Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-232Temporary Resolution 10242 September 23, 2003 First Revision: September 30, 2003 Second Revision: October 2, 2003 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2003- ),3 ;. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE AWARD OF BID NO. 03-29B FOR THE PURCHASE OF SELF CONTAINED BREATHING APPARATUS AND ASSOCIATED EQUIPMENT TO FISHER SCIENTIFIC CO., LLC AT A TOTAL COST OF $194,091; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac Fire Rescue Department has increased in size over the last six years; and WHEREAS, the City provides its fire rescue personnel with Self Contained Breathing Apparatus (SCBA) units and associated equipment; and WHEREAS, the City wishes to purchase additional SCBA units and update existing SCBA units to ensure that the most current equipment is available to all fire rescue personnel; and WHEREAS, the City Commission of the City of Tamarac is committed to enhancing fire rescue personnel safety through the acquisition of SCBA units for all on -duty fire rescue personnel; and WHEREAS, the City of Tamarac publicly advertised Bid No. 03-29B for SCBA units in the Sun -Sentinel on August 10, 2003, a copy of said Bid is hereto attached as Exhibit 1; and WHEREAS, on August 27, 2003 two (2) bids were received from Fisher Scientific Co., LLC and from Pro -Am; and Temporary Resolution 10242 September 23, 2003 First Revision: September 30, 2003 Second Revision: October 2, 2003 Page 2 WHEREAS, both bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and WHEREAS, Fisher Scientific Co., LLC provided the lowest responsive and responsible bid for the SCBA units as per the copy of the Bid and bid tabulation being attached hereto as "Exhibit 2;" and WHEREAS, funding is available in the adopted Fire Rescue operating budget for said purpose and through a grant from the Federal Emergency Management Agency; 50181 WHEREAS, the City Manager and the Fire Chief recommend that the City award Bid No. 03-29B to Fisher Scientific Co., LLC; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 03-29B to Fisher Scientific Co., LLC to provide SCBA units and associated equipment for the Tamarac Fire Rescue Department to serve the needs of our residents. NOW,THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. Section 2: Bid No. 03-29B for the purchase of Self Contained Breathing Apparatus units and associated equipment in the amount of $194,091 is hereby awarded to Fisher Scientific Co., LLC. 1 1 1-1 Temporary Resolution 10242 September 23, 2003 First Revision: September 30, 2003 Second Revision: October 2, 2003 Page 3 Section 3: All resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 4: 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 in application, it shall not affect the validity of the remaining portions or applications of this Resolution. Section 5: This Resolution shall become effective immediately upon its adoption. PASSED, ADOPTED AND APPROVED this 8t" day of October, 2003. ATTEST: MARION ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as,to form. MITCHELL S. KRAFT CITY ATTORNEY JOE SCHREIBER, MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO y DIST 3: COMM. SULTANOF " DIST 4: V/M ROBERTS __ Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" INVITATION TO BID BID NO. 03-29B EXHIBIT 1 TR # 1 H242 Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, August 27, 2003 at 2:00 p.m., at which time bids will be publicly opened and announced for: Self -Contained Breathing Apparatus All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide Scott brand self-contained breathing apparatus and accessories, as per the conditions and specifications contained in this document. One (1) original and two (2) copies of the bid should be submitted on the official Bid Form furnished with the bid package and those submitted otherwise may not be considered responsive. The bid submittal shall be plainly marked "Bid No. 03-29B, "Self -Contained Breathing Apparatus" on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Blaine Long at (954) 724-2531. Steven J. Beamsderfer Buyer Publish Sun -Sentinel 8/10/2003 and 8/17/2003 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 a Fax (954) 724-2408 ■ www.tamorac.org Equal Opportunity Employer City of Tamarac F Purchasing & Contracts Division � R� INSTRUCTIONS TO BIDDERS BID NO. 03-29B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on Wednesday, August 27, 2003, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number and bid name on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the Bid Form furnished in the bid document. The Bidder should submit one (1) original accompanied by two (2) copies of the bid. However, copies must be submitted within 3 business days of the City's request to be considered responsive. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All Bid Forms must be typewritten or filled in with pen and ink. The Bidder must initial in ink any erasures or corrections. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING Not applicable for this bid. 2 Tq 4 city o1 Tarrr<.�rap Purchasing & Contr�.c.. C7i...... <, P 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for 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 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. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES Quantities shown are estimates 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 contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. 8. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. ikkCity of Tamarac � Purchasing & Contracts Division 9. BRAND NAMES The City is restricting bids to those vendors capable of supplying Scott Brand SCBA, for reasons of compatibility with existing equipment, and interchangeability with equipment of surrounding municipalities. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. F �,y City of 7'am<ar,�C �� Purchasing & Contracts Division ..._............. � p 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. F A City of Tamarac. Purchasing & Contracts Division f P 21. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS The following insurance requirements may be required if the City awards Group 2, SEMS Devices, and requires on -site training as listed on Bid Form. If award is based on delivery only, insurance will not apply. Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Liability Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they s F City of Tamarac. ~ _.__._........ __.....,...----- _._.......... _Purchasing & Contracts Division < w, have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing, seven (7) days prior to bid opening, to the Purchasing and Contracts Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION Bidders who wish to receive a copy of the bid tabulation can submit an e-mail to purchasing@tamarac.or�c . Or, Bidders may download bid results from the City's website at http://www.tamarac.org/De t/fin/r)urch/results.html. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. ------_.... _............. 7 K iq City of Tamarac Purchasing & Contracts Division Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. 26. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 8 City of Tarn r ac n Purch.asing & Contraci.s Division -... .. -- ..............__........ . __.._..... -............................... ....................__..._............. ....... SPECIAL CONDITIONS BID N0.03-2913 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to supply Scott brand self-contained breathing apparatus (SCBA) and accessories. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. In order to be considered for this project, the vendor must meet the following conditions: 1. Be an authorized distributor for the equipment being bid. 2. Be able to provide factory authorized service for the equipment being bid. 3. Be able to provide free technical assistance via telephone. 2. CONSIDERATION FOR AWARD Funds for purchases against this bid are being made available through the FEMA FIRE ACT GRANT of 2002. It is the intent of the City to purchase these SCBA's with either the factory installed PASS Devices or as SEMS Devices, but not both. This is reflected in the organization of the price sheets on the Bid Form. Group 1 lists PASS Devices; Group 2 lists SEMS Devices. The City will purchase either Group 1 in total or Group 2 in total, but not both Groups. Determination of which Group the City will select will be based solely on the available grant funds for such equipment at time of award. Purchase quantities for items in each group are shown on the Bid Form. 3. CONTINGENCY ITEMS Group 3 lists contingency items. These are items which the City may elect to purchase in the future but for which the City has no immediate requirement. There are no quantities shown for these items. Contingency item pricing will not be a factor in determining the lowest responsive and responsible bidder in either Group 1 or Group 2 for purposes of bid award. If a contingency item is determined to be needed, it will be effected by written change order. The City reserves the right not to purchase these items, and is under no obligation to do so, from the same vendor awarded this bid 4. PRICING All prices are to be quoted delivered, F.O.B destination. Pricing for contingency items is to be held firm and fixed for a period of one year from the date of Bid Award. Orders for contingency items are to be effected only through issuance of a City of Tamarac change order. 5. DELIVERY DATE All items ordered shall be delivered to the City of Tamarac no later than 90 days after the issuance of a Purchase Order. [a City of Tamarac Purchasing & Contracts Division K iq n 1 2 3. 4. 5. 6. 7. 8. tia COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID MAKE SURE YOU... ❑ Carefully read the General Terms & Conditions and Special Conditions. ❑ Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ Fill out the Bidder's Qualification Statement. ❑ Fill out the References page. ❑ Sign the Vendor Drug Free Workplace Form. ❑ Fill out and sign the Certified Resolution. ❑ Submit one (1) Original and two (2) copies of your bid, clearly marked with the Bid number and Bid Name on the outside of the package. ❑ Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 10 ( ity of 7 rnarac Purchasing and Contracts Division - ...... P CI BID FORM BID NO.03-29B Submitted by: THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t" Avenue Tamarac, Florida 33321 Date 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors, or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. City of Tamarac = Purchasing and Contracts Division BID FORM (continued) BID NO. 03-39B The City of Tamarac is hereby requesting Bids, from qualified vendors, to supply 47 Scott brand Air -Pak self-contained breathing apparatus units complete with harness, 30-minute carbon cylinder, and regulator. Pricing is also being requested for additional accessories including PASS and SEMS devices. Model numbers are specified in the attached Bid Form. Alternative model numbers by the same manufacturer that meet or exceed all the same specifications and requirements as the requested model numbers may be proposed. For evaluation purposes a complete description of the proposed alternative must be submitted to and received by the Purchasing Division of the City of Tamarac at least 7 days prior to the date of the bid opening. Alternative model numbers that do not meet or exceed the specifications of the requested model numbers will not be considered. Decisions made by the City of Tamarac concerning equality of specifications of proposed alternatives shall be final. Prices for both PASS and SEMS must be indicated in the spaces provided on the bid sheet. It should be understood by the vendor that the City will select either the PASS or SEMS equipment for award, but not both. 12 T9 City of Tamarac Purchasing and Contracts Division _1 We propose to furnish the attached inconformity with the specifications and at the bid prices indicated on the attached bid sheet. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. GROUP 1 PASS Devices Scott Model Price Extended Item Number Quantity Each Total Air -Pak Fifty 4.5, 30 min Carbon 804846-06 47 ea. Cylinder w/EBSS w/o case PASS device, PAK-Alert SE, Factory Installed 805796-02 47 ea. TOTAL BID PRICE: $ GROUP 2 SEMS DEVICES Scott Model Price Extended Item Number Quantity Each Total Air -Pak Fifty 4.5, 30 min Carbon 804846-06 47 ea. Cylinder w/EBSS w/o case SEMS PDA Factory installed, 805898-05 47 ea. 4500 psiq SEMS Base Station 805679-01 1 ea. SEMS Serial Cable Interface, 10012421 1 ea. PDR to Computer SEMS, IR Link for Programming 1 PDA 10012420 ea. SEMS PC Software 100112422 1 ea. On -site SEMS training-3 days On -site SEMS Train -the -trainer TOTAL BID PRICE _.__...----...... .............. - _ ... 13 tCity of Tamarac Purcha..;inc� and Contracts Division GROUP 3 CONTINGENCY ITEMS Items in this group will not be a factor in determining the award of this Bid. Vendor agrees to hold quoted price for period of 12 months from the date of award. Item 4500 psi 60 minute carbon cylinder 4500 psi 30 minute carbon cylinder RIT-PAK w/low pressure hose and bag AV-2000 Voice Amp Assembly Scott Model Price Each Number 804723-01 804721-01 805446-01 804564-01 E-Z Radiocom for Motorola MTS 2000 805206-04 PASS device, PAK-Alert SE, Field Kit 805796-01 Face Mask, Kevlar with Silicone seal, size small 804191-11 Face Mask, Kevlar with Silicone seal, size large 804191-12 Face mask, Kevlar with Silicone Seal, size x-Irg. 804191-13 Personal Issue Regulator 804370-02 Particulate Cartridge, MPC Plus 805557-01 NBC Canister, NTC-1 045122 NBC Canister Enforcement 045123 NBC Canister, P100 052683 Facepiece adapter, 40mm 805059-01 Multi -gas monitor, 3-gas 096-2561-01 Combustible Gas Leak Detector 0019-7083 On -site qualitative fit testing 14 City of Tamarac t ADDITIONAL PASS ITEMS Item Air -Pak Fifty 4.5, 30 min Carbon Cylinder w/EBSS w/o case PASS device, PAK-Alert SE, Factory Installed Pwchasina and Contracts Division Scott Model I Price Each Number 805796-02 ADDITIONAL SEMS DEVICES Scott Model price Each Item Number Air -Pak Fifty 4.5, 30 min Carbon Cylinder 804846-06 w/EBSS w/o case SEMS PDA Factory installed, 4500 prig 805898-05 SEMS Base Station 805679-01 SEMS Serial Cable Interface, PDR to Computer 10012421 SEMS, I Link for Programming PDA 10012420 SEMS PC Software 100112422 SEMS PDA, Field Installed, 4500 psig 805898-02 On -site SEMS training-3 days On -site SEMS Train -the -trainer 15 F q City of Tamarac M _ � � Purchasing and Contracts Division Rin FORM (continued) BID NO.03-29B The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name Address City, State, ZIP Contractor's License Number Authorized Signature Typed/Printed Name Telephone & Fax Number Federal Tax ID# 16 City of Tamarac, Bidders Name: TERMS: % DAYS: Delivery/completion: r TAq, Purchasing and Contracts L)ivision p R� BID FORM (continued) BID NO. 03-29B calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original must be submitted, and two (2) copies of this Bid Form should be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 17 TqM City of Tamarac �{ ' � Purchasing and Contracts Division t p _. NON -COLLUSIVE AFFIDAVIT State of )ss. County of deposes and says that: 1. He/she is the Representative or Agent) of that has submitted the attached Proposal; being first duly sworn, (Owner, Partner, Officer, , the Offeror 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title 18 c{ F Purchasing and Contracts Division Cityof Tamarac _.__._........__-'._..._..... __...----..._ _--.....__._...-.. __-- < P ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 19 �A City of Tamarac" Purchasing and Contracts Division ( r _....... ---- - _ . CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", Explain: PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ Authorized Signature Name (Printed Or Typed) Title Federal Employer I,D./Social Security No. Company Name Address City/State/Zip Telephone Fax Number Contact Person 20 rqM City of Tamarac ..... .......... ..-....._1...,_------ -..-.-_........ - ----�.�._..--..-..-.------ _.._, cts Division Purchasin and Contra _.....—n t al BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 88" Avenue Tamarac, Florida 33321-2401 CHECK ONE: ❑Corporation ❑ Partnership ❑ Individual ❑ Joint Venture ❑ Other SUBMITTED BY (Company Name) ADDRESS: CITY, STATE ZIP: 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: Correct Name of Bidder Principal address of Business City, State Zip 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name and address of Resident Agent 3. If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT _ ------- ----- _...... ............. .......................- 21 City of Tamarac F 9 { Purchasing and Contracts Division < P State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE 22 ,rqq City of Tamarac �{ - - Porch asiny.end Contracts Division ._........... _..... ........_.. --....... 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT BIDDER'S (QUALIFICATION STATEMENT State of Florida County of On this the day of , 20, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 23 A City of Tamarac Purchasing and Contracts Division REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 24 City of Tamarac .... -....---.............----_........._._.._--__....-_9....�.._...........I...'....................... Division... ' 4 Purchasing and Contracts _. p P VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name 25 "H a Q Q m N Q �! �C w w C! U� �i L, 7 m 0 N 4if as w CID i a ; o m ��0- N LU rry�e M/ T d WS N c LL � M N lCL p ma T o N w' Ir Lu Z c W y! NIN 0 S <j IL p f _ of O LL! c Z W a z 0 U LL A J = W z N d v CD cb � N ?. U EXHIBITS TR #10242 ro N N 'a a C o N SCW YW M a 40 in a M g= a= o C an elfN w H `- H 0 COVi d 44 p p p p W W N w -jO -jp w ao U _ a cL Q CD Cl) co in Y W x x W w U m oe� ti M o N �O w 4 w m O 01 N cj N m q m C] CC d p w w p p p m 14.m O J b O H O N to O O ClW m w a W W ua Uq O LR o W-0 0 N coW� N le:= aUr l c of M m LL c C.j N ni U 2 U a:m U U _ L) p w w p p Z Z z Z Z N � u W w w U U w N L W no V o Q o •t m 0) LLI N 0 togo m aCL CD N C] p w Uto LL M w W m J NCL 0 a O as d a to LO z O 0 d N Cb rn m o6 a v v N N c N CO OLn to _ N 21T CD CD O 'co Cl N 0 o OLD ar O (L 0 LL O �N --�[rt�� I C Q. �.. U N W N O E �cp C t! c_ N .�R. cn C N b O 3 O a mI E O to cu y r M U) Cl3 Z mL6 m a (D e vm m :i F F- 3 vim LL Y � 3 o vu'i rY U a) w ma v� Y m a N N co a T m a c 2 E 2 N H ¢U 4 G U a m m V) 0 0 Ir a a a z 0 U) @(1) 6 0 0 H C) W m 0 z J V LL 0 z M W m H _0 m J J a City of Tamarac g is Division Purchasing and Contrac We propose to furnish the attached in conformity with the specifications and at the bid prices indicated on the attached bid sheet. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. GROUP 1 PASS Devices Scott Model Price Extended Item Number Quantity Each Total Air -Pak Fifty 4.5. 30 min Carbon 804846-06 47 ea. $aL3b°O $ 1�3g °° U.— Cylinder w/EBSS w/o case PASS device, PAK-Alert SE, $05796-02 47 ea. 4t - QSj b Factory Installed TOTAL BID PRICE: $ 143" 115 GR� OUP 2 SEMS DEVICES Scott Model Price Extended Item Number Quantity Each Total Air -Pak Fifty 4.5, 30 min Carbon Cylinder w/EBSS w/o case 804846-06 47 ea. tro a%36 -- l �38qI eg SEMS PDA Factory installed, 805898-05 47 ea. 10%-j 5_0 s l I I Z- , so 4500 esU, SEMS Base Station 805679-01 1 ea. i45$6°° 9.686.00 SEMS Serial Cable Interface, 10012421 1 ea. No G E PDR to Computer SEMS, IR Link for Programming PDA 10012420 1 ea. No C-b>} SEMS PC Software 100112422 1 ea. IW C4+k�� On -site SEMS training-3 days On -site SEMS Train -the -trainer NQ WAR.LiE TOTAL BID PRICE $ «J 5q0.9,") FLU] City of Tamarac_ ,moo Purch..asing and Contracts Division _ GROUP 3 CONTINGENCY ITEMS Items in this group will not be a factor in determining to hold quoted price for period of 12 months from the the award of this date Bid. Vendor agrees of award. Item Scott Model Number Price Each 4500 psi 60 minute carbon cylinder 804723-01 4500 psi 30 minute carbon cylinder 804721-01 626.�0 RIT-PAK w/low pressure hose and bag 805446-01 74a.�s AV-2000 Voice Amp Assembly $04564-01 E-Z Radiocom for Motorola MTS 2000 805206-04 PASS device, PAK-Alert SE, Field Kit $05796-01 d31. 1?0 Face Mask, Kevlar with Silicone seal, size small 804191-11 Face Mask, Kevlar with Silicone seal, size large 804191-12 50 Face mask, Kevlar with Silicone Seal, size x-Irg. 804191-13 ,sv 4. Personal Issue Regulator $04370-02 Particulate Cartridge, MPC Plus $05557-01 NBC Canister, NTC-1 045122 27$4; NBC Canister Enforcement 045123 22,11 NBC Canister, P100 0526$3 Facepiece adapter, 40mm 805059-01 Multi -gas monitor, 3-gas 096-2561-01 o3, 65 Combustible Gas Leak Detector 001 s-7os3 � � 3.°O On -site qualitative fit testing No CUAA, 1c 14 City of Tamarac ADDITIONAL PASS ITEMS Purchasing and Contracts Division Item Scott Model Number price Each Air -Pak Fifty 4.5, 30 min Carbon Cylinder 804846-06 �3�I w/EBSS w/o case ,S0 PASS device, PAK-Alert SE, Factory Installed 805796-02 46 so ADDITIONAL SEMS DEVICES Item Scott Model Number Price Each Air -Pak Fifty 4.5, 30 min Carbon Cylinder w/EBSS w/o case 804846-06 33*r� SO SEMS PDA Factory installed, 4500 psig 805898-05 SEMS Base Station 805679-01 aa9 SEMS Serial Cable Interface, PDR to Computer 10012421 SEMS, IR Link for Programming PDA 10012420 4((6.60 SEMS PC Software 100112422 SEMS PDA, Field Installed, 4500 psig 805898-02 13rrs� On -site SEMS training-3 days NO CIR. On site SEMS Train -the -trainer ho COARA 15 ( 5T U h' City of Tamarac BID FORM (continued) BID NO. 03-29B Purchasing and Contracts Division The City reserves the right to reject any bid, if it deems that a vendor has deliberate) erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that the have y provided Bid, the instructions to Bidders, the Specifications, and other documents included in Invitation to request, and hereby promises and agrees that, if this bid is accepted, they will faithfued lly fubf I the terms of this bid together with all guarantees and warranties thereto. The undersi bidding firm further certifies the product and/or equipment meets or exceeds the s ecifican n as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within p tion delivery. Return of rejection will be at the expense of the bidder. thirty (30) days of Company Name Address IRPQA FL33b (D City, State, ZIP Contractor's License Number Authorized ig atur CAF. obmis Typed nted Na e $$-?.h3�-�3t9 �66-1oQ-362. TelephoneS8, Fax Number a� �.73 Federal Tax ID# 16 City of Tamarac 7 BID FORM (continued) BID NO. 03-29B Bidders Name: 15# SuLmnr-tG (% uc Purchasing and Contracts Division TERMS: -� % DAYS: 30 Delivery/completion: -9 4 calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original must be submitted, and two (2) copies of this Bid Form should be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 17 City (.).fI Tamarac .. _ Purchasing and Contracts Division NON -COLLUSIVE AFFIDAVIT State of F(oaLi b A ) County of A (j.5PaoXcrk4 N ) )ss. deposes and says that: being first duly sworn, 1. He/she is the AE`44'5I0rN7)Vr , (Owner, Partner, Officer, Representative or Agent) of / --X, 4 Ox/r7 Fri co. WL ,the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; I Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Sign d, sealed and de "vered in the presence of: +K1Z. By r fitness CA Witness Printed ame �►sIbE Sic. Title City of Tamarac Purchasing and Contracts Division L+` ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Flgnda County of On this the J�L_ day of ,20 , before me, the undersigned Notary Public of the State of Florida, personal appeare and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. y NOTARY PUBLI , TATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, ""�•'�Bd BRENDAJ.STOCK ON Stamp, or Type as Commissioned) #*gan,e9 ThN Budget Notary Servius MY COMMISSION I DO 229746 ."-eo* EXPIRES. August 1, 2007 s� ��y onall known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 19 City of Tamarac _ T Purchasing and Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ If "Other", Explain:_ bA41Tn (,tq 4tL_r AuthorizQJ Signature Title L/5#vx Sue-A"7r-1C. e 4w— Company Name co* re- 33LI o City/State/Zip 0464oic - 3621 Fax Number 20 CORPORATION ❑ OTHER FA Cm•,uP �, owbws Name (Printed Or Typed) 23;Z� � 3 Federal Employer I.D./Social Security No. Address 991?- 263- 5��5 Telephone Po kA-113 Contact Person City of Tamarac ,' Purchasing and Contracts Division BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 88�' Avenue Tamarac, Florida 33321-2401 CHECK ONE: ❑Corporation ❑ Partnership ❑ Individual ❑ Joint Venture ® Other SUBMITTED BY (Company Name) /SN Z 5Cf�,ynFjc GAO LLC— ADDRESS: 001 M , �M&6 cr RD CITY, STATE ZIP: %, ,#wP q Fe- � 36 t O 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: // Correct Name of Bidder l5 Sxi « (26 . CC.G Principal address of Business (,S-03 A), tMPIA) M R�> City, State Zip M P,4 _ 1 33L ICU 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name and address of Resident Agent 3. If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT 21 City of Tamarac Purchasing and Contracts Division State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or ttate registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE City of Tamarac T s Division Purchasing and n Contracts 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CON CT. (Signatu ) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of •�1-- On this the `)0o day of &, , 2W 3, before me, the undersigned Notary Public of the State of Florida, personalq appeared and (Name(s) of inividual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PU L , STATE OF FLORIDA NOTARY PUBLIC �\- SEAL OF OFFICE: (Name of Notary Public: Print, BRENDAJ.STWC)" Stamp, or Type as Commissioned) * MY WMMWION I DD 229746 * �. EVIRES: August 1, 2W7 "T TW BAd% s„,w� sonally known to me, or ❑ Produced identification, (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 23 City of Tamarac _ Purchasing and Contracts Division REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: ao FlJ2»F UVr Address _o- 18 o-l[ Z7.4 t)4S City State Zip )Cc 33612, Phone/Fax Contact Name Agency/Firm Name: P-r. p Address 3 IF . 5 ft LIE City State Zip — 0 33,0(0 Phone/Fax Contact Name Agency/Firm Name: Address City State Zip T Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 24 City of Tamarac Purchasing and Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Aj- r Authoriz Signa Ure 25 f 1_50?n 5C4 ewnAc eo Company Name