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsice bidder " The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the Cin of Miami. I (we) certif,y. under penalty of perjury. that the primary office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/ proposers by this section. Authorize Signature Print Name (Corporate Seal) Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner ofat partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE a Personally known to me; or Subscrib�c d and Ssrom before me that this is a true, statement this day of 199, 1] Produced identification: Notary Public. State of Florida My Commission expires (Seal) Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The Ci[y of Mialni also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's primary office. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORNI MAY DISQUALIFY THIS BID. 745 City of Wami, Florida Bid No. 98.99.180 - 6.9. DEBARMENT AND SUSPENSION CITY OF MIAMI CODE SEC. 18-102 (a) Authority and requirement to debar and sus�end: After reasonable notice to an acvua l or prospecu\e contractual pam. and after reasonable opportunity to such pam to be heard. the Cin Manacer, after consultation with the Director of Purchasing and the Ciry Attorney. shall have the authority to debar a contractual pam for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (=) years. The City Manazer shall also have the authorit\ to suspend a contractor from consideration for award of cite contracts if there is probable cause for debarment. Pending the debarment determination. the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued b,. the Director of Purchasing after approval b} the Cir} ;`tanager. the Cir Attorney. and the City Commission. (b) Causes for' debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaininz or attempting to obtain a public or private contract or subcontract. or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forsery, briber}, falsification or destniction of records, receiving stolen propem, or any other offense indicating a lack of business integrity or business honesn : 3. Conviction under state or federal antitrust statutes arising out of the ;submission of bids or proposals; 4. Violation of contract provisions. which is regarded by the Director of Purchasing, to be indicative of nonresponsibilin. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract. provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension: 5. Debarment or suspension of the contractual pam by any federal, state or other governmental entity; 6. False certification pursuant to paragraph (c) below; or 7. Any other cause judged by the Ciry Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services. sales, and leases by the City shall contain a certification that neither the contracrual pam nor anti of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in pamaraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (,b) (5). Companyr.arne: Commercial Energy Specialists , Inc. Signature: J4,jrf'(--• ct o-CA Date: September 9, 1999 FAILURE TO COMPLETE, SIGN. AND RETURN THIS FOWN1 MAY DISQUALIFY THIS BID. q ( "14 5 DEALER IN STATE OF FLORIDA TANGIBLE PROPERTY PALM BEACH COUNTY COvNTY OCCUPATIONAL LICENSE - �_ „ _ 1993-03C43 COMME.CIAL ENERGY SPECIALISTS **LOCATED AT: ALVAR 0 mE;:QUZA 660 JUPITER PARE. DR „2 SAME JUPITER FL 33458-8958 A T N POOL AUTOMATION SYS/DISTR JOHN K. CLARK, CFC TAX COLLECTOR, PALM BEACH COUNTY CLASSlrICAM,4 OD-020 CNTY :.31.5( TOTAL $31.5( THIS IS NOTABILL - DO NOT PAY PAID. P3C TAX COLLE-CTOR CK $31.50 OCC 49 22132 08-27-99 THIS LICENSE VALIC ONLY WHEN RECEIPTED BY TAX COLLECTOR LICENSE MUST BE DISPLAYED CONSPICUOUSLY AT ESTABLISHMENT OR PLACE OF BUSINES CITY OF NMNII OF THE CITY CLERK BID SECURITY LIST SWIMMING POOL CHEMICAL" AND SUPPLIES BID ITEM: ' BID NO: 98-99-189 -- _-- DATE BID(S) OPENED: SEPfEMBER 13, 1999 -__ TIME 11 :00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK COMMERCIAL ENERGY SPEC. See attached A10N SPA/a, z L NO BID FRANKS POOL INC. E ald r REX CHEMICAL CORPORATION oes —offers rom Me ven_.ors as a c- - received timely as of the above onr • Pip an ---I t° .t%'. All othor offers suh-m4icd in response to ,. any, - 1e l�1cL mid received ( ) envelops on behalf of Person receiving bid(s) PURCHASING DEPARTMENT on (City Department) (Date) t City 9-- ?7455 i AWARD RECOMMENDATION. JRM BID NUMBER: 98-99-189 J COMMODITY/SERVICE: Swimming Pool Chemicals & Supplies DEPARTMENT / DIVISION: Far}:s and Recreation TERM OF CONTRACT: contract for one year with 0TR for two additional one year periods. NUMBER OF BIDS DISTRIBUTED: Thirteen 13 NUMBER OF BIDS RECEIVED:_ one (1) METHOD OF AWARD. Lowest responsible and reponsive bidder(s)_on an item by item basis or a combination of items whichever is in thest best RECOMMENDED VENDOR(S): interest to the Cit}•STATUS: CONTRACT VALUE: Commercial Energy specialists, Inc. Hispanic/Non-Local $47,266.75 _ TOTAL: $47,266.75 ACCOUNT CODE(S): �tJ%�(�O . Sr�3C1f. �• 70' `%9 DEPARTMENT APPROVAL: Department Director/ Designee BUDGET REVIEW PPROVAL: Luie Brennan Interim Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 TITLE: URCHAS)NG APPROVAL: Ju y . Carter Dir or 99-- 74 ri -�, CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST SWIMMING POOL C'ITUMTCAI S AND gUPPLIES Ar BID ITEM: ' —_---- --J`— — BID NO: 98-997189 _ DATE BID(S) OPENED: SEPTEMBER 13. P99 _TIME 11:00 PURCHASING DEPARTMENT _ on � —/ 5 — ! 7 (City Department) � (Date) SIGNED / Deputy City C -e CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, A. 33133 for the following: BID NO.98-99"PSg. Swimming Pool Chemicals and Supplies OPENING DATE: 11:00 A.M. Monday September 13, 1999 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906. Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD NO. 7702 City of Miami This number must I e -' Z REQUISITION FOR ADVERTISEMENT appear in the advertisement, INSTRUCTIONS: Please twe and attach a co ov of the advertisement wKh thiB reoulsition. 1. Department: 2. Division: 3. Account Code number: 4. is this a confirmation: 5. Prepared by: yes F-1 No 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9-- --Number of times this advertisement is to be 10. Type of advertisement: published: __ Legal Classified ❑ Display 11. Remarks: Procul-emcni: of pool Bid No. 9,5-99-189 12. Publication Date(s) of Advertisement Invoice No. Amount D I A R 1 ILAS- A'�ETi1CAS 13. -Ef, Approved El Disapproved Department Diii&f6r/ Designee Date Approved for Payment Date L 13 R&. ( 12 / 89 j No!qtin5L..forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy,