Loading...
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