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,