HomeMy WebLinkAboutR-90-0408J-90--429
5/29/90
RESOLUTION NO. 90. 408
A RESOLUTION ACCEPTING THE BIDS OF PB&S
CHEMICALS IN THE AMOUNT OF $37,025.00, REX
CHEMICALS IN THE AMOUNT OF $26,503.00 AND
ALLIED UNIVERSAL CORPORATION IN THE AMOUNT OF
$15,732.00 FOR THE FURNISHING OF SWIMMING
POOL CHEMICALS ON A CONTRACT BASIS FOR ONE
(1) YEAR WITH THE OPTION TO EXTEND FOR AN
ADDITIONAL ONE-YEAR PERIOD TO THE, DEPARTMENT
OF PARKS AND RECREATION FOR A TOTAL FIRST
YEAR COST NOT TO EXCEED $79,260.00, WITH
FUNDS THEREFOR BEING ALLOCATED FROM THE 1989-
90 OPERATING BUDGET ($10,538.00) AND 1990-91
OPERATING BUDGET ($68,722.00), ACCOUNT CODE
NO. 580301-704; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE PURCHASE ORDERS FOR THESE SUPPLIES AND
THEREAFTER TO EXTEND THESE CONTRACTS FOR AN
ADDITIONAL ONE-YEAR PERIOD SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received March 28, 1990 for the furnishing of swimming pool
chemicals on a contract basis for one (1) year with the option to
extend for an additional one-year period to the Department of
Parks and Recreation; and
WHEREAS, invitations were mailed to thirty-three (33)
potential suppliers and four (4) bids were received; and
WHEREAS, funds for these purchases are available from the
1989-90 Operating Budget ($10,538.00) and 1990-91 Operating
Budget ($68,722.00), Account Code No. 580301-704; and
WHEREAS, these supplies will be used by the Department of
Parks and Recreation for the purpose of providing chemicals for
the maintenance of the City's thirteen (13) swimming pools; and
WHEREAS, the City Manager and the Director of Parks and
Recreation recommend that the bids received from PB&S Chemicals,
Rex Chemicals and Allied Universal Corporation be accepted as the
lowest responsible and responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
CITY COMMISSION
MEETING OF __
J U N 7 1999
Ikk oUUrlea U `: T
El
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
Sect ion.
Section 2. The March 28, 1990 bids of PB&S Chemicals in the
amount of $37,025.00, Rex Chemicals in the amount of $26,503.00,
and Allied Universal Corporation in the amount of $15,732.00 for
the furnishing of swimming pool chemicals on a contract 1basis
for one (1) year with the option to extend for an additional one-
year period for the Department of Parks and Recreation at a total
first year cost not to exceed $79,260.00 is hereby accepted, with
funds therefor being hereby allocated from the 1989-90 Operating
Budget ($10,538.00) and 1990-91 Operating Budget ($68,722.00),
Account Code No. 580301-704.
Section
3.
The City
Manager
is
hereby
authorized to
instruct the
Chief
Procurement
Officer
to
issue
Purchase Orders
for these supplies and thereafter to extend these contracts for
an additional one-year period subject to the availability of
f unds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 7th day of June 1990.
- 4_c7ze
XAVIER L. SU RE , MAY
�7
ATTEST
HIRAI, CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
JU GE L. F RNANDEZ
CITY ATTORNEY
1`I'he herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including, but not limited to those prescribed by applicable
i
City Charter and Code provisions.
# _ 2 _
} ��` 408
t1D SECURITY LIST
DIE) MM: Swimming Pool Chemicals
og) NO. 89-90-090
DATE BIDSREC^EIVEI7►: March 28, 1990 2:30 p.m.
BIDDER
;PB&S
TOTAL
BID AMOUNT
BID BOND (or) 404f
CASHIER'S CHECK
Chemical
See attached
*Allied Universal
*Turned in one
copy which was sent to nurchasin
*Rex Chemical
*Turned in one
copy which was sent to Purchasin
Gi.fer Chemicals, Inc.
See attached
bid
NO BID:
Burris. Chemical, Inc.
Ashland Chemical, Inc.
Sever_ Seas Chemical Corp.
Unolocal 76
son receiving
(City Department) on (date)
Received the hereinabove described checks this day of
in connection with the herinabove cited bids, which were sent to Treasury Management by the C ty�lerk
for appropriate posting.
received ( ) envelopes on behalf of
SIGNED: DATE:
{Treasury Management)
im 1i
.. .. .. .. .. ..
9
0
LEGAL ADVERTISEMENT
BID NO. 89-90-090
(3
2: 1
or��,:,, t
Sealed bids will be received by the City of Miami City Clerk at
her office located a can, Drive. Miami, Florida,
33133 not later than :30 .m., lurch 28, 199 for the furnishing
of swimming pool chemica s, as n , a contract basis to the
Department of Parks, Recreation and Public Facilities.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10538 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City of Miami Minority/Women
Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way,
Suite 400, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
(Ad No. 6483 )
Cesar H. Odio
City Manager
D
M
S°i I
e i{ � -
-V
REQUISITION FOR ADVERTISEMgNT' f, . n r r t$ �ymber must appear
1:i'" i - inValdvertisement.
DEPT/DIV. Procur-emcnAt or P R. &P F.j._,
ACCOUNT CODE 3 7 0 4 41— 2 8 1
i .
DATE March 7. 1990 PHONE_ 575-4174 APPROV I E� :'
2,
y.. F
PREPARED BY 1<,l itza Pa.y,5_'
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement Ut�t✓ (�) _ times.
! (number of times)
Type of advertisement: legal X classified _ display
(Check One)
Size: - Leda 1 Starting date 11u rch 14 , 19 9 Q
First four words of advertisement: : k3l a LN o . A 2— y Lj —
Remarks: Swiituri ng Pool Ch '-mM - •3 7
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
A-1
B2
C-3
D-4
E-5
F3rTFRANS
4
F5
F7
F8
F9
F10
F11
F12
LINE
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
BJE
PROJECT
11
17
18 25
S4 39
42 45
5o
6t 56
57 82
83
0
1
4
1
V
P
2
0
2
2
8
7
1
2
rO
4
7
9 V P 1213
14
15 DESCRIPTION
36
64 DISCOUNT6
72 AMOUNT
5
2
0
2
0
1
Approved for Payment
White —Purchasing Yellow - Finance Pink — Department
Xt 1i.:.)ta'64
i': lik cc
L1
M
T' H U
9 E 1 a P ARK S REC.
CITY OF MIAMI, PLORIDA
INTEROFFICE MEMORANDUM
TO ronoreU2e Mayor and DATE - MAY 2 9 990 Flit
Members of the City Commission SUBJECT , Award of Did #89-90-090
Swimming Pool Chemicals
Cesar H . Odin aF-PERE ace
City Manager
tN0I05UREA;
Reccmendation:
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the lowest responsive and
responsible bids of FHB 6 S Chemicals of 3375 S.W. 13 Ave., Fort
Lauderdale, Florida, in the proposed amount of $37#025; Allied
Universal Corporation of 8350 N.W. 93 St., Miami, Florida, in the
proposed amount of $1.5,732; and Rex Chemicals of 2270 N.W. 23 St.,
Miami, Florida, in the proposed amount of $26,503. These bids are
for the purchase of thirteen (13) swimming pool ehemicale, as
needed, on a contract basis for al period of one (1) year, to the
Department of Parks and Recreation.
Backgrouimd t
Pursuant to public notice, sealed bids were received March 28,
1990 for the purchase of thirteen (13) swimming pool chemicals, 80
specified, to be delivered as needed to the Department of Parks
and Recreation. Four (4) bids were received, one (1) from a Black
minority vendor, one (1) from a Hispanic minority vendor, and two
(2) from non -minority vendors. Four (4) no bids wore received.
Source of Fundss
1989-90 and proposed 1990-91. Parks and Recreation, Recreation
Division, General Fund.
Minority Participations
Awards are to one (1) Hispanic minority vendor, and two (2) non -
minority vendors.
cCs Proposed Resolution
Tabulations of Aida
q
r
1.1
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO William J. Schaut DATE : April 25, 1990 FILE
Procurement Supervisor
General Services Administration suaiECT Bid# 89-90-090
Swimming Pool
Chemicals
FROM Alberto Ruder, Director REFERENCES:
Department of Parks, Recreation
1 and Public Facilities WENCLOSURES
fyp
This department has verified available and proposed funding with
the Department of Management and Budget that funds are available
to cover the proposed subject bid in the amount of $79,260.
Funding is from 1989-90 General Fund, Account Code 580301-704,
and the proposed 1990-91 General Fund, Account Code 580301-704,
subject to availability.
BUDGETARY REVIEW & APPROVED BY:
M16nohar Surana, Director
budget Department
JAP/ml c
Based on the remaining balance in the stated account for FY89-90, we approve
expenditures in the amount of $10,538. Additional funds to cover bid will be
projected for FY90-91.
90v 408
�'=
e
PAO>~ 1 Qi� l
W
CITY OF !!IAMI
r
BUDGET JUS"11PICATIBE
DETAIL FOR ALL"WANCES FRINGE (BENEFITS,
�
OTHM OPERATING EXPENSES,
NON OPERATING EXPENSES, AND CAPITAL OUTLAY
�D
FISCAL YEAR 19912
0
FUND General
DEPARTMENT Parks, Rec. S P.
F. MINOR OHJECT CODE 704 ACCOUNT NAME Op. Sup. - Chemicals
I
DETAILED
QUANTITY OF
PROJECTED EXPEMOITURE JUSTIFICAT105
DESCRIPTIO10 UP
ITEM ITEM FOR PURCHhM
UNIT PRICE (OVANTITY X PRICE) P0.RCMSB%F.XPBNDlTURX
�
Recreation
S8O3C1
•
�.
Chemicals for 10
City Pools: 8
seasonal and
2 year-round
Virginia Rey Beach
Various Chemicals
W
a
00
MAN Chemicals are
u
required to
maintain
D
Health Dept.
A
Standards for all
;K
swimming pool.
N
The increase is
necessitated by the
A
addition of one
m
year-round pool
0
(Range) and the
increase in cost of
supplies.
$ 5.000 Pesticides and
chemicals needed
for safe operation
of Virginia Key Beach.
I
TOTAL. "?38. S00
FY 89 ADOPTED MoV90 FY 90 REQUEST $38.090 INCREASE (DECREASE)��� �
13
a
II I"'J I II I 1 1111 1 I I I I I' I I I I I 1" 1 1 ' I 1 V" 1' 1 I' 1.! 1ir I!' 11 1111 III 1111 11 1 1011- 1 11 1 -1 1 1, 11 11
f
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT
DIVISION
BID SHEET
F.O. BOX 330708
Miami, F1 33233-0708
TELEPHONE NO. 575-5174
BID NO. 89-90-090
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
ARID DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED
UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms:�3y (Include cash discount for prompt payment, if any)
Additional discount of �! % if awarded all items.
Warranty and/or guarantee:
State any
necessary):
variances to
speci f,�cat ions (use separate sheet if
Delivery:
2--3 calendar
days required
upon
receipt
of Purchase Order.
Delivery
Point(s): City
of Miami - Dept.
of
Parks,
Recreation and
PLhlic Facilities
Swimming Pools at IO locations within the City of Miami
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on .the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
P97—r-t no
2�-
NAMES OF COMPANY OFFICERS:
Please use the back of this page if more space is necessary
Max of individual lding license in this profession -(if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy
Ordinance No. 10538, the Minority Procurement Ordinance of the City
Miami, and agrees to comply with all applicable substantive
procedura provisions therein, including any amendments thereto.
BIDDER: S i g na t u r
cam an name '
P Y
Print Nam .. �G�YIZ •
Indicate if Minority Business: Date:
[ ] Black /�Q Hispanic [ ] women
of
of
and
FAILURE TO COMPLETE, SIGN, AND RETUR14 THIS FORD! MAY DISQUALIFY. THIS
BID.
13
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT
DIVISION
BID SHEET
P.O. BOX 330708
Miami, F1 33233-0708
TELEPHONE NO. 575-5174
BID NO. 99-90-090
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: NET 30 DAYS (Include cash discount for prompt payment,*if any)
Additional discount of (none) $ if awarded all items.
warranty and/or guarantee: (None)
State any variances to specifications (use separate sheet if
necessary):
Delivery: 3Mork calendar days required upon receipt of Purchase Order.
Delivery Point(s): City of Miami ---Dept. of Parks, Recreation and
Public Facilities
Swimminq Pools at 10 locations within the City of Miami
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
Bernie Erstier.
Leon Namoff
NAMES OF COMPANY OFFICERS:
Lean Namoff / Sec. Treasurer
Robert Namoff / Vice President
Bernie Epstein / President
Please use the back of this page if more space is necessary
Fuse of individual holding license in this profession (if applicable)
Robert Namoff
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: Allied Universal Corp.
company name
Signature: (D- ),
Print Name: Dan Dever
Indic&te if Minority Business: Date:
C J Black [ J Hispanic [ ] women
March 26, 1990
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS
U
FS
CITY OF MINI, FLORIDA P.O. BOX 330708 ,
PROCUREMENT MANAGEMENT Miami, F1 5 ,33-0708
DIVISION TELEPHONE NO. 575-5174
BID NO. g9-90-090
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: —NET in nAvc (Include cash discount for prompt payment, if any)
Additional discount of NZA $ if awarded all items.
Warranty and/or guarantee:` NIA
State any variances to specifications (use separate sheet if
necessary): 5o I bae on item #IoxII_ Sn I nntl A" 40-__ 419
Delivery:1-3 calendar days required upon receipt of Purchase Order.
Delivery Point(s): City of Miami - Dept. of Parks, Recreation and
�9 Publig Facilities
j
Swimming Pools at 10 locations within the City of Miami
-' In accordance with the Invitation to Bid, the -Specifications, General
5 Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICERS:
t
Thomas He arl nd CFU
—
Flease use the back of this page if more space is necessary
Mane of individual holding license in this profession -(if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
BIDDER: Signature:
company name
Print Name: p_ 1,arxx E;iseie_ -
Indicate if Minority Business: Date:
] Black [ ] Hispanic [ ] Women 08
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY THIS
4
AWARD OF BID
Bid No. 89--90-090
ITEMS:
Swimming Pool Chemicals
DEPARTMENT:
Parks, Recreation and Public
Facilities
TYPE OF PURCHASE:
Contract for one (1) year with the
option to extend for an additional one
year period.
REASON:
These chemicals are needed for the
maintenance of the City's thirteen
(13) swimming pools.
POTENTIAL BIDDERS:
33
BIDS RECEIVED:
4
TABULATION:
Attached
FUNDS:
1989-90 Operating Budget Account Code
No. 580301-704 ($10,538) and 1990-91
Operating Budget ($68,722.00)
MINORITY PARTICIPATION:
Invitations to bid were sent to six
(6) Black, seven
(7) Hispanic and three (3) woman -owned
firms engaged in
the chemical business as located in the
following source:
1. New Vendors Applications on file in the Procurement
office.
2. City of Miami
Minority office Register.
3. Previous Bid on
File in the Procurement Office.
4. Yellow Pages Telephone Directory.
Minority response
consisted of two (2) bids received from a
v Black and Hispanic
owned firms.
BID EVALUATION: Following is an analysis of the
Invitations to Bid:
Number of Bid
Number of
Category
Invitations Mailed
Responses
Prior Bidders
Black American
1
0
Hispanic American
1
1
Woman
0
0
Non -Minority
5
2
New Bidders
Black American
5
1
Hispanic American
6
0
Woman
3
0
Non -Minority
12
0
Courtesy Notifications
18
-
"No Bids"
-
4
Late Bids
-
0
Totals
51
8
Page 1 of 2
90- 408
i
Reasons for "No Bid" were as follows:
1.. Burris Chemical, Inc. - "Do not carry these products".
2. Ashland Chemical, Inc. - "Unable to offer fixed pricing
at this time".
3. Seven Seas Chemical Corp. - "No bid at this time".
4. Unolocal 76 - "Our minimum delivery requirements will not
meet your individual pool needs".
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO PB&S CHEMICALS IN THE AMOUNT
OF $37,025.00, REX CHEMICALS IN THE
AMOUNT OF $26,503.00 AND ALLIED
UNIVERSAL CORPORATION IN THE AMOUNT OF
$15,732.00 FOR A TOTAL AMOUNT OF
$79,260.00.
�XX C--' I
Procurement Supervisor
ate
90-�' 408
Page 2 of 2 b
I` Illd
II I I II
opened on 3/28/90 at 2:30 p.m.
Item
# 1
# 2
# 3
# 4
# 5
City of Miami
Tabulations of Bids for Swimming Pool Chemicals
Did No: 89-90-090
,VON- A11,1V
/l!o,v- "11 N
L01csek
Allied
PB
& S
Gifer
Flex
Universal
Chemicals
Chemicals
Chemicals
83is n.u; ci3
.5t, t4lR.t1i
33757sw/3ALIr.
4615- No-, 66,5f,
_-070Nw aj
Unit
331C,(,7
Unit
AW,AHr 33315
Unit
33)6h
unit
.331f0
Description
Qty.
Price
Total
Price
Total
Price
Total
Price
Total
Liquified Chlorine Gas
700
$49.00
$34,300
$45.00
$31,500
N/B
N/A
N/B
N/A
(150 lb. Cylinders)
Sodium Hypochloride
150
$12.00
$1,800
$14.25
$2,138
$ 15.00
$2,250
N/B
N/A
(15 Gal. Drum)
Sodium Hypochloride
10
$46.00
$460
$42.50
$425
$ 57.50
$575
N/B
N/A
(55 Gal. Drum)
58% Light Soda Ash
1,700
$15.90
$27,030
$16.00
$27,200
$ 17.50
$29,750
$ 15.59 $26,503
(100 lb. bag)
Calcium Hypochloride
80
$87.00
$6,960
$90.00
$7,200
$112.50
$9,000
$123.75
$9,900
Dry Granular
70% available chlorine
(100 lb. Drum)
0
Muriatic Acid - 28 Baume
60
$ 1.90
$114
N/B
N/A
N/B
N/A
N/B
N/A
(1 Gal. Jugs)
0
Muriatic Acid - 20 Baume
20
$ 1.90
$152
$ 2.00
$160
$ 1.63
$130
$ 1.94
$155
(4 x 1 Gal.)
0
City of Miami
Tabulations of Bids for Swimming Pool Chemicals
Bid ;1o: 89-90-090
Page (2)
Item
#8
f 9
#10
fil
#12
#13
CO
Q �
. a
cc
Allied
PB &
S
Gifer
Rex
Universal
Chemicals
Chemicals
Chemicals
Unit
unit
unit
Unit
Description
¢ty.
Price
Total
Price
Total
Price
Total
Price
Total
Diatomaceous Earth
350
$10.00
$3,500
$ 9.50
$3,325
$ 11.25
$3,938
N/B
N/A
(50 lb. bag)
Diatomaceous Earth
100
$ 3.00
$300
$ 2.50
$250
$ 3.75
$375
N/B
N/A
( 5 x 10 bags)
Sodium Bicarbonate
100
$11.00
$1,100
$10.50
$1,050
$ 15.00
$1,500
$17.50
i
$1,750
(100 lb. bag)
Calcium Chloride
50
$ 9.75
$486
$ 9.50
$475
$ 12.38
$619
N/B
N/A
(100 lb. bag)
Trichloro-S-Trazinetrione
75
$2.10 lb.
$5,906
$2.20 lb.
$6,188
$3.75 lb.
$10,547
N/B
N/A
(37 1/2 lb. Pails)
Tri-Sodium Phosphate
25
$32.00
$800
$34.00
$850
$ 40.00
$1,000
$34.00
$850
(100 lb. bags)
W
e
Bid No: 89-90-090
Swimming Pool Chemicals
1,) Item: Liquified Chlorine Gas
(150 lb. Cylinder)
Recommended Vendor: PB & S Chemical Corporation
Unit Price: $45.00
Reasoning: Low Bid - Meets Specifications
2.) Item: Sodium Hypochloride (15 Gal. Drum)
Recommended Vendor: Allied Universal Corporation
Unit Price: $12.00
Reasoning: Low Bid - Meets Specifications
3.) Item: Sodium Hypochloride (55 Gal. Drum)
Recommended Vendor: PB & S Chemical Corporation
Unit Price: $42.50
Reasoning: Low Bid - Meets Specifications
4.) Item: 58% Light Soda Ash
Recommended Vendor: Rex Chemicals
Unit Price: $15.59
Reasoning: Low Bid - Meets Specifications
5.) Item: Calcium Hypochloride-Dry Granular
70% Available Chlorine (100 lb. Drum)
Recommended Vendor: Allied Universal Corporation
Unit Price: $87.00
Reasoning: Low Bid - Meets Specifications
6.) Item: Muriatic Acid - 28% Braume (1 Gal. Jugs)
Recommended Vendor: Allied Universal Corporation
Unit Price: $1.90
Reasoning: Low Bid - Meets Specifications
1 f +
T
Fact Sheet
Bid No: 89-90-090
Swimming Pool Chemicals
Page (2)
7.) Item: Muriatic Acid - 20% Braume (4 x 1 Gal.)
Recommended Vendor: Allied Universal Corporation
Unit Price: $1.90
Reasoning: Lowest Acceptable Bid. The low bid by Gifer
Chemicals, Inc. in the amount of $1.63 per
unit is rejected for the following reason:
1) Total award for this item is under $200.
This item is the only one in which Gifer
Chemicals, Inc. presented a low bid. As
Allied Universal Corporation was low bidder
on multiple items, it is recommended that
this item be awarded to Allied Universal
Corporation the lowest responsible bidder in
order to keep suppliers to a minimum, thereby
simplifying the ordering process.
8.) Item:
Diatomaceous Earth (50 lb. Bag)
Recommended
Vendor:
PB & S Chemicals Corp.
Unit Price:
$9.50
Reasoning:
Low Bid - Meets Specifications
9.) Item:
Diatomaceous Earth (5x10 Bag)
Recommended
Vendor:
PB & S Chemicals Corp.
Unit Price:
$2.50
Reasoning:
Low Bid - Meets Specifications
10.) Item:
Sodium Bicarbonate (100 lb. Bag)
Recommended
Vendor:
PB & S Chemicals Corp.
Unit Price:
$10.50
Reasoning:
Low Bid - Meets Specifications
11.) Item:
Calcium Chloride (100 lb. Bag)
Recommended
Vendor:
PB & S Chemicals Corp.
Unit Price:
$9.50
Reasoning:
Low Bid - Meets Specifications
12.) Item:
Trichloro-S-Trazinetri.one
(37 1/2 lb. Pail)
Recommended
Vendor:
Allied Universal Corporation
Unit Price:
$2.10 per lb.
Reasoning:
Low Bid - Meets Specifications
13.) Item: Tri-Sodium Phosphate (100 lb. Bag)
Recommended Vendor: Allied Universal Corporation
Unit Price: $32.00
Reasoning: Low Bid - Meets Specifications
/ 2--.
00A- 408