HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-233Temporary Resolution 10243
September 24, 2003
First Revision: September 30, 2003
Second Revision: October 2, 2003
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R- 2003- a.3_-_
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA AUTHORIZING
THE AWARD OF BID NO. 03-30B FOR THE
PURCHASE OF URBAN SEARCH AND RESCUE
GEAR TO FISHER SCIENTIFIC CO., LLC AT A
TOTAL COST OF $71,949; 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 Fire Rescue Department is responding to increasing numbers of
non-structural emergency calls; and
WHEREAS, the City's fire rescue personnel currently respond to non-structural
emergency calls in structural turnout gear; and
WHEREAS, light -weight personal protective clothing, also known as Urban
Search and Rescue (USAR) gear, will provide appropriate protection for technical
rescue operations such as extrications, while providing the optimal comfort and
mobility for fire rescue personnel; and
1
Temporary Resolution 10243
September 24, 2003
First Revision: September 30, 2003
Second Revision: October 2, 2003
Page 2
WHEREAS, the City was awarded a grant in the amount of $195,230, providing
for a City match of $83,670, for a total project cost of $278,900 to support the purchase
of additional Self -Contained Breathing Apparatus (SCBA) units and USAR gear; and
WHEREAS, the City Commission of the City of Tamarac is committed to
enhancing fire rescue personnel safety through the acquisition of USAR gear for all fire
rescue personnel; and
WHEREAS, the City of Tamarac publicly advertised Bid No. 03-30B for USAR
gear, a copy of which is hereto attached as "Exhibit 1 ", in the Sun -Sentinel on August
24, 2003; and
WHEREAS, on September 10, 2003 one bid was opened and reviewed in order
to determine cost and responsiveness to the City's technical specifications; and
WHEREAS, Fisher Scientific Co., LLC provided the only responsive and
responsible bid for the USAR gear 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 Federal Emergency Management Agency; and
WHEREAS, the City Manager and the Fire Chief recommend that the City award
Bid No. 03-30B to Fisher Scientific Co., LLC; and
1
Temporary Resolution 10243
September 24, 2003
First Revision: September 30, 2003
Second Revision: October 2, 2003
Page 3
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. 043-
30B to Fisher Scientific Co., LLC to provide USAR gear for the Tamarac Fire Rescue
Department at a total cost of $71,949.
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. 03-30B for the purchase of Urban Search and Rescue gear at
a total cost of $71,949 is hereby awarded to Fisher Scientific Co., LLC.
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 portion or applications of this
Resolution.
J
Temporary Resolution 10243
September 24, 2003
First Revision: September 30, 2003
Second Revision: October 2, 2003
Page 4
Section 5: This Resolution shall become effective immediately upon its adoption.
PASSED, ADOPTED AND APPROVED this 8�h day of October, 2003.
MARION SW NSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION cis to form.
MITCHELL 9. KRAF/
CITY ATTORNEY
t � .
,.JOE SCHREIBER, MAYOR
RECORD OF COMMISSION VOTE: %r
MAYOR SCHREIBER
DIST 1: COMM. PORTNER
DIST 2: COMM. FLANSBAUM-TALABISCO
DIST 3: COMM. SULTANOF '
DIST 4: V/M ROBERTS /hut
1
r
Purchasing and
Contracts Division
Citv of Tamarac
"Committed to Excellence... Always"
EXHIBIT 1 /TR # 10243
INVITATION TO BID
BID NO. #03-30B
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, September 10, 2003 at 2:00 p.m., at
which time bids will be publicly opened and announced for:
URBAN SEARCH AND RESCUE GEAR
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 Urban
Search and Rescue (USAR) lightweight, non-structural, protective fire gear, as per the
conditions and specifications contained in this document.
One (1) original must be submitted and two (2) copies should accompany the original;
however, copies must be submitted within 3 days of City's request. Bids shall be submitted
on the official Bid Form furnished with the bid package and those submitted otherwise will
not be considered responsive. The bid submittal shall be plainly marked "Bid No. 03-30B,
Urban Search and Rescue Gear" 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 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 Kimberly Perron at (954) 724-2531.
A � ILO_�
Steven J. Beamsderfer
Buyer
Publish Sun -Sentinel 8/24, 8/31/2003
7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 N Fax (954) 724-2408 ■ www.tomarac.org
Equal Opportunity Employer
tCity of Tamarac. Purchasing 8, Contracts Division
INSTRUCTIONS TO BIDDERS
BID NO.03-30B
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, Sepetember,10, 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, bid name, time
and date of the bid opening 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.
Bidders are required to state exactly what they intend to furnish to the City via this solicitation
and must indicate any variances to the terms, conditions and specifications of this bid, no
matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's
bid fully complies with all conditions identified in this bid. The Bidder must submit one (1)
original and two (2) copies of the bid. 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.
3. WITHDRAWAL OF BID
Any Bidder may withdraw their bid prior to the indicated opening time. The request for
withdrawal must be submitted in writing to the City Purchasing Office.
.........
2
F np.
� 9
Y _._......._.._Purchain & C nntracts Division
City of Tamarac 91.
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 should complete the Non -Collusive Form and submit the form with the
Proposal; however the form must be submitted within 3 days of the City's request. 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. All exceptions shall be noted. Failure to do
so may be cause for rejection of the bid. 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.
9. BRAND NAMES
Manufacturers' name, brand name, model number, or make is used in these specifications
for the sole purpose of establishing minimum requirements of quality, performance, and
design.
__..._..--..._.__.....--........_..... ...-------- ----- _----------- __.__._.......... -....................
3
a r Tn�k
City of iarrarac Purchasing & Contracts Division
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.
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 day's 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
4
City of Tamarac Purchasing g Purch_asing & Contracts Division
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.
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
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
may be 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
........ __._..._
5
F
City of Tamaiac Purchasing & Contracts Division
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
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
i 99
City of Tgrn�:arrac Purchasing & Contracts Division
� P
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 to the City of
Tamarac Purchasing and Contract 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 should request it by enclosing a
stamped, self-addressed envelope with their bid or by requesting tabulation be sent to their
fax machine. Bid results will not be given out by telephone. The City does not notify
unsuccessful bidders of contract awards.
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.
r rn
City of Tamaracu � Purchasing & Contracts Division
SPECIAL CONDITIONS
BID NO. 03-30B
1. PURPOSE OF BID
The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide the
Tamarac Fire Rescue Department with Urban Search and Rescue (USAR) lightweight, non-
structural, protective fire gear.
2. CONSIDERATION FOR AWARD.
The City will review and consider all offers meeting the requirements contained in this bid. It
is the intent of the City to award this bid to the lowest responsible and responsive bidder.
Color will not be a consideration in determining the lowest responsible and responsive bid.
3. CONTINGENCY ITEMS
Contingency items 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 in the pricing
table for these items. Contingency item pricing will not be a factor in determining the
lowest responsive and responsible bidder for purposes of bid award. 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. SIZES
Small (S), medium (M), large (L), and extra large (X-Large) size must be offered at the
same unit cost.
5. PRICING
All pices shall be quoted delivered, F.O.B. destination. Pricing for contingency items shall
be held firm and fixed for a period of one year from the date of Bid Award.
6. DELIVERY DATE
All items ordered shall be delivered to the City of Tamarac no later than 60 days after the
issuance of a written Purchase Order.
8
tCity of 7arr�atac. Purchasing & Contracts Division
TECHNICAL SPECIFICATIONS
BID NO.03-30B
SCOPE OF WORK
Provide eighty-eight (88) sets of Urban Search and Rescue (USAR) lightweight, non-
structural, protective gear. Each set will be made up of one jacket and one separate pair of
pants.
USAR gear bid must meet the following criteria:
a) NFPA 1951 certified for fire and flame resistance.
b) NFPA 1999 certified for EMS and blood borne pathogen resistance.
c) Liquid penetration resistant, NFPA 1992 certified.
d) All pants and jackets to be equipped with Crosstech (or equal) Liners.
e) All pants and jackets must be equipped with a bar code system. The bar code
must meet industrial laundry labeling standards, be compatible with 2 of 5
symbology, and be compatible with tracking software to comply with NFPA 1851.
f) All pants and jackets must include two-tone orange and silver triple stripe
reflective trim.
M
F
City of Tamarac
Purchasing & Contracts Division
COMPANY NAME: (Please Print):
Phone:
1
K
9
4.
5.
6.
7.
8.
Fax:
BEFORE SUBMITTING YOUR BID, MAKE SURE YOU...
❑ Carefully read the General Terms & Conditions, Special Conditions and
Technical Specifications.
❑ 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.
❑ Include proof of insurance.
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
tCity of Tamarac Purchasing and Contracts Division
1��Im
BID NO. 03-30B
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. Bidder will sign and submit the necessary documents required by the City
within fifteen (15) days prior to the date of the City's Award.
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.
...---_ _ ........................_
11
eCity of Tamarac Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 03-30B
We propose to furnish the following eighty-eight (88) sets of Urban Search and Rescue
(USAR) gear in conformity with the technical specifications and at the below bid prices. 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. All prices quoted are FOB delivered to the City of Tamarac.
Item
Ouantity
Cost per set
Extended Cost
USAR Gear, W/Crosstech (or equal)
Liner. Jacket and pants combination.
88
S,M, L, X-Large (at same unit cost)_
Total Bid Cost
$
List all color options available for proposed USAR gear at same bid price:
CONTINGENCY ITEMS
Item
Cost/unit
USAR Gear. Jacket and pants combination. Size XX-Large
$
USAR Gear. Jacket and pants combination. Size XXX-Large
$
Storage bag for gear
$
Pocket for pants
$
Pocket for jacket
$
Radio pocket
$
......" ......... -----------........... -..............
12
City of Tamarac M P Purchasing and Contracts Division
13
City of Tamarac � � Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 03-30B
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
Authorized Signature
Typed/Printed Name
Telephone & Fax Number
Contractor's license Number Federal Tax ID#
14
F A,�
City of Tamarac � Purr hnsinrl and Contracts Division
< p.
Bidders Name:
TERMS
% DAYS:
BID FORM
(continued)
BID NO. 03-30B
To be considered eligible for award, one (1) original must be submitted, and 2 (two)
copies should be submitted; however, bid copies must be submitted within 3 business
days of the City's request.
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.
15
F Tq q
A Y
City of Tamarac Purchasing Division
( P
NON -COLLUSIVE AFFIDAVIT
State of
)ss.
County of
being first duly sworn,
deposes and says that:
1. He/she is the , (Owner, Partner, Officer,
Representative or Agent) of , 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;
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
16
oe�
City of Tamarac Purchasing Division
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
17
City of Tamarac c ,< Purchasing Division
P
F1
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 ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑
If "Other", Explain:
Authorized Signature
Title
Company Name
City/State/Zip
Fax Number
Name (Printed Or Typed)
Federal Employer I.D./Social Security No.
Address
Telephone
Contact Person
18
F Tq w
� 9
Laity of Tamarac Purchasing 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 881h 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
19
: TAM
1A
City of Tamarac. � � Purchasing 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 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
20
i a
City of Tamarac Purchasing Division
A
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
.......... ....... _...... _........ ......... .. .
21
of Tamarac � Purchasing Division
A,
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
22
City of Tamarac Purchasing Division
t F
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
23
City of Tamarac
Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 03-30B
EXHIBIT 2 - TR #10243
We propose to furnish the following eighty-eight (88) sets of Urban Search and Rescue
(USAR) gear in conformity with the technical specifications and at the below bid prices. 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. All prices quoted are FOB delivered to the City of Tamarac.
Item Quantit Cost er set Extended Cost
USAR Gear, W/Crosstech (or equal)
Liner. Jacket and pants combination. $8 /�3�. `,/� p $D
S,M, L, X-Large (at same unit cost)_ 4 � b
Total Bid Cost 1,
/ Y.
V68 $b
List all color options available for proposed USAR gear at same bid price:
CONTINGENCY ITEMS
Item
USAR Gear. Jacket and pants combination. Size XX-Lar e
USAR Gear. Jacket and pants combination, Size XXX-Large
Storage baq for qear
Pocket for pants
Pocket for jacket
Radio pocket
Cost/unit
60
$ �60
$ 4�5-'46
� 33,3 sS, 60
12
City of Tamarac Purchasing and Contracts Division
Cro�l r,Aj
Cz6AUC
i
USAk 6r" e. Ur 4RAD F & ' P86 -r
Ult-fRAbe poceEr -lg& pO-%'tS + 3 /"/, �& F4
UNGP-CA-bt POCKE.r- �O'Q CMIs 4 /a,45- ft,
UPCaeA0e 'RAbto Rc ie-sr + S-,L° Ea_
13
is
Cit of Tamarac
Y .:\ Purchasing and Contracts Division
BID FORM
(continued)
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.
FisHoA— SGcu-n
Company Name
Address
-rA,A.tPA roc. 336 (v
City, State, ZIP
Authooriized ignat re-
'
Typed/Pri ted Name
$92-263--6-3 ti
Telephone & Fax Number
a3-Z94z13r1
Contractor's License Number Federal Tax ID#
14
City of Tamarac Purchasing and Contracts Division
BID FORM
(continued)
BID NO. 03-30B
Bidders Name: - E15ff SC1EN77FIL �--0- Lam- -
TERMS: m r % DAYS: 36
To be considered eligible for award, one (1) original must be submitted, and 2 (two)
copies should be submitted; however, bid copies must be submitted within 3 business
days of the City's request.
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.
15
City o/ Tamarac
State of POA4
NON -COLLUSIVE AFFIDAVIT
I/
County of IT41kkVXzUhq ) )ss.
Purchasing Division
being first duly sworn,
deposes and says that:
1. He/she is the A "A*StNrAn✓t , (Owner, Partner, Officer,
Representative or Agent) of �lS/f�ie Sci6Nn�yc Leo ... , 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;
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: l
By ��U
Witn k 1potAlfCA, F'. bEALrS
Witness Printed Name
Title
16
City of Tamarac j..„ Purchasing Division
ACKNOWLEDGMENT
NON -COLLUSIVE AFFIDAVIT
State of Florida
County of
On this theg day of , 201B, before me, the undersigned Notary Public
of the State of Florida, persona ly appeared
Wei
(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:
. •"".'0k, BRENDA J. STOCKTON
* MY COMMISSION N DD 229746
EXPIRES: August 1. 2001
+ : t hawed Thro lueget Notary WPM
� pF Fly
NOTARY PUB IC, STATE O�FFLO�RIDA
@tom Pr C?d. 1.1� rJ
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
V' ersonally known to me, or
❑ Produced identification:
(Type of Identification Produced)
❑ DID take an oath, or ❑ DID NOT take an oath
17
'` •tip\
City of TamaracPurchasing Division
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 ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHERX
If "Other", Explain: _JM r7n L1"IL.In &sLP0 a-&'rt*1+•1
f„_
AuthorizeA Signat re
��b'�j4. SA►u�'S
Title
f�tS !ID SG ,ram t Co . UG
Company Name
City/State/Zip T
Fax Number
l.�f o�E.R-r5
Name (Printed Or Typed)
23-214xl3
Federal Employer I.D./Social Security No.
6So k) ,
Add ress
9$8 -W-S311
Telephone
OA W _ I _
Contact P rson _ W
18
City of Tamarac ~r' Purchasing 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 88th Avenue
Tamarac, Florida 33321-2401
CHECK ONE: ❑Corporation ❑ Partnership ❑ Individual ❑ Joint Venture [Other
SUBMITTED BY (Company Name) F15 56Esjr► 4� ic. Co L Lz-
ADDRESS: &01 1 6
CITY, STATE ZIP: TO�..+�AC� �� _3�jt.1
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
19
City of Tamarac Purchasing Division
State whether general or limited partnership N A
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.
& 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.
& 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
20
City of Tamarac ' Purchasing Division
Y i. ':i 9
----
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 a�a X—
On this the = day of , 20_U, before me, the undersigned Notary Public
of the State of Florida, perso ally 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:
t BRENDA J. STOCCON
' MY COMMISSION 100 229746
t nEXPIRES: Auguyst 1, 2007
Si�OF Fl ` Pad TV,BA4I Net" served
NOTARY PUBLIgjSTATE OF FLORIDA
\ \ O C�� ``G U
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
215ersonally known to me, or
❑ Produced identification:
(Type of Identification Produced)
❑ DID take an oath, or ❑ DID NOT take an oath
21
City of Tamarac j,-;,'.;. .? Purchasing 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: YL ad,] IC/R-T 7�PT
Address
340 C Y,5"&M
,-
City State Zip
�/ccc�t�.,���. Fl- _
_ 336L( _
Phone/Fax
Contact Name
Agency/Firm Name:
F7. thixAf-4M-t_
F1
Address
800 SW (st- Sm-ti4l
City State Zip
Er (AKb . rL
MOO.
Phone/Fax
Contact Name
Agency/Firm Name:
4 /4::/Aw
_ PT
Address
g3 5�T
City State Zip
L.
330 (D
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
22
City of Tamarac r= ti. `1 Purchasing 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.
Y Stttt ! SC.,6W77F7C_
Authoriz Signa ure Company Name
23
1
GC
a
w
c�
w
U
cn
w
ir
2
W
M N
M z
�a
m
a�
D
W
0
J
h-
N
J
Y
U
W
0
m
CD
R
CA W
LLU
CD
4a
0
m
O
W
> W
W
� J
z
0
w
j
a
'
z
m
�
4
J �
O
�
I
0
'
(a
I
I
I
J
a
m
I1
I1
a
z
0
Fn
rn
0
U
0
6-