Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-2431 Temp Reso # 10262 Page 1 October 2, 2003 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXERCISE THE OPTION TO RENEW BID #03- 01 B FOR THE PURCHASE OF AQUATIC, ORNAMENTAL AND TURF HERBICIDES FROM HELENA CHEMICAL COMPANY, AGRO DISTRIBUTION, LLC DBA PRO SOURCE ONE, AND UAP TIMBERLAND, LLC IN AN AMOUNT NOT TO EXCEED $81,700 PER YEAR FOR THE TWO-YEAR TERM; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac awarded Bid #03-01 B to Helena Chemical Company, Agro Distribution, LLC, doing business as Pro Source One, and UAP Timberland, LLC for the purchase of aquatic, ornamental and turf herbicides on November 13, 2002 through Resolution # R-2002-326, hereto attached as "Exhibit 1"; and WHEREAS, Bid #03-01 B allows for two (2) additional two (2) year renewals, this being the first renewal for a term of January 1, 2004 through December 31, 2005; and WHEREAS, Helena Chemical Company, Agro Distribution, LLC, doing business as Pro Source One, and UAP Timberland, LLC have agreed to renew the bid, a copy of said correspondence hereto attached as "Exhibit 2"; and Temp Reso # 10262 Page 2 October 2, 2003 WHEREAS, sufficient funds are available in the Public Works Stormwater Division Budget; and, WHEREAS, Director of Public Works and the Purchasing and Contracts Manager recommend that the City authorize the first renewal of Bid #03-01 B for the purchase of aquatic, ornamental and turf herbicides with Helena Chemical Company, Agro Distribution, LLC, DBA Pro Source One; and UAP Timerland, LLC; and, WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the residents of the City of Tamarac to renew Bid #03-01 B for the purchase of aquatic, ornamental and turf herbicides with Helena Chemical Company, Agro Distribution, LLC, doing business as Pro Source One, and UAP Timberland, LLC in an amount not to exceed $81,700 per year for the two-year renewal term. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City officials are here by authorized to exercise the first option to renew Bid #03-01 B with Helena ..Chemical Company, Agro Distribution, LLC, doing business as Pro Source One, and UAP Timberland, LLC in an amount not to exceed $81,700 per year for the two-year term is HEREBY approved. 1 F1 1 Temp Reso # 10262 Page 3 October 2, 2003 SECTION 3: All resolutions or parts of 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 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 passage and adoption. PASSED, ADOPTED AND APPROVED this 22nd day of October, 2003. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITcHE L S. I1 RAFT CITY ATTORNEY JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO DIST 3: COMM. SULTANOF DIST 4: VIM ROBERTS TEMP RESO 10262 Temp. Reso #9961 EXHIBIT 1 October 28, 2002 Page 1 of 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-3,;L A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID NO, 03-01 B FOR THE PURCHASE OF AQUATIC, ORNAMENTAL AND TURF HERBICIDES TO HELENA CHEMICAL COMPANY, AGRO DISTRIBUTION, LLC DBA PRO SOURCE ONE, AND UAP TIMBERLAND LLC; AUTHORIZING AN ANNUAL EXPENDITURE OF FUNDS IN AN AMOUNT NOT TO EXCEED $81,700; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works Department utilizes a variety of chemicals for weed control and fertilizing within City maintained canals and rights -of -way; and WHEREAS, in order to effectively provide these services, it is necessary to purchase certain quantities of chemicals on an annual basis; and WHEREAS, the City of Tamarac publicly advertised Bid No. 03-01 B for Landscaping and Aquatic Chemicals in the Sun -Sentinel on September 151h and 22" d, 2002; and WHEREAS, on October 2, 2002, seven (7) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and WHEREAS, three (3) of the seven (7) bidders provided the lowest responsive and responsible bids for various individual items as per the copy of the Bid and bid tabulation being hereto attached as Exhibit 1;and WHEREAS, funding is available in the adopted Public Works operating budget for said purpose; and WHEREAS, the Director of Public Works and Purchasing and Contracts Manager recommend that the City award Bid No. 03-01 B to the three (3) lowest responsive and Temp. Reso #9961 October 28, 2002 responsible bidders for individual items as listed in the bid tabulation; and Page 2 of 2 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid #03-01 B to the three (3) lowest responsive responsible bidders, Helena Chemical Company, Agra Distribution, LLC DBA Pro Source One, and UAP Timberland LLC, for the provision of landscaping and aquatic chemicals. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid No. 03-01 B for the purchase of Landscaping and Aquatic Chemicals to the three (3) lowest responsive responsible bidders, Helena Chemical Company, Agro Distribution LLC DBA Pro Source One, and UAP Timberland LLC, for a period of one (1) year with two (2) additional two (2) year renewal options, for an annual expenditure not to exceed $81,700, is hereby approved. SECTION 3: There are sufficient funds available in the Public Works operating budgets for said purpose. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this 1 1 Resolution. SECTION 6: passage and adoption. Temp. Reso #9961 October 28, 2002 Page 3 of 3 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 13th day of November, 2002. ATTEST: MARION 8WENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RE,SQLUTION as to form. MITCHELL,g. CITY ATTO rr 4 JOE SCHREIBER Mayor RECORD OF COMMISSION V TE: MAYOR SCHREIBER DIST 1: V/M PORTNER DIST 2: COMM. MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Jn 9 r> A t5 . n Ir n r.. 0 r-j . �n : (b :O : [V ' •� (a 0 .n ) rJ ' • ', • � d lD � I ti 1"! I In CV i (o of N N I n c (o IIr vl v, n . 1`) r• N I +-• a7 m (7 j JJ)I In M . . N 14 69 "Y" ' FF : N CL i I I •m •�'� vtil7Y lt0 li.(1 ln O O.U'Gln (7 ').Q[)u1 �,� a1 S7 'Q I�Id1 uY ry N{�,[l in w U _Gi�r [!'JIv p �J'u r.. �10 i I� ...:,-:cy lCs o1ai:�; ,'iN o1r� l lv: )` tJ' ri, L111 [c :ao ivid:rn 6rf; v ;l.. IV>�r/l l N►,[n! 16? K)did .(ui�.(•t ;I d7' VJ ! ziZ ..60 /A Fl rq i(HiIA " QIL rL. n p G . O C] D : O C) CJ C-1'. Ct r) • fl O [7 % : (] L7 r,.l r_7 (':a f:) ' (:) CD: co : rn m , m . [Xl C'A : a) [(J m iT1 . [I M rn j (f] cn is'i �t (} c) • )icr I O (:) O CJ•fl did] C) C) �IC7 CJ:0 C) C)' n_ c) z T - ,_ _ z zt z z z z z z z z: 1 IJ � U> p i (•J l u C J i u] O) i n ("A 0 0 th ry ' <) ' N n o l W Q In rn N r `r! i cV cn JT it4,4 . ! l] (ni v . O 4"^ 6F► 6q U9 th ' [^ ! N I N w N W 7 ., 409, �''6?:tF?! :6H uj D 0.n;0:'n:0C) 0'0!q r).n:n in, rl'v a 1].C,) N r.j FS m m m W m Fn [L : cn tft a) it)) in 1p) : m ,1� ro ! Co ai cc 11) v[ odiv C,);O O diC7 z;.7 21. Z ,;-. _ M Ir Z N LL C] O (1 ! U O O: D C) C �', D n Cj L� n D n �•a,, f.O rd ul (p n, (i) C.I. rl) if) '�. (1) m W ; m rt Ct, ! (i7 i C) (n W to C) :. . z rJ1CJl< (�.(? u)'.r7 C7'O.0 0 pid:d O�C':N D d!d'O <.) C)i c)'' w (x (], Or I. iri (n G (7 i1 d VJ LU O � i �• n, 4 fD fD CL V u •7 lL n (" ar, ] w ' ts '••W ..' d .CCJ ul L7 j GA L_' �' AY 1�) C� a v 0 43 cl . '� m 0 w o o 1. q 0 (v •-L d U CJ'<,)iC] n.2:�G 1'1z:za rYfY n Cl) to q r ! n 7 06H V)y VI SP U Ih : _ C7 (n q L7 o o Sp o:, Z .- o 7 O W W fY1 ff) . (A . f,11 lY) IV 1• In -i J, q n �n of•I fri . ♦J .� Id -/ I ro In [a m in :p m [D Lo [O a, CD C) C,)d.C7'C7.C7 U w0 p.. w G z :n 1, z w 4' D LU U . iu' rya C> Iw f l r (1Y a M r� ? C,C> w C O tvW z � w g r LU w z air }r LU I w z 0 o w 1: z w w w w w w a z y> r r r r h 0 w cc n w to A w Q t� x Q Z c7 V) (!) (1) to fn OwwIuWww W LU Q) ,n -s U _c L Lu 0 so UN0 CD 0¢ co CI) r�n m U H u) t> z 0 1" 7 O a a Q z 0 W 0 U �O Z UQ �i LL LL 0 7_ D Purchasing Division City of Tamarac "Corns -pitted to Exc.e11rnce... Always INVITATION TO BID BID NO. 03-01 B 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, l"amarac, Florida 33321-2401 until Wednesday, October 2, 2002 at 2:00 p.m., at which time bids will be publicly opened and announced for - Landscaping and Aquatic Chemicals 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 I.-andscaping and Aquatic Chemicals, as per the conditions and specifications contained in this document. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive, The submittal shall be plainly marked Bid No. 03-01 B, Landscaping and Aquatic Chemicals opening on Wednesday, October 2, 2002 at 2:00 p.m. 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 docurrients 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 Wes Tipton at (954) 724-2519. Steven J. Beamsderfer Buyer Publish Sun Sentinel: 9/15/02 & 9/22/02 7525 NW 88th Avenue ■ Tarnarac, Florida 33321-2401 a (954) 724-2450 ■ Fax (954) 724-2408 0 www.tamarcic.org Foual OCirery I i6i1v Fmolnve,i TABLE OF CONTENTS Landscaping and Aquatic Chemicals Instructions to Bidders .......................................... .. 3 General Terms and Conditions ..................... 3 SpecialConditions.............................................................................................. 10 Did Coversheet Checklist ......................... BidForm............................................................................................................. 12 Non -Collusive Affidavit .............................................. 18 Certification......................................................................................................... 20 Bidder's Qualification Statement References................................................................................... ............. ... 24 Vendor Drug -Free Workplace............................................................................. 25 City of Tamarac M...: Purchosirrg Uivisior7 INSTRUCTIONS TO BIDDERS BID NO. 03-1 B 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 sure or individual item basis uni(�ss 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 [aids and Request for Proposals, As such the wards "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 -1 amarac, 7525 N. W_ 88th Avenue, Tamarac, Florida 33321, no later than 2:00 PM, Wednesday, October 2, 2002. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be 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 City 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 packet. 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 shall 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 quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. 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. ............... ................ C:d y or Tarnarac / .. ......... f ) Ptnchasing Division ...................... 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 forthe 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. S. 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 Forr-n- 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 to be made on the date of the mailing of the check. r a Cityof Taniarar. F'nr�;haSirTy Division ..................... .. ....... ....., ............... z .......... . .............................. .. ...................... 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 minimurn requirements of quality, performance and design_ 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. City of Tamarac Purchasing Division ....... 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 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 srrb-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 potions 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 pursi.iant 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. city or Tamarac 41 Purrhasing Division ............. a.....................................................................................................,...................................................................................__.... •,,; ta; 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 Ornission 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 required by the City's Risk & Safety Officer 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 Officer 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: Line of Business/ Coverage Commercial General Liability Limits Occurrence Aggregate $1,000,000 $1,000,000 Including: Prernises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause 7 Nab (;ply of Ta1778/i9C 11 / f Puna h 1ny Di�,01 57 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 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 F arnarac 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. City of TW77arac n Y ........ sine Division ,. urc a .. 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 a 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. 1.20.57(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. City of Tamarac = '' PurchasingDivision SPECIAL CONDITIONS BID NO. 03-01 B 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to obtain fixed prices for various Aquatic, Ornamental and Turf herbicides and additives for an initial period beginning upon date of approval by City of Tamarac Commission through December 31, 2003. The City reserves the right to extend the contract for two (2) additional two (2) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. 2. DELIVERY: All deliveries by bidder's fleet or common carrier are to be palletized and secured by proper banding and/or wrap material to prevent shipping, unloading, or handling accidents. The City reserves the right to refuse any delivery, at no cost to the City or its employees, that does not meet this requirement. The City is not responsible for any accident or spillage while chemicals are in transit to their designated receiving points and until actual delivery is accepted. All deliveries must be made Monday through Friday between the hours of 7.00 A.M. and 3:00 P.M. Deliveries must be scheduled twenty-four (24) hours in advance by calling the Stormwater Supervisor at (954) 724-2519 so adequate personnel can unload trucks and store materials in the storage shed. 3. LABELING: Two (2) complete; sets of specimen labels and any supplemental labeling covering the items offered must accompany all bids. Each label must carry the appropriate EPA registration numbers) for the material specified. Two (2) original copies of Material Data Safety Sheets Y, must be included with bid material. . ...... . .... .. ......... . . COMPANY NAME- (Please Print):- Phone: Fax:L'(�49S BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 01. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 72. Carefully read the Detailed Specifications, and then properl fill out the BID FORMS, ❑ 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. E-] 4. Sign the CERTIFICATION page. Failure to do so will result in your Bid being deemed non -responsive. [:] 5. Fill out the BIDDERS QUALIFICATION STATEMENT, 6. Fill out the REFERENCES page. ❑ 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. 08. Include proof of insurance. 9. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package, [:J10. 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. wr _ .. ....... ....._.......... i`i� _.......... __.. ..._...... _ 1w11A1iffQ1041y1 BID NO. 03-01B Submitted by: _o. Date Bidder ' THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88c" Avenue Tamarac, Florida 33321 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 dOGUments, 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; rand 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. I �/h ♦'i �y v Fuc i " ah.A "a. C(S. U r E' _1 _ J C) '-1 0 Ur M _ d yi X `�i. 0 ui Q U') 0 0 ' lL ' y U " R7 tz F sf r N M r O) C) N flCf vri CL U ul co cr,r-r U? L7 uT::'.:•': ni , (D x C) 0 o x x F� `r o (U o 0 0 com (d iT— U �C 75 ? ' O C: I'. W O _ UJ a)a) O U .::: ri .r .' '• r ' Co -3 O- Mc :1 cr O N z.0 V J) I O O 0 C O O O O m a U) � m m c� — m c� m i� cm 0 CD (O CD N (D 0 C) Q M U") 0 w d LO w th N 'qr -4. N 47 m a) U (1) N U (T3 N co ca m (U C7 2 m mm (� � U cu d o m o o m m o o o � m u) C� u) ►n m C7 In (n u7 N a x x x x C) x x x x t V N cr N N c(7 Kr N N N co C:Q O O 0 C 0 d 0 0 :o D — a n C� C7 a C� t7 ca M G C3) cr U�- 0 r .- ul r O C] m O L U Wco V p O qa '_' [Ci dj C d tZ (V E S 7 � b 5 a z= Y Y z z a,w Gr 0- ci C) z ❑IL .Cr. E NIQ C I (D N Lo 51IL 'o JA W Q FID E \-r C..? co U) U) ru 'a -FU C . LD u 0 � L) u U- cz 0= 0 :3 "1 0- cn E cu -0 -0 L- C: as (z (D U) Cc 0- U) 0. c 7) 0 c cu _n ca >, m E '0 -a m U) CL _5 0 -0 cn -0 0 0 0 C:2- 0- co CL 0 0 (D 0 -0 O. Z) 0 C:) CD a (v 0- FZ- U-) F- a) a) > (D cr (n m co in 0 C: C 0 U-) 0 - C\l CD x C) CO > N N2- cn- cn E (D (D cn co r- -a CI 0 c 0-0 0 M :3 - c -c- CL O M a- &- 0 cn C? co C6 co 2 M E CD m N > El ml 0 C -C: a_ I � U) 0 �T rr r f... � J _.. ...._�Jlrrl rt i!?(; l;IJfJi�? � . _-" BID FORM (continued) The City reserves the right to reject arty 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, tho 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 Authorized Sigraatu c:�.�.�.=._ _ Typed/Printedtrmm _.._._ Gity, State,IIP� Telephone & Fax Number W Contractor's Lice Number Federal Tax ID# . ..... . . ........ . .... . .... ... ... .... . .............. ....... ........................ . . . ............. (conrinuou) BID NO. 03-01B -A Bidders Name: TERMS: /4-piq % Net days Delivery/completion: -- 2 calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deerned 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. .., . r'!i!'Ci5 ry1 1ll.Vl^6: �f1 BID FORM (continued) PeBID NO.03-01BBidder's Name: I e r-) 0 Ch E ry' c CO-k. --- C Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section ; c. Variance Section kzr-)C!SCc��2Q VarianceLLrl:S kIr-) rj f Section �. Variance r7 .hc 4 -- ��� o: .)�11(.-JUy) �,et:. Section Variance Attach additional sheets if necessary. T tyyJe rnav) u�,cz c�u re, r- as iu,,�­J pCoduc-k or) 4L_ el�'Ilcl F�- -ho MC TICS r__10 UO do / V r f 1 1� - �-s t � :Il r :F•tf r i.� iJ. 1 )1 ! '�f�':f� ... n NON -COLLUSIVE AFFIDAVIT State of SS: County of being first duly sworn, deposes and says that: 1. He/she is the 1., r ' 4(O nqr, Partner, Officer, Representative oAgent) of 2 r &L , 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, omployees 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 S Ccure 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: ,-Witness Printed Name Title r,• r r'._...:.......... ..._...........__................. .... ...... ...... ..... .._.._.... ... ..... _.... ............. ...._.. _._..--- �fi ............�..... ..... ...'...�.r.. .... .. ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of +.l On this the '= day of _ C ,�-'�)c'.r' 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared: r J and (Name(s) of individual(s) ho appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that�he/she/they executed it. r" WITNESS my hand and official seal NOTARY PUBLIC SEAL OF OFFICE: NOTARY POBLIG��TATE OF rLORIDA t rVA (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or El Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 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) ce:rtify that we(I) have read the entire document, irir,Iuding 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: 7CutGrized Signat02 CORPORATION [v OTHER ❑ Name (Printed r Typed) _ f"rdemlyE�_a� car (D. Sor�cial .. _......_. Title y Security No. w _ L -CC Company _.. _ Company Namee, Address City/Sta e/Zip Telephone Contact Person ax Number T . ar<.,. i .i�rvr........ 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) ADDRESS_ CITY, STATE ZIP: 44211 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 .._Y.�/..:p , , le 2. If Offeror is a corporation, answer the fo owing: �71- 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 ���/ ��Y[�- � c��s - _..v. 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 :.,k ✓ !' i(.`!( (�C71 ............... ._..... .......- .... .....ti t 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? f , :s 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. 1 C a, '1 ��Q 1 ...1 / / --21 ZZ-6 •�w tr SCScC1 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9 State the names, telephone nurrnbers and bast 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 arc preforred as references): NAME ADDRESS PHONE --- iGr:c�c� �7q4(k L,................ .._.......................,..-.........__..._................ \•F^ Y 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). �<". ". _ �_ C'II.1. ; li,i �. % �,2 E �C��.i !�'.i'7C�P Cxzc n— i a! 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, ti A" On this the l ' �`- rday of , 2002, before me, the undersigned Notary Public .T' of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) ishare 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: / 1 NOTARY PUBLIC), STATE OF FLORIDA (Na e of Notary Ptablic: Print, Stamp, or Type as Commissioned) I Personally known to me, or ❑ Produced identification: (Type of Identification Produced) DID take an oath, or ❑ DID NOT take an oath '4—,—, ..�- } ? • ...... '...? tsw' 1 i a a'S'::r I.Q. `,'av of T.-:1ro,7 w REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Your Company Name Address City State Zip Phone/Fax 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 1� �,rrs ..r{ raia,,rr� ;;r; r:nvrsicrrr a r VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors subrnitting 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 _ �,Grtify that this form complies fully with the above requirements. 4' Kuthorized Si natu//e Company Name Carty of T amarsc COMPANY NAME: (Please Print): AGRO DISTRIBUTION, LLC DBA Phone: `'k%',�.; �� Fax:_�- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Carefully read the Detailed Specifications, and them properl fill out the BID FORMS. ❑ 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. ❑ 4. Sign the CERTIFICATION page. Failure to do so will result in your Bid being deemed non -responsive. 5. Fill out the BIDDERS QUALIFICATION STATEMENT. ❑ 6. Fill out the REFERENCES page. 177. Sign the VENDOR DRUG FREE WORKPLACE FORM. ❑ 8. Include proof of insurance. ❑ 9. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. 10. 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. Submitted by: Bidder BID FORM BID NO. 03-01 B AGRO DISTRIBUTION, LLC D13A PRO SOURCE 0114E w.. THIS BID IS SUBMITTED TO: 'r.,n'CIiZ,Sr, Date City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88"' Avenue Tamarac, Florida 33321 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. Cal a 9 0 U- 0 (D Z.0 L.3 m -0 jj U) V) V7 000 j — cu — M o. — (D cM r.D 01 0) 0.220 — Ka D C-I CD C) CD 0! 8 1:11 Ca S 1`21 Le,) I cl cy) NI 'ZI . N. Jj I U? (10 U) m (1) m N M 0 co L) (D to co f) L U-) Lo cc x x C> (N X X (N X CV X Lr) -<I- N N N 0 ol (D 0 a IL 01 (D (9r-- I i i I i co 0 0) U-1 i 0 L -2 c) 2- 21 L) CI- Q) E 5 m m >J 0 V >, 0 y z 1 Z K ' 10 _ . . m � 2 \ C'r> \/\ƒ - 0 g ms> E 2 u;'CI Sir�c C7ivrsic�n BID FOLRM (continued) BID NO. 03-OI B 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 Icgal 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, arid 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. AGRO 17.1STRl•8UTlON, LLC DBA PRO SOURCE ORE Company Name Address uthwzed Signature Typed/ rinted Name •lam �,.,-��� City, State, ZIP Telephone & Fax Number Contractor's License Number _ Federal Tax ID# l;'c-cr i i ,; a"il'1Fa517C t�ii ISl:i;i 1 BID FORM (continued) BID NO. 03-01 B AGRO D,1STRIBUTION. LLC Bidders Name- TERMS: �� % Net days Delivery/completion: i calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST 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. I ■ BID FORM (continued) BID NO. 03-01 B AGRO DISTRIBUTION, LL.0 Bidder's Name: DBA PRo souR,CE ONE Variations: the The Bidder shall identify all variations and exceptions taken in the spaceo 1provide'd beloBidders, ldp ov ded Special Conditions and any Technical Specifications however, that such variations are not expressly prohibitedC tibia documents. no m or each variation listed, reference the applicable section o ed there, it is understood that the Bidder's Proposal fully complies � U�i��� rm�ning that the Bid Proposal l terms and conditions. It is further understood that such variations may be cause is non -responsive and ineligible for award: e Section Variance Section lw 1 � t Variance--i-2i SeGtlon s 1�E.. Variance Section Variance Attach additional sheets if necessary. NON -COLLUSIVE AFFIDAVIT State of )Ss: County of \Fza ,�4 Fif vrMisfrq.7 Division being first duly sworn, deposes and says that: 1. He/she is the � r� ~ y e ,,,r ' Owner, Partner, Officer, Representative or Agent)' of { � �, 117`,i 1x- . i 1�'� e 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: j 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 ealG� and delivered in the presence of; Witnd,5 Witness ,,Printed Name Title ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the — day of 2002, 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, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: -- (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 r r,a�:rsrr,.. ..... l 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 (I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, TerrTIS 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 ❑ .I If "Other", Explain: Authorized Sign ture PARTNERSHIP [] CORPORATIONc OTHER ❑ Nam (Printed Or Typed) r' Title�C4 D,ISTRIBl�`�'`` Federal Employer I. /Social Security No DBA PRO SOU,tttL u, , ,... Company Name Cit /Stateizip ._._...._._- Address Telephone Cont ct Person Fax � x Number .':J'C:}ir„iililfi Ui'•.;i!Cii'1 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 ONEK: ❑ Corporation ❑ Partnership Q8vi81� ���ture ❑Other SUBMITTED BY (Company Name) _ DBA FRO soU:R,CE ONE ADDRESS: _A-,"Y) �' _SY-- CITY, STATE ZIP: —.� M �`t 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: AC,RO DISTRIBUTION, LLC Correct Name of Bidder D,13A PRo SOURCE ONE Principal address of Business" IN j�, City, State Zip �'';•�-��-_ 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation G. President's name �`.-.mac; �' ❑�\ 1�,._.. d. Vice President's name i e. Secretary's name: f. Treasurer's name 3 g. Name and address of Resident Agent 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): I7T�T�73►ZV OWNERSHIP UNIT 7 ' Nl 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 i operating and a fictitious name, submit ,7Z evidence of compliance with the Florida Fictitio ame Statute. 6. How many y rs 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, individLJ@IS 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 i 10 por 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: 1'HF 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 RIDDER'S QUALIFICATIONS TO PERFORM UNDER THEY CONTRAC I SHALL CAUSE THE OWNER TO REJECT THI~ PROPOSAL, AND IF AFTER THE.. AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT, (Signlure) � ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of !2'',�`,->> On this the., --I day of, 2002, 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 I ,: tau; cYras�nn ul t5i!u 'r l.r tier?i. t �y REFERENCES '!ease list name of government agency or private firm(s) with whom you have done business within the past five years: Your Company Name Address City State Zip Phone/Fax 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 ;4GRa DISTRIBUTION, LLC I BA PRO SOURCE UN:E 1,,ipvhasam Dmis1ox; 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 carder 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 (a) 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 t S form complies fully with the above requirements. AGRO DISTRIBUTION, LLC PRO SGUREF- ow: Autho ized Signature Company Name D D F1 �7 COMPANY NAfvIE: (Please Print): BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 0 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the Detailed Specifications, and then properly fill out the BID 'FORMS. iJ sill Out anti Sigf) IhE; NON -COLLUSIVE AFFIDAVIT and have it properly notarized. 4. Sign the CERTIFICATION Rage. Failure to do so will result in your Bid being deemed non -responsive. 5. Fill out the BIDDERS QUALIFICATION STATEMENT. I` 6_ Fill out the REFERENCES page" 7. Sign the VENDOR; DRUG FREE WORKPLACE FORM. 10 8. Include proof of insurance. j i'). Submit ONE (1) Original AND TWO (2) Photocopies of your kid, clearly marked with the BID NUMBER AND DID NAME on the outside of the package. _._..l 10, Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested o,tta(,hnients may result in your bid being deemed non --responsive. THIS SHOULD BE THE FIRST RAGE OF YOUR BID. 1Y31D FORM Blip NO. 03-OI B Subrnitte( hy: t 1 p i t ::._._._l_L r�r ram; �..(M m._t Date Bidder THIS BID IS SUBMITTED TO: City of Tamarac urr:hasing and Contracts Manager 715,25 Northwest 88"' Avenue Tarrr.arac, ;7lorida 310321 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 tl e r.ontract Price and within the Contract Period indicated in this bid. 2. This bid will romain subiect to ac:ceptance for sixty (60) days after the day of bid c�,7r nirrra. Bidtae:r will :,iron acid submit the nc�cessc_ary 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 docur Tents, locality, and all local conditions and iaws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. t) i ! Bidder has given the City written notice of all conflicts, errors or disc:reptanues that it irias ctisc,overed in the contract documents and the written resolution thu,reof by the City is acceptable to Bidder. 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, a sFociation, organization or corporation-, Bidder has not directly or indirc,�ctly induced or solicited any other Bidder to submit a false or sham Bid; Binder has nrat solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by (.,.)II csiUn 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". q. Bidder agree: that the Work will be substantially performed and complete in .accordance with the schedules established herein. 11 LL 00 Z.2 Oil' v S r .4 IE tj 7 All j r4 0 to I to Y) m V) C/) E cn Lu U) CO U) <7 (� W �,E o --j CD I Uj I C� C�� C� J C7 (� :( ,cn On In to (D. C). co i CD I to 0 0 C) C*41 CD C:) C) 0 0 0 C) 0 Lr) CO in C) Lr) J:U; co (Y) N -,�J- Cr CW- C) w (n (n U) LL m (13 0 co Q m cz in (13 m m c) to 0) (T m -@ ro M zz- 0 (D Go m Ln (D :w) m in• U) Lq .-- 0 0 x -J p I -J I c) -J CD N x aCl I C\l C) x x X 1 C.) xl X Xi x I LO to N -T CN "I- i (14 C\j I if) c7 N (NJ N 73 C: T5 -0 cl 0 '0 D oL IL u- (2- to E 0 > E. 'S (3) W CL m m U) U-) _0 LLJCC Z3 a) ol Z, 1� c c M < " cri -ol 'L, :12 0 0 01 Ul > QI F- 0 0 (D 0 (9 1 of 1 � I � I 0 a`) nnab 11 i I Go ...1 cj� LL (1) co 'Z� p - 0 q Z t3 m i! J Ii..� I I U) �1 c_7 C�J 1) �I nj =@ UI io1 m _•I �- =1 .c: al Ci Oi C ai pl pj @ ) ala,,� a c)_jcn ta_.IcL;n_;c-Is (Ia- , I r� � I CID aI NI >I �,I L1 1 rl //CfD��i /�LSi r�tl Q I o I il. CD Q_: �-Oi �/ a.// ; U) V •� Cu to V) (O U LL Q) U `• L Cn J C 7. r— V) Q_ L (n �] V) m �'o @ U sa In u) U U m Q V o-• in -0 C) CIO C)� C� E0 .. �_ ca. O J U U i U cn a' � a U a N ob o (D c n � a cn U co Q) � � r O U7 Z (U U U m U a Q) � El; I I I I I I ....... ...... ..... .. ._. .. .... .. .. BID FORM ((:ontinued) BID NO. 03-01 B 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 promise; 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 firrn further c ;rtifies the product and/or eguiprnent meets or exceeds the specification as stated in the bid package; and also agrees that 1,"Woducts arid/or equipment to be delivered which fail to rrrcet 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 r: fAutliorized Signatur e Typed/Printed Nnme City, State, ZIP Telephone & Fax Number Contractor's License Number Federal Tax ID# .._. .......... ....... ..... .. .. .... ..... ........ .. i .. ... .. .. BID FORM (continued) BID NO. 03-01 B Bidders Name: :t A rvj e TERMS: �;�j % Net �': ...,days Delivery/completion: calendar days after receipt of Purchase Order To Oe c;onsidored e igibie ;or award, one (1) original and two (2) copies of this bid form MUST be; submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be doorne:d non -responsive and ineligible for sward. 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. BID FORM (continr.rPd) BID NO. 03-01 B Bidder's Name: Variations: i he Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference: the applicable section of the bid document_ If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause For determining that the Bid Proposal is non -responsive and ineligible for award: Section t;, +,' Variance Section Variance Section Variance Section _ Variance Attach additional sheets if necessary. NON -COLLUSIVE AFFIDAVIT State of ) SS: ICounty of I I I deposes and says that: being first duly sworn, He/she is the =, (Owner, Partner; Off ic r, Representative or Agent) of T_ " ,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 ail pertinent circuinslances respecting such Proposal; Suct� Prapor,. l is genuine and is not n collusive or ; h�arn Proposal, 4. Neither the said Offeror nor any of its officers, partners, owners, agents, rip. present<:atives, 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 sharn 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, dir(-ctly or indirectly, sought by agreement or collusion, or rornmunication, or conference with any Offeror, firm, or parson to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elernents of the Proposal price or the Proposal price of any other Offeror, or to secure through any coilr.iCican; conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; Via. The pried car prices a'uoted in the attached Proposral ore fair and proper and are not tainted by any collusion, conspiracy, connivance, or irrilawfui agreement can the pr_art of tt-ic Offeror or any other of its .agents. representatives. owners, employees or parties in interest. including this affiant. Signed, .sealed gird delivered in the presence of: jL Witne,,s _,.. _.. r v t •.a Witness Printed Name Title N H i I I I I I I M i . .. . ................. ... . .... . ............ . ............ ........ . . .. ..... .. ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida GOLInty Of__Iw' 2002. before me, the Or. this the day of t.1ndersigned Notary Public of the State of Florida, personally appeared: and (Narne(s) of individual(s) who appeared before nolary) whose name(s) is/are St,ibscribed to within the instrument, and ho/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. A NOTA . W PUBLIC STTE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE. JR. (Name of Notary Public: Print, "'3 Stamp, or Type as Commissioned) PerFohally known to me, or eProduced identification: (Type of IdEDID fication Produced) take an oath, or El DID NOT take an oath We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, ( ,l-erns and Conditions, and any addenda issued. We agree to comply with all of the j requirements of the entire Invitation To Bid - Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER If "Other', Explain: Authorized Signature Name (Printed Or Typed) i Title Federal Employer I.D./Social Security No. I s Company Name Address r h F { City/State/Zip Telephone: Contact Person Fax Number Hie unclor sic:Ined certifies t.,nciF'r oath tl'tr; truth and correctness of all statements and of �711 to question, made hereinnfter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 881" Avenue Tamarac, Florida 33321-2401 (,HECK ONE, ]CorCx�ration [,_� Partnership [ j Individual ] Joint Venture Other SUBMITTED BY (Company Name) ADDRESS: r CITY STATE ZIP: i . State the truc;, exact, correct and complete narne, of the partnership, corporation, trade— or f ic;titir' us name under which you dr:, and the, address of the place of business, Correct. Name of Bidder Princi al address of Business ;;_ n r "ti City, State Zip 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b State of Incorporation_.__.,....._..._--- G. President's name d. Vice President's name e. Secretary's name: _. Treasurer's name g. Name and address of Resident Agent a. 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 1 rr w State whether general or limited partnership 4. If offer i,s other than an individual, corporation or partnership, describe the organization and give: the name and address of principals: NAME ADDRESS if Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. How many dears has your organization been in business under its present name? a. Under what forme: names has your organization operated? IrjrJic.,,.ate re�aislration, license nurnbers or ci�r4,ificatr: numbers for the businesse, or professions that are the subject of the Bid. Please attach certificate of competency and/or :state registration_ - Have you ever frailed to complete any work aw.arded to you"? if so, state when, where and why: S ntr th'e nary es, tee phone .� ��t, � �� - �� ;� � numbers and i,ar_,t known addresses of three (3) owners, individuals or represeniatives 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 7- IN List the pertinent experionce of the key individuals of your organization (Contir)Lle on insert sheet., if necessary). Y 11. State the marne of the individual who will have personal supervision of the work: l HE BIDDER ACKNOWI.EOGf S AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QLJAI,_IF!(,ATIONS y'T"ATEMENT ` HALI. BE RELIED UPON BY THE OWNER IN AWARDING -1 HE CON'I RACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE, Ti 1E I.:�I :>CC]vE_RY c:)F ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE 1311..)DER'S QUALIFICATIONS TO PERFORM UNDER T Ht. CONTRACT SHALL CAUSE THE OWNER TO REJEC: i 'T"HE PROPOSAL, AND iF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. 1 (Si`gnature) :4 ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County ofOn this the day of . � :''�:, �.,�x t , 2002, before me, the undersigned Notary Public of the Statc, of Florida, personally appeared and (NanTe(s) of individuai(s) who appeared before notary) whose name(s) Ware Subscribed to within the instrurnent, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTA4�Y PUBLIC, STATE OF FLORIDA NOTARY PUBLIC 4:� i,�vN;;.;Y 7E/�t_ OF OFFICE: �' vi'axt]uzi::siou�]]J9(l31.r1� !�-•��<'�_f.•-1� �;� �?-���,:.� r�, (Name of Notary Public: Print, 60i"(1[5m; . x, gS„- 4:tcarnp. or Type as Commissioned) 0 Personally known to me, or 11'Produced identification: (Type of Identification Produced) O DID take an oath, or Q DID NOT take an oath . . .. . .. .......................... . ..... . ... . .... . . ....... . REFERENCES Please list name, of government agency or private firm(s) with whorn you have done business within the past five years: Your Company Name . . ........ ..... Address City State zip Phone/Fax Agency/Firm Name* Address �ity State zip Phone/Fax Cc Name Agency/Firm Name: Address City ',-.,late Zip Phone/Fax t Name gency/Firm Name: Address ------------ City slate Zip Phone/Fax r 7 Contact Name 1 . Agency/Firm Name: 6 .... . Address ("itv "late Zip Phone/Fax Contact Name Agency/Firin Name: Address City State .dip Phone/Fax Contact Name P9 TEMP RESO 10262 f r � City of Tamarac EXHIBIT 2 o R a o "Committed to Excellence... Always" Pvrc hosing and Contracts Division September 11, 2003 r-) 2 Joe Collins CZ �n :J'. a Bid Coordinator UAP Timberland LLC r`' , } ' gI0407 Central Park Drive-10 n Sanford FL 32771� RE: Bid 03-01 B Renewal N cT Dear Mr. Collins: The City's bid with your company, Bid 03-01 B, "Aquatic, Ornamental and Turf Herbicides", will expire on December 31, 2003. The terms of Special Conditions, Item 1. Purpose of Bid, state "The City reserves the right to extend the contract for two (2) additional two (2) year periods providing all parties agree to the extension, and all of the terms conditions, and spec'rfications remain the same". The City wishes to exercise the first renewal option, for the period January 1, 2004 through December 31, 2005. Please indicate whether your company agrees to this renewal by checkin. i the appropriate box below. Please sign and date and return an original document to the F urchasing Office no later than September 30, 2003. Upon approval by the City Commissk n, a copy of the City Resolution authorizing the renewal will be sent to you for your records. If you have any questions, please do not hesitate to contact me at 954-724-2450. Sincerely, 1; —1 12 James Nicotra, CPPB Interim Purchasing and Contracts Manager I hereby agree to the first renewal option of Bid 03-01 B for the term t 11/01 /2004 through 12/31/2005 under the same terms and conditions. ❑ 1 am unable to agree to the first renewal option of Bid 03-01B under the same terms and conditions. r.,llaa• i ate, S nature -- - Date - 7525 NW 88th Avenue ■ Tomorae, Fiorido 33321-2401 ■ (954) 724-2450 ■ Fox (954) 724.2401; ■ www.tomarac.org Equol Opportunity Employer a OIF T44 U 9C1 t ORI Purchasing and Contracts Division September 11, 2003 Stephanie Linton Government Account Manager Prosource One PO Box 200 Plymouth FL 32768 RE: Bid 03-01 B Renewal Dear Ms. Linton: City of Tamarac "Committed to Excellence... Always" The City's bid with your company, Bid 03-01 B, "Aquatic, Ornamental and Turf Herbicides", will expire on December 31, 2003. The terms of Special Conditions Item 1. Purpose of Bid, state "The City reserves the right to extend the contract for two (2) additional two (2) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same". The City wishes to exercise the first renewal option, for the period January 1, 2004 through December 31, 2005. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign and date and return an original document to the Purchasing Office no later than September 30, 2003. Upon approval by the City Commission, a copy of the City Resolution authorizing the renewal will be sent to you for your records. If you have any questions, please do not hesitate to contact me at 954-724-2450. Sincerely, James Nicotra, GPPB Interim Purchasing and Contracts Manager I hereby agree to the first renewal option of Bid 03-01 B for the term 01/01/2004 through 12/31/2005 under the same terms and conditions. I am unable to agree to the first renewal option of Bid 03-01 B under the same terms and condition Signat re Dat 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer City of Tamarac "Committed to Excellence... Always" Purchasing and Contracts Division September 11, 2003 James Boggs Account Manager Helena Chemical Co. PO Box 1758 Dade City FL 33526 RE: Bid 03-01 B Renewal Dear Mr. Boggs: The City's bid with your company, Bid 03-01 B, "Aquatic, Ornamental and Turf Herbicides", will expire on December 31, 2003. The terms of Special Conditions Item 1. Purpose of Bid, state "The City reserves the right to extend the contract for two (2) additional two (2) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same". The City wishes to exercise the first renewal option, for the period January 1, 2004 through December 31, 2005. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign and date and return an original document to the Purchasing Office no later than September 30, 2003. Upon approval by the City Commission, a copy of the City Resolution authorizing the renewal will be sent to you for your records. If you have any questions, please do not hesitate to contact me at 954-724-2450. Sincerely, James Nicotra, CPPB Interim Purchasing and Contracts Manager I hereby agree to the first renewal option of Bid 03-01 B for the term 01/01/2004 through 12/31/2005 under the same terms and conditions. ❑ I am unable to agree to the first renewal option of Bid 03-01 B under the same terms and conditions. 2/, Ig ure Date 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer