HomeMy WebLinkAboutCity of Tamarac Resolution R-2011-076Temp. Reso. #12056
June 23, 2011
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2011-_(,
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO PURCHASE SODIUM
HYPOCHLORITE (LIQUID CHLORINE BLEACH) FROM
ALLIED UNIVERSAL CORP., PER THE QUOTATION ISSUED
ON JUNE 2, 2011, IN AN AMOUNT NOT TO EXCEED
$150,000.00; AUTHORIZING THE APPROPRIATE BUDGET
AMENDMENTS FOR SAID PURPOSE; APPROVING
FUNDING FOR THIS PROJECT FROM THE APPROPRIATE
BUDGETED UTILITIES OPERATIONAL ACCOUNT;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac owns, operates and maintains a Water Treatment
Plant located at 7803 NW 61 st Street; and
WHEREAS, the City of Tamarac currently owns, operates and maintains a ClorTec
CT-900 Sodium Hypochlorite Generator system that was started up in March 2005 and is
rated to produce up to 900 pounds per day of equivalent chlorine for disinfection of the
potable water; and
WHEREAS, the ClorTec CT-900 Sodium Hypochlorite Generator system has been
inoperable since October 12, 2010 due to the failure of one of the two ClorTec CT-450 high
efficiency electrodes; and
WHEREAS, the City of Tamarac has to maintain the integrity of the drinking water
produced at the Water Treatment Plant (free of all water born pathogens) and is permitted
by the Florida Department of Protection (DEP) and the Florida Department of Health to
produce safe potable water for consumption by its residents; and
Temp. Reso. #12056
June 23, 2011
Page 2 of 4
WHEREAS, bulk 12.5% sodium hypochlorite has been utilized effectively for the
past 8 months at the Water Treatment Plant and has resulted in increased chlorination
costs; and
WHEREAS, approved funding in the amount of $150,000.00 is available in the
adopted FY 2011 Water Treatment Plant Operational Budget under Account #425-6020-
533-52-07, City of Tamarac P.O. #140204 and is sufficient to fund the cost of liquid sodium
hypochlorite until the end of the fiscal year; and
WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing
and Contracts Manager that the appropriate City Officials execute an agreement with Allied
Universal Corp., utilizing the pricing, terms, and conditions contained in the Florida Large
User Agreement and piggyback on the City of Pembroke Pines Bid #PSUT-10- 01 (a copy
of which is attached hereto as Exhibit "A"); and
WHEREAS, Allied Universal, the awarded contractor for the City of Pembroke Pines
Bid #PSUT-10-01 has provided the City with a letter whereby the City may express its
desire to participate in the Agreement, a copy of which is attached hereto as Exhibit "B";
and
WHEREAS, Article V, Section 6-155 of the City of Tamarac Code permits the City to
waive purchasing procedures when joining with other governmental agencies to procure
goods and services; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac to execute a purchase
agreement with Allied Universal Corp., utilizing the pricing, terms, and conditions contained
in the Florida Large User Agreement and piggyback on the City of Pembroke Pines Bid
1
1
Temp. Reso. #12056
June 23, 2011
Page 3 of 4
#PSUT-10-01, in an amount not to exceed $150,000.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof and all exhibits referenced and attached hereto are incorporated
herein and made a specific part of this resolution.
SECTION 2: The appropriate City Officials are hereby authorized to
piggyback the contract between Allied Universal Corporation and the City of Pembroke
Pines., until September 30, 2011, to purchase sodium hypochlorite (liquid chlorine bleach)
utilizing the pricing, terms, and conditions contained in the Florida Large User Agreement
awarded by the City of Pembroke Pines on their Bid #PSUT-10- 01, in an amount not to
exceed $150,000 effective nunc pro tune October 1, 2010.
SECTION 3: The $150,000.00 is approved to be funded from the appropriate
budgeted Utilities Operational account.
SECTION 4: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: If any clause, section, other part or application of this
Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in
part or application; it shall not affect the validity of the remaining portions or applications of
this Resolution.
SECTION 6:
passage and adoption.
1►41y`l
Temp. Reso. #12056
June 23, 2011
Page 4 of 4
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this 1-3
ATTEST:
PETER M. J. RIC A DSON, CRM, CMC
CITY CLERK �����" � fill/,,�
OF TA4jg9,,�:
W : ESTABLISHEp
�0, 1963
SEAL Q:
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM.
1, SAMUEL S. GOREN
CITY ATTORNEY
day of��'�''
PAMELA BUSHNELL
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR BUSHNELL'
DIST 1: COMM. SWENSON•'"
DIST 2: V/M GOMEZ �-
DIST 3: COMM. GLASStk
DIST 4: COMM. DRESSLER
I
1
1
"EXHIBIT A"
TR #12056
3901 A(W 115 Avenue
Miami, Florida 33178
305-888-2623 office
305-463-8369 fax
ALLIED UNNI^ASAI. CORPORATION
WobIftr,ed $04
May 26, 2011
Ms, Christina Sorenson
Purchasing Manager
City of Pembroke Pines
13975 Pembroke Road
Pembroke Pines, FL 33027
csorensonftpines.com
Dear Christina and Mark:
Mr. Mark Gomes
Purchasing Agent/Contract Analyst
City of Pembroke Pines
13975 Pembroke Road
Pembroke Pines, FL 33027
mgomes@ppines,00m
This letter will acknowledge the award, by the City of Pembroke Pines, of RFP #PSUT-10-01 Sadlum
Hypochlorke. This bid award was approved at the City of Pembroke Pines Commission Meeting on 12-15-10, as
a two year bid, with the pricing listed below.
Sodium Hypoc lorite/Truckload of 4,800 Gallons - $.%%/Gallon
Sodium Hypoohlorits/Less than Truckload - $.819/Galion
The contract dates for this bid are January 1, 2011 to Decem bar 31, 2012.
If you are in agreement with this, please indicate your acceptance by signing below and faking a copy back to my
attention. If you have any questions or need any additional Information, please contact me direct.
Very truly yours,
ALLIED UNIVERSAL CORPORATION
Bernie Greenlaerg
Area Sales Rep
/cg
CC' J, Palmer, AUC President-- CEO
C. Fernandez, AUC Vice President of Sales
3901 NW 115 Avenue
Miami, Florida 33179
305-888-2623
8350 NW l 15 Avenue
Miami, Florida 33166
3D5-888-2623
9501 Rangelinc Road
Ft. Pierce, Florida 34987
772464-6195
204 SCM hand
Brunswick, GA 31525
912-267-9470
CITY PE ROKE PINES
`tRloou o(-) MC-1t ,
30 NO Gunn Drive 5215 W. Tyson Avenue
Ellisville, MS 39437 Tampa, Florida 33611
601-477-2550 813-832-4968
1405 Possum Hollow Roac 2100 Pod Road
Roger, GA 30734 West Ma*is, AR 72301
706-334-7377 870-732-3107
PEMOROKE PINES
77
City of Pembroke Pines
IChtM V5 ANIi.
WITH W 2004
Frank C. Ortis, Mayor
Jack McCluskey, Vice -Mayor
Charles F. Dodge, City Manager
Angelo Castillo, Commissioner
Carl Shechter, Commissioner
Iris A. Siple, Commissioner
October 12, 2010 RFP# PSUT-10-01
RE EST FOR PROPOSALS
Notice is hereby given that City Commission of the City of Pembroke Pines is seeking sealed
proposals for:
"RFP # PSUT-10-01
Sodium Hypochlorite"
Specifications may be obtained from the Public Services Department located at 13975 Pembroke
Road, Pembroke Pines, Florida 33027, (954) 704-1259.
Proposals will be accepted until 2:00 p.m., Tuesday, November 9a', 2010 in the Office of the City
Clerk, Administration Building, 10100 Pines Boulevard, Pembroke Pines, Florida, 33026, to be
opened at 2:30 p.m. All packages must contain at least one original and one copy of the proposal.
For additional information please contact, Christina Sorensen at (954) 704-1259 or
csoren sen@ppi nes.com.
Envelopes must be sealed and plainly marked:
"RFP # PSUT-10--01
Sodium Hypochlorite"
The City Commission of the City of Pembroke Pines reserves the right to reject any and all
proposals; to waive any and all informalities or irregularities, and to reject all or any part of any
proposal as they may deem to be in the best interest of the citizens of the City of Pembroke Pines.
CITY OF PEMBROKE PINES
Judith A. Neugent, CMC
City Clerk
17189 Sheridan Street . Pembroke Pines, Florida 33331 . 954-538-3700
October 12, 2010
RFP# PSUT-10-01
Sodium Hypochlorite
The City of Pembroke Pines is seeking proposals to provide a firm fixed price for the purchase
and delivery of Sodium Hypochlorite in bulk and less than tanker loads to the City of Pembroke
Pines Utility Division.
S ecif cations & Re uirements
Product specifications (as per AWWA standard B300a-99, latest revision):
• Trade name:
Hypochlorite Solution, Bleach
• Chemical formula:
NaOCI
• Composition:
10% by weight, minimum
• Specific gravity:
at 20C -1.1 - 1.2
• Molecular weight:
74.5
• Appearance:
Light -yellow to green clear liquid solution
• Solubility in water:
Complete
• Freezing Temperature:
minus 7C to minus IOC
Standards
I . Hypochlorite supplied under this contract shall be tested and certified as meeting these
specifications and those of the American National Standards Institute/National Sanitation
Foundation Standard 60 (ANSI/NSF Standard 60), Drinking Water Treatment Chemicals
Health Effects. It is the responsibility of the supplier to inform the Purchaser that NSF or UL
certification has been revoked or lapsed within 24 hours of the time the supplier receives
verbal or written notification. Loss of certification may constitute sufficient grounds for
immediate termination of the contract between Purchaser and Proposer.
2. Hypochlorite delivered under this contract shall have a minimum of 120 Grams per Liter
(GPL) available chlorine (i.e., 12.0 Trade Percent) equivalent to 10.85 percent sodium
hypochlorite by weight).
3. Hypochlorite delivered under this contract shall have a minimum of 0.15 percent by weight
sodium hydroxide and a maximum of 0.45 weight percent sodium hydroxide.
4. Hypochlorite delivered under this contract shall meet the following containment
concentration limits:
• Iron
< 0.3 mg/L
• Copper
< 0.03 mg/L
• Nickel
< 0.03 mg/L
• Chlorate
< 1,500 mg/L
• Bromate
< 20 mg/L
• Perchlorate
r 20 mg/L
• Filter Test Time (1000 ml)
< 3 minutes
1
5. Sampling and testing shall be in accordance with EPA and AWWA B300-04 standards and in
accordance with the documents titled: "The Weight Percent Determination of Sodium
Hypochlorite, Sodium Hydroxide, And Sodium Chlorate in Liquid Bleach" and "Suspended
Solids Quality Test far Bleach Using Vacuum Filtration", distributed by Powell Fabrication
and Manufacturing, Inc. and available at http://www.powelifab.coiii.
Sam le Reguirements
6. Each prospective bidder shall submit the results from a 1500ml "chilled" sample of their
product from the proposed manufacturing facility which would serve the customer that was
sent to one of the approved testing laboratories listed in this specification for analysis within
the past ninety (90) days. The laboratory shall ascertain whether the proposer's product is in
compliance with this specification for available chlorine, % sodium hypochlorite, excess
caustic, iron, copper, nickel, chlorate, bromate and suspended solids (based on Filter Test
time). The cost of the analysis shall be borne by the proposer. The results of the analysis
shall be submitted with the proposal. Additionally, proposer shall submit a copy of the most
recently available NSF sample results of their product from the proposed manufacturing
facility to ensure compliance with the specification. Failure to submit either sample results
or meet the requirements of the specifications may result in proposer being disqualified.
7. The City of Pembroke Pines reserves the right to take samples from Proposer's other
customers to ensure that the Proposer's sample and delivery equipment is in compliance with
all the requirements of this specification and such a sample shall be judged representative of
the Proposer's quality. The Proposer shall provide a list of current customers for the same
product along with contact and telephone number with this proposal. In such event, the City
of Pembroke Pines shall bear the cost of any analysis. Based on this compliance check,
failure to meet the requirements of this specification may result in Proposer being
disqualified.
8. The approved laboratories are listed below for all sampling and testing whether during the
proposal period or after award. No other laboratory shall be used unless expressly approved
by the City of Pembroke Pines.
a. NovaChem Laboratories
5172 College Corner Pike
P.O. Box 608
Oxford, OH 45056
Phone: 513-523-3605
Fax:513-523-4025
b. Thornton Laboratories
1145 East Cass Street
Tampa, FL 33602
Phone: 813-223-9702
Fax:813-223-9332
c. Advanced Environmental Laboratories
10200 USA Today Way
Miramar, FL 33025
Phone: 754-816-3123
Successful Bidder's ResRonsibilill
9. Shipments shall bear warning labels as specified by USDOT regulations.
10. Successful bidders vehicle shall be equipped with a 2" Cam Lock Filler Nozzle for product
dispensing (unload).
11. The delivery site(s) is located within a wellfield zone. Proper handling and delivery
procedures shall comply with the Department of Environmental Resources Management
(ERM) requirements.
12. Product shall be delivered in thoroughly cleaned tank trucks.
13. Estimated quantity per year: 156,000 gallons.
14. This will be a two year contract with prices to remain firm for the first year with the option to
negotiate with the City Manager for price adjustment in the second year based upon a
nationally recognized or published index, including fuel surcharge adjustment, relevant to
providing these services.
Clean Tank Guarantee
15. At any time during the performance of this Agreement, if the City of Pembroke Pines has any
sort of sludge or other impurity buildup in any of its sodium hypochlorite tanks, the Proposer
shall cleanout the tank at no charge to the City of Pembroke Pines within seven (7) days,
unless such timeframe is extended by the City of Pembroke Pines. The cleanout should be
done in such a manner so that it is done safely with no loss of disinfection to the affected
plant and the contents disposed of in accordance with current regulations on disposal of
hazardous wastes. The Proposer shall submit a procedure to the City of Pembroke Pines for
the approval prior to this work being completed. The determination of whether there is any
such sludge or impurity buildup in the tanks will be at the sole discretion of the City of
Pembroke Pines. When the tank has been properly cleaned, the Proposer shall refill the tank
with clean, fresh sodium hypochlorite at no cost to the City of Pembroke Pines. Failure of
the Proposer to cleanout the tank and replace the sodium hypochlorite within seven (7) days
after being served notice (or within any extension of this timeframe specified by the City of
Pembroke Pines) shall be cause for immediate termination of the sodium hypochlorite supply
Agreement between the City of Pembroke Pines and the Proposer.
3
Delivery Locations
Location Number of Tanks Tapk Size
Wastewater Treatment Plant 6 4,000 Gallon
13955 Pembroke Road
Pembroke Pines, FL 33027
Water Plant 2 12,000 Gallon
7960 Johnson Street
Pembroke Pines, FL 33024
Additional Information:
All work is to be performed during normal working hours unless requested otherwise by the
city.
Contractor must provide name and contact information as references for facilities that have been
provided the same or similar products and service.
Any questions must be received no later than Monday October 25', 2010.
Questions received and the answers will be provided to all proposers by Thursday October 28`h,
2010
Proposer must submit an original and one copy of the submittal.
4
CITY OF PEMBROKE FINES
PEMBROKE PINES, FLORIDA
GENERAL CONDITIONS, INSTRUCTIONS AND IN ORMATION FOR BIDDERS.
1. SUBMISSION AND RECEIPT OF BIDS
A. Proposals, to receive consideration, must be received prior to the specific time opening as
designated in the invitation.
B. Unless otherwise specified, bidders must use the proposal form furnished by the City, Failure to
do so may cause the bid to be rejected. Removal of any part of the bid may invalidate the bid.
C. Proposals having any erasures or corrections must be initialed by bidder in ink. Bids shall be
signed in ink. All quotations shall be typewritten or filled in with pen and ink.
2. WARRANTIES IES FOR USAGE:
Whenever a bid is sought, seeking a source of supply for a specified time for materials or service, the
quantities or usage shown are estimated only. No guarantee or warranty is given or implied by the City as
to the total amount that may or may not be purchased from any resulting contracts. These quantities are for
bidders information only and will be used for tabulation and presentation of bid.
3. PRICES TO BE FIRM:
Bidder warrants by virtue of bidding that prices, terms, and conditions quoted in his bid will be firm for
acceptance for a period of ninety (90) days from date of bid opening unless otherwise stated by the City or
bidder.
4. DELIVERY POINT:
All items shall be delivered F.O.B. destination, and delivery cost and charges included in the bid price.
Failure to do so may be cause for rejection of bid.
5. BRAND NAMES;
If and wherever in the specifications a brand name, make, name of manufacturer, trade name, or vendor
catalog number is mentioned, it is for the purpose of establishing a grade or quality of material only. Since
the City does not wish to rule out other competition and equal brands or makes, the phrase "OR EQUAL"
is added. However, if a product other than that specified is bid, it is the vendors responsibility to name
such a product is equal to that specified. Evidence in the form of samples may be requested if brand is
other than that specified. Such samples are to be furnished before the date of bid opening, unless otherwise
specified.
b. QUALITY:
All materials used for the manufacture or construction of any supplies, materials, or equipment covered by
this bid shall be new, the latest model, of the best quality, and highest grade workmanship, unless otherwise
noted.
6
7. SIGNATURE REQUIRED:
All quotations must be signed with the firm name and by an officer or employee having authority to bind
the company or firm by his signature. FAILURE TO PROPERLY SIGN PROPOSAL SHALL
INVALIDATE SAME, AND IT MAY NOT BE CONSIDERED FOR AWARD.
8. ACCEPTANCE OF MATERIAL:
The material delivered under this proposal shall remain the property of the seller until a physical inspection
and actual usage of this material and/or services is made and thereafter accepted to the satisfaction of the
City and must comply with the terms herein, and be fully in accord with specifications and of the highest
quality. In the event the material and/or services supplied to the City are found to be defective or do not
conform to specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product to seller at the sellers expense.
9. VARIATIONS TO SPECIFICATIONS:
The specifications, as set forth, are guideline specifications only. The specifications do not have to be
strictly adhered to; however, any variation to these specifications must be specifically listed and included
with the bid documents. Any variation to these specifications must be within reason, and must meet
minimum bid specifications.
10. DELIVERY:
Time will be of the essence for any orders placed as a result of this bid. Purchaser reserves the right to
cancel such orders, or part thereof, without obligation if delivery is not made at the time(s) or place(s)
specified.
IL DEFAULT PROVISION:
In the case of default by the bidder or contractor, the City of Pembroke Pines may procure the articles or
services from any other sources and hold the bidder or contractor responsible for any excess costs
occasioned or incurred thereby.
12. PRICING:
Prices should be stated in units of quantity specified in the bidding specifications. In case of discrepancy in
computing the amount of the bid, the unit prices quoted will govern.
13, COPYRIGHT QR PATENT RIGHTS:
Bidder warrants that there have been no violations of copyrights or patent rights in manufacturing,
producing, or selling other goods shipped or ordered as a result of this bid, and seller agrees to hold the
purchaser harmless from any and all liability, loss or expense occasioned by such violation,
6
14. SAMPLES:
Samples, when requested, must be furnished before, or at the bid opening, unless otherwise specified, and
delivered free of expense to the City and if not used in testing or destroyed, will upon request within thirty
(30) days of bid award be returned at the bidders expense.
15. TAXES:
The City of Pembroke Pines is exempt from any taxes imposed by state and/or Federal Government.
Exemption certificates certified on request. (Not applicable on construction remodeling projects.)
16. FAILURE TO QUOTE:
If you do not quote, return quotation sheet and state reason. Otherwise, your name may be removed from
our mailing list.
17. MANUFACTURER'S CERTIFICATION:
The City of Pembroke Pines reserves the right to request from bidder separate manufacturer certification of
all statements made in the proposal.
18. SIGNED BID CONSIDERED AN OFFER:
The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be
deemed accepted upon approval by the City Commission of the City of Pembroke Pines and in case of
default on the part of the bidder or contractor after such acceptance, the City of Pembroke Pines may take
such action as it deems appropriate including legal action for damages or specific performance.
19. RESERVATIONS FOR REJECTION AND AWARD:
The City of Pembroke Pines reserves the right to accept or reject any and all bids or parts of bids, to waive
irregularities and technicalities, and to request rebids. The City also reserves the right to award a contract
on such items(s) or service(s) the City deems will best serve its interests. All bids shall be awarded to the
most responsive/responsible bidder, provided the (City) may for good cause reject any bid or part thereof.
It further reserves the right to award a contract on a split order basis, or such combinations as shall best
serve the interests of the City unless otherwise specified. No premiums, rebates or gratuities permitted,
either with, prior to, or after award. This practice shall result in the cancellation of said award and/or return
of items (as applicable) and the recommended removal of bidder from bid list(s).
20. CONFLICT OF INSTRUCTIONS:
If a conflict exist between the General Conditions and Instructions stated herein and specific conditions and
instructions contained in proposal form, the proposal form shall govern.
7
21. LAWS AND REGULATIONS:
All applicable laws and regulations of the Federal Government, State of Florida and Ordinances of the City
of Pembroke Pines shall apply to any resulting award.
All OSHA Standards, rules and/or regulations will apply to any item(s) of equipment or materials supplied
as a result of this bid.
Bidder warrants by signature on his proposal sheet that prices quoted here are in conformity with the latest
federal price guidelines, if any.
22. DAVIS-BACON &RELATED TS:
Contractors or their subcontractors are required to comply with all aspects of the Davis Bacon Act as it
applies to construction, alternations or repairs of public buildings or public works.
The Davis -Bacon Act requires that each contract over $2,000 to which the United States or the District of
Columbia is a party for the construction, alteration, or repair of public buildings or public works shall
contain a clause setting forth the minimum wages to be paid to various classes of laborers and mechanics
employed under the contract. Under the provisions of the Act, contractors or their subcontractors are to pay
workers employed directly upon the site of the work no less than the locally prevailing wages and fringe
benefits paid on projects of a similar character.
In addition to the Davis -Bacon Act itself, Congress has added prevailing wage provisions to approximately
60 statutes which assist construction projects through grants, loans, loan guarantees, and insurance. These
"related Acts" involve construction in such areas as transportation, housing, air and water pollution
reduction, and health. If a construction project is funded or assisted under more than one Federal statute,
the Davis -Bacon prevailing wage provisions may apply to the project if any of the applicable statutes
requires payment of Davis -Bacon wage rates. Davis -Bacon wage determinations are to be used in
accordance with the provisions of Regulations, 29 CFR Part 1, Part 3, and Part S.
23. L,QCAL GQVERNMENT PROMPT PAYMENT AQT
The law restricts the percentage of payment that local governments may withhold from contractors during
construction. Once a construction project is substantially completed, the law requires local governments to
develop a list of items (punch list) for final acceptance of construction services. §218.70, Florida Statutes.
24. FLORIDA MUNICIPAL CONSTRUCTION INSURANCE TRUST
The Contractor may be required to participate in the Florida Municipal Construction Insurance Trust
(FMCI) program. This program provides members with a vehicle by which they may purchase certain
insurance coverage through owner controlled insurance programs (OCIP) which are intended to be a
comprehensive insurance product that covers specified risks associated with contractors and subcontractors
performing the construction of member's public facilities.
25. TAX SAVER PROGRAM
The Contractor shall cooperate on certain projects to allow the City to avail itself of a sales tax savings
program.
26. PUBLIC ENTITY CRIMES:
"A person or affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not
submit a bid on a contract with a public entity for the construction or repair of a public building or public
work, may not submit bids on leases of real property to a public entity, may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may
not transact business with any public entity in excess of the threshold amount provided in Section 287.017,
for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor
list.,,
Judith A. Neugent
City Clerk
CITY OF PEMBROKE PINES
T7CI17 ill ��3a1�111�`/:1r3�
9
INSURANCE REQUIREMENTS
The Contractor shall not commence work under this contract until he has obtained all insurance required under this
paragraph and such insurance has been approved by the Risk Manager of the city nor shall the Contractor allow any
Subcontractor to commence work on his sub -contract until all similar such insurance required of the subcontractor
has been obtained and approved.
CERTIFICATES OF INSURANCE, reflecting evidence of the required insurance, shall be filed with the Risk
Manager prior to the commencement of the WORK. These Certificates shall contain a provision that coverages
afforded under these policies shall not be canceled until at least thirty (30) days prior written notice has been given
to do business under the laws of the State of Florida. Financial Ratings shall be no less than "A" in the latest edition
of "Bests Key Rating Guide", published by A.M. Best Guide.
Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily
completed as evidenced by the formal acceptance by the City. In the event the insurance certificate provided
indicates that the insurance shall terminate and lapse during the period of this contract, then in the event, the
Contractor shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed
certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and
extension thereunder is in effect. The Contractor shall not continue to work pursuant to this contract unless all
required insurance remains in full force and effect.
The Contractor shall hold the City of Pembroke Pines, Florida, their agents, and employees, harmless on account of
claims for damages to persons, property or premises arising out of the operations to complete this contract and
specifically name the Ci1y as an additional insured nder their, pglia-
The City reserves the right to require any other insurance coverage it deems necessary depending upon the
exposures.
REQUIRED INSURANCE
COMPREHENSIVE GENERAL LIABILITY insurance to cover liability, bodily injury, and property
damage. Exposures to be covered are: premises, operations, product/completed operations, and certain
contracts. Coverage must be written on an occurrence basis, with the following limits of liability:
1. BODILY INJURY
(a) Each Occurrence
$1,000,000.00
(b) Annual Aggregate
$1,000,000.00
2. PROPERTY DAMAGE
(a) Each Occurrence
$1,000,000.00
(b) Annual Aggregate
$1,000,000,00
3. PERSONAL INJURY
(A) Annual Aggregate $1,000,000.00
10
4. Completed Operations and Products
Liability shall be maintained for
Two (2) years after the final payment
5. Property Damage Liability Insurance shall
Include Coverage for the following hazards:
X-explosion, C-collapse, U-underground.
2. WORKERS COMPENSATION insurance shall be maintained during the life of this contract to comply
with statutory limits for all employees, and in the case any work is sublet, the Contractor shall require the
Subcontractors similarly to provide Workers Compensation Insurance for all the latter's employees unless
such employees are covered by the protection afforded by the Contractor. The Contractor and his
subcontractors shall maintain during the life of this policy Employers Liability Insurance. The following
limits must be maintained:
1. Workers Compensation
2. Employer's Liability
3. COMPREHENSIVE AUTO LIABILITY
I. BODILY INJURY
(a)
Each Occurrence
(b)
Annual Aggregate
2. PROPERTY DAMAGE
(a)
Each Occurrence
(b)
Annual Aggregate
Statutory
$500,000 per occurrence
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
Coverage shall include awned, hired, and non -owned vehicles.
K.
PROPOSAL FORM
RFP#r`: PS UT- 10-01
DATE: November 9th, 2010
TO: CITY OF PEMBROKE PINES
10100 PINES BOULEVARD
PEMBROKE PINES, FL 33026
IN ACCORDANCE WITH THE "Request for Proposals" dated October 12th, 2010 titled
"Sodium Hypochlorite" attached hereto as a part hereof the undersigned proposes the following:
Total Price delivered per Specifications
Per gallon of Sodium Hypochlorite
Full Truckloads (4600 gallons) $ / gallon
Less than a Full Truckload $ / gallon
Is a copy of the results from the sample analysis included with
this proposal?
Is a copy of the most recently available ANSI/NSF Standard 60
sample results of the product from the proposed manufacturing
facility included in this proposal?
Is a list of current customers for the same product along with
contact and telephone number provided with this proposal?
Is there at least one original and one copy of the proposal
submitted within this package?
PLEASE PRINT
NAME
COMPANY
STREET ADDRESS:
CITY & STATE:
ZIP CODE:
SIGNATURE:
TITLE:
TELEPHONE:
12
Yes Initial
Yes Initial
Yes Initial
Yes Initial
fit )_ P&MBIi, II dKE PINES
`T City ofPembroke Pines
loom "a
Wt'TH U
WI'rHU' �
2004
Frank C. Ortis, Mayor Angelo Castillo, Commissioner
Jack McCluskey, Vice -Mayor Carl Shechter, Commissioner
Charles F. Dodge, City Manager Iris A, Siple, Commissioner
October 27, 2010
Addendum #1
City of Pembroke Pines
R.FP# PSUT-10-01
Sodium Hypochlorite
ADDITIONAL INFORMATI N
Sample Requirements:
RFP# PSUT-10-01
Xenco Laboratories has been included in the list of laboratories below that have been
approved by the City of Pembroke Pines for all sampling and testing whether during the
proposal period or after award. No other laboratory shall be used unless expressly
approved by the City of Pembroke Pines.
a. NovaChem Laboratories
5172 College Corner Pike
P.O. Box 608
Oxford, OH 45056
b, Thornton Laboratories
1145 East Cass Street
Tampa, FL 33602
c. Advanced Environmental Laboratories
10200 USA Today Way
Miramar, FL 33025
d. Xenco Laboratories
3231 NW 7ch Avenue
Boca Raton, FL 33431
Christina Sorensen
Purchasing Manager
City of Pembroke Pines
IVERSKA
3.901 NW115 avenue
Miami, Florida 33178
305-888-2623 office305-4d3-83d9fnx
AU1Ep 1JNICOkpORATION
F14OUbhod.19s4.
June 14, 2011
City of Tamarac
John Fletcher
Tamarac, FL
'ohnf tamarac.or
Re: Bid # PSUT-10-01
Sodium Hypochlorite
Dear Mr. Fletcher:
"EXHIBIT B"
TR #12066
Please use this letter as confirmation that Allied Universal Corporation will allow the City of Tamarac to
piggyback qn the City of Pembroke Pines Bid # PSUT-10-01, for Sodium Hypochlorite, with pricing listed
below.,
Sodium Hyacfloriteb,Bulk $0.696/Gal. (Full Truckloads)
Sodium H�?pachloritelhulk $0.819/Gal. (Less than Truckloads)
aWa
Glris is r j Was ap])rPved by the City of Pembroke Pines on December 15, 2010.
A.:: I er o a cti►,nfract is.. �,om January 1, 2011 to December 31, 2012.
t -
;if You are irl greeIment and wish to be included in this Bid contract please signify by signing this letter
... ,a p returning,�y;iu$ 17, 2011, by fax to 305-463-8369.
Yearlyvolume
--V r—, gallons
Thank you for your cooperation and consideration.
Respectfully,
LIED UNIVERSAL CORP
• S
Bernie Green rg
ap/
cc: J. Palmer, AUC President... CEO
C. Fernandez, AUC Vice President of Sales
3901 NW 115 Avenue
Mian-d, Florida 33178
305-888-2623
8350 NW 93rd Street
Miami, Florida 33166
305-888-2623
9501 Rangeline Road
Ft, Pierce, Florida 34987
772.464-6195
204 SCM Road
Brunswick, GA 31525
912-267-9470
,)cry,& C-Cc
Pri n e
gnature Date
30 Neil Chinn Dive 5215 W. 'Tyson Avenue
Hllisvilk; MS 39437 Tampa, Florida 33611
601-477-2550 813-832-4868
1405 Possum Hollow Road
2100 Fort Road
Ranger, GA 30734
West Memphis, AR 72301
706-334-7377
870-732-3107