Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (88)Temp. Reso. #9732 Page 1 March 12, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-088 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02- 12B "FURNISH & DELIVER PRINTED MATERIALS" FOR A TWO YEAR PERIOD WITH TWO ADDITIONAL TWO YEAR RENEWAL OPTIONS TO THE FOLLOWING COMPANIES: A PLUS PRINTING, DIAMOND PRINTING, EXECUTIVE PRINTERS, INTERTEC INDUSTRIES, THE PRINTING MART, SUNCOAST MARKETING, AND UNITED BUSINESS FORMS, FOR PROVIDING CITYWIDE PRINTING SERVICES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac requires printed materials to properly function within each department, and implementing a standard for printed materials will reduce costs, guarantee quality, provide better cost controls, and increase savings; and WHEREAS, the City of Tamarac publicly advertised Bid No. 02-123B for citywide printing services on January 20, 2002 and January 27, 2002; and WHEREAS, on February 13, 2002, eight (8) bids were received and reviewed in order to determine the lowest responsive and responsible bidders per the bid specifications and bid tabulation attached hereto as "Exhibit 1 "; and WHEREAS, funding is available for said purpose within each department's operating funds; and Temp. Reso. #9732 Page 2 March 12, 2002 WHEREAS, it is the recommendation of the Purchasing and Contracts Manager that Bid #02-12B be awarded to the seven (7) lowest responsive and responsible bidders listed in the bid tabulation and further identified in Exhibit "2"; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the award of Bid # 02-12B for the furnishing and delivery of printed materials to the seven (7) lowest responsive and responsible bidders. 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 # 02-12B to the seven (7) lowest responsive and responsible bidders, A Plus Printing, Diamond Printing, Executive Printers, Intertec Industries, The Printing Mart, Suncoast Marketing, and United Business Forms fora period of two years with two additional two year renewal options is HEREBY approved. 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. �-] 1 1 1 SECTION 5 passage and adoption. Temp. Reso. #9732 Page 3 March 12, 2002 This Resolution shall become effective immediately upon its PASSED, ADOPTED, AND APPROVED this 26th day of March, 2002. ATTEST: MARION-SENSON, CMC CITY CLERK I HEREBY CERTIFY that I ha ,"pproved this R S LUilON as to form. ITCHELL,/S. CITY ATTO RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Aye., DIST 1: V/M. PORTNER 6yg DIST 2: COMM. MISHKIN Aye/ DIST 3: COMM. SULTANOF_AlyPi DIST 4: COMM. ROBERTS fiver 71\= V �11/ \11 V \v/ TEMP RESO #9732 EXHIBIT INVITATION TO BID R1 BID #02-12B FURNISH & DELIVER PRINTED MATERIALS City of Tamarac Purchasing Division to 7525 NW 88 Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 A 1\ * A\ 7� A 'W /\ \W`� •w ',%�A, 'w /\ 'w /\ w'/� \*i A \*I A '. i1,4 N \.� A \w /� I* /\ 'W/1 I w 1A, w A� w /', * BID NO.02-12B FURNISH & DELIVER PRINTED MATERIAL TABLE OF CONTENTS INVITATIONTO BID.....................................................................................................2 INSTRUCTIONS TO BIDDERS.....................................................................................4 GENERAL TERMS AND CONDITIONS........................................................................4 1. SUBMISSION OF THE BID: ............................................................................... 4 2. BONDING...........................................................................................................4 3. WITHDRAWAL OF BID......................................................................................5 4. PUBLIC ENTITY CRIMES STATEMENT............................................................5 5. NON -COLLUSIVE AFFIDAVIT........................................................................... 5 6. QUANTITIES......................................................................................................5 7. PRICES, PAYMENTS AND DISCOUNTS.......................................................... 5 8. DELIVERY.......................................................................................................... 5 9. BRAND NAMES..................................................................................................6 10. SAMPLES AND DEMONSTRATIONS................................................................6 11. CONDITIONS OF MATERIALS.......................................................................... 6 12. COPYRIGHTS OR PATENT RIGHTS................................................................ 6 13. SAFETY STANDARDS.......................................................................................6 14. PERFORMANCE................................................................................................ 6 15. DEFAULT...........................................................................................................6 16. TERMINATION FOR CONVENIENCE OF CITY ................................................ 7 17. ASSIGNMENT.................................................................................................... 7 18. EMPLOYEES......................................................................................................7 19. TAXES................................................................................................................ 7 20. BID PREPARATION EXPENSE......................................................................... 7 21. OMISSION OF DETAILS....................................................................................7 22. INSURANCE REQUIREMENTS.........................................................................8 23. INDEMNIFICATION............................................................................................9 24. CLARIFICATION TO TERMS AND CONDITIONS ............................................. 9 25. BID TABULATION..............................................................................................9 26. RECORDS/AUDITS..........................................................................................10 SPECIALCONDITIONS ..............................................................................................16 pF TAgj9 ID City of Tamarac mnance uepartment, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org INVITATION TO BID BID NO. 02-12B 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, February 13, 2002 at 2:00 p.m., at which time bids will be publicly opened and announced for: FURNISH & DELIVER PRINTED MATERIALS 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 fixed prices for the City's printed materials for an initial two (2) year period from approximately March 13, 2002 through March 12, 2004, with the option to renew for two (2) additional two (2) year periods. 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. 02-12B, Furnish & Deliver Printed Materials, opening on Wednesday, February 13, 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 documents will be available for review and may be obtained from the Purchasing Office at the above address upon a non-refundable payment of twenty five dollars ($25.00) per set for each bid. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450. Anne M. 1odat4o,PiBg__ Senior Buyer Publish Sun -Sentinel: Sunday, 1/20/2002 and Sunday, 1/27/2002. Equal Opportunity Employer INSTRUCTIONS TO BIDDERS BID NO.02-12B FURNISH AND DELIVER PRINTED MATERIALS 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, February 13, 2002, 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 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 (blue forms only) 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. 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Bid. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Bid. 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 to be 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. 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 days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with priorwritten 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 required by the City's Risk 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 Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability Workers' Compensation & Employer's Liability $1,000,000 $1,000,000 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 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 a faxed copy. 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. SPECIAL CONDITIONS BID NO. 02-12B Furnish & Deliver Printed Materials 1. PURPOSE OF BID: To obtain fixed prices for the City's printed materials for an initial two (2) year period from approximately March 13, 2002 through March 12, 2004. The City reserves the right to renew this agreement for two (2) additional two (2) year periods subject to the vendors acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. All prices, terms and conditions shall remain firm for the initial period of the contract and for any renewal period. It is the intent of the City to award this bid to the lowest responsible and responsive bidders. 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. The City of Tamarac also reserves the right to terminate this Agreement for any reason or no reason. 2. REQUIREMENTS: Bidders must satisfy the following requirements to be considered responsive. • All items quoted must be as per the specifications listed within this bid package unless otherwise mutually agreed upon. • All items must be printed with laser proof ink unless otherwise noted within the specifications. • Vendor must be available for consultation and visits with each of the City's departments when requested. • All orders must be delivered to department within two (2) weeks after final approved proof, unless otherwise agreed upon. • Prices must include all freight and delivery charges to the department or delivery location. • Deliveries must be made between 8:30 AM and 3:30 PM, unless otherwise agreed upon. • Proofs may be sent via fax ONLY WITH THE USING DEPARTMENTS PERMISSION. If faxed proofs are unacceptable by the department, proofs will be delivered to the department at NO COST. • ALL PHOTOS/ARTWORK/MEC HAN I CALS ETC. ENGENDERED AS A RESULT OF THIS CONTRACT REMAINS THE PROPERTY OF THE CITY OF TAMARAC AND MUST BE RELINQUISHED TO THE CITY UPON REQUEST. Prices on all paper must be held firm for the period of the contract. • City of Tamarac will not pay for any overruns. • Initial set up charges, such as artwork, typesetting, plates and negative charges MUST be included in the Bid proposal. 3. SPECIFICATIONS: The following list of printed materials represents the items and quantities previously purchased by the City. Quantities shown are estimates only. No guarantee 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. 02-12B Bid Tabulation Furnish/Deliver Printed Materials ITEM QUANTITY A Plus Printing Diamond Printing Executive Printers Intertec Industries XG Group Printing Mart Suncoast Marketing United Bus. Forms How to Do Business Pamphlet 500 $480.00 $562.80 $583.00 $157.00 $741.22 $579.00 $605.00 $355.00 1,000 $540.00 $651.70 $625.00 $275.00 $778.20 $694.00 $345.34 $400.00 2,500 $690.00 $905.00 $736.00 $625.00 $894.62 $985.00 $968.00 $530.00 Total $1,710.00 $2,119.50 $1,944.00 $1,057.00 $2,414.04 $2,268.00 $1,918.34 $1,285.00 Employment Apps 1,000 $100.00 $115.00 $128.00 $110.00 $292.25 $115.00 $165.00 $132.00 2,500 $180.00 $182.50 $159.00 $235.00 $369.02 $225.00 $372.55 $240.00 5,000 $310.00 $329.00 $251.00 $430.00 $507.55 $368.00 $641.70 $420.00 Total $590.00 $626.50 $538.00 $775.00 $1,168.82 $708.00 $1,179.25 $792.00 Maximum Occupancy 500 $150.00 $145.00 $157.00 $69.00 $242.28 $72.00 $231.92 $139.00 1,000 $185.00 $215.00 $193.00 $135.00 $272.91 $119.00 $280.32 1 $179.00 2,500 $255.00 $354.00 $294.00 $315.00 $367.31 $246.00 $443.65 $285.00 Total $590.00 $714.00 $644.00 $519.00 $882.50 $437.00 $955.89 $603.00 Stop Work Orders 1,000 $80.00 $102.50 $106.00 $75.00 $178.67 $88.00 $212.66 $94.00 2,500 $170.00 $179.50 $182.00 $180.00 $286.50 $210.00 $394.10 $204.00 5,000 $315.00 $345.00 $300.00 $325.00 $465.08 $398.00 $664.40 $390.00 Total $565.00 $627.00 $588.00 $580.00 $930.25 $696.00 $1,271.16 $688.00 Unsafe Building 500 $60.00 $41.00 $96.00 $56.95 $90.96 $73.00 $158.96 $50.00 1,000 $130.00 $67.70 $158.00 $79.65 $119.83 $172.00 $190.66 $82.00 2,500 $240.00 $145.00 $260.00 $115.00 $208.24 $328.00 $337.35 $169.00 Total $430.00 $253.70 $514.00 $251.60 $419.03 $573.00 $686.97 $301.00 Fitness Membership 1,000 $50.00 $30.00 $69.00 $53.95 $107.15 $21.00 $62.67 $37.00 2,500 $90.00 $43.00 $79.00 $71.00 $120.67 $30.00 $120.67 $63.00 5,000 $150.00 $61.00 $98.00 $105.00 $142.06 $45.00 $206.67 $89.00 Total J $290.00 $134.00 $246.00 $229.95 $369.88 $96.00 $390.01 $189.00 Senior Membership 1,000 $35.00 $30.00 $58.00 $29.99 $107.15 $19.00 $36.00 $20.00 2,500 $65.00 $43.00 $67.00 $56.50 $120.67 $28.00 $95.33 $53.00 5,000 $110.00 $61.00 $82.00 $89.50 $142.06 $43.00 1 $156.00 $76.00 Total $210.00 $134.00 $207.00 $175.99 $369.88 $90.00 $287.33 $149.00 Occupation License Mailers 1,000 No bid No bid No bid No bid No bid No bid No bid No bid 2,500 No bid No bid No bid No bid No bid No bid No bid $900.65 5,000 No bid $1,325.00 No bid No bid No bid No bid $1,194.40 $939.00 Total No bid $1,325.00 No bid No bid No bid No bid $1,194.40 $939.00 Occupation License Renewals 1,000 No bid No bid No bid No bid No bid No bid No bid No bid 2,500 No bid No bid No bid No bid No bid No bid No bid $1,298.60 5,000 No bid $2,256.00 No bid No bid No bid No bid $2,508.65 $1,475.70 Total No bid $2,256.00 No bid No bid No bid No bid $2,508.65 $1,475.70 Building Permits 1,000 No bid $336.00 $499.00 No bid No bid No bid $258.54 $245.00 2,500 No bid $366.00 $646.00 No bid No bid No bid $396.85 $310.45 5,000 No bid $428.00 $890.00 No bid No bid No bid $568.55 $425.00 Total No bid $1,130.00 $2,035.00 No bid No bid No bid $1,223.94 $980.45 Inspection Reports 5,000 No bid $665.00 $902.00 No bid $605.00 No bid $410.30 $463.35 10,000 No bid $1,005.00 $935.00 No bid $865.00 No bid $616.80 $683.40 25,000 No bid $2,105.00 $1,865.00 No bid $1,525.00 No bid $1,236.75 $1,543.45 Total No bid $3,775.00 $3,702.00 No bid $2,995.00 No bid $2,263.85 $2,690.20 Code Enforcement Courtesy 1,000 $190.00 $184.63 $212.00 $63.50 $428.33 $82.00 $363.00 $145.00 2,500 $330.00 $377.00 $311.00 $150.50 $635.48 $168.00 $620.33 $269.00 5,000 $550.00 $710.00 $462.00 $295.50 $1,017.32 $281.00 $805.35 $440.00 Total $1,070.00 $1,271.63 $985.00 $509.50 $2,081.13 $531.00 $1,788.68 $854.00 Occupational License Courtesy 1,000 $190.00 $184.63 $212.00 $63.50 $428.33 $82.00 $363.00 $145.00 500 $330.00 $377.00 $311.00 $150.50 $635.48 $168.00 $622.90 $269.00 [15,000 $550.00 $710.00 $462.00 $295.50 $1,017.32 $281.00 $810.50 $440.00 Total $1,070.00 $1,271.63 $985.00 $509.50 $2,081.13 $531.00 $1,796.40 $864.00 Utility Representative Visit 1,000 $160.00 $207.50 $205.00 $98.95 $384.81 $90.00 $377.49 $133.00 2,500 $330.00 $463.75 $318.00 $186.63 $576.51 $180.00 $551.98 $256.00 5,000 $510.00 $885.50 $491.00 $355.00 $933.34 $332.00 $811.00 $495.00 Total $1,000.00 $1,556.75 $1,014.00 $640.58 $1,894.66 $602.00 $1,740.47 $884.00 Water Meter Shut-off Notice 1,000 $70.00 $62.00 $147.00 $74.25 $228.66 $57.00 $234.44 $86.00 2,500 $110.00 $100.00 $188.00 $103.95 $337.28 $84.00 $366.65 $155.00 5,000 $180.00 $165.00 $250.0 1 $202.00 $514.96 1 $148.00 $575.30 $288.00 Total $360.00 $327.00 $585.00 1 $380.20 $1,080.90 1 $289.00 1 $1,176.39 $529.00 Udrive/2002 Bids/02-12B Printing/Bid Tab by Totals 02-12B 3/13/02 02-12B Bid Tabulation Furnish/Deliver Printed Materials ITEM QUANTITY A Plus Printing Diamond Printing Executive Printers Intertec Industries JKG Group Printing Mart Suncoast Marketing United Bus. Forms City Manager #10 Envelopes 1,000 $170.00 $109.17 $165.00 $118.50 $222.84 $105.00 $185.35 $159.00 2,500 $290.00 $253.75 $294.00 $290.00 $344.13 $225.00 $310.55 $265.00 5,000 $500.00 $492.28 $496.00 $498.00 $545.16 $411.00 $564.70 $442.00 Total $960.00 $855.20 $955.00 $906.50 $1,112.13 $741.00 $1,060.60 $866.00 City of Tamarac #10 Envelopes 1,000 $50.00 $29.00 $83.00 $40.00 $104.42 $63.00 $70.04 $46.00 2,500 $90.00 $69.50 $130.00 $85.00 $144.91 $105.00 $122.85 $91.00 5,000 $150.00 $133.75 $202.00 $145.00 $211.28 $173.00 $182.35 $135.00 Total $290.00 $232.25 $415.00 $270.00 $460.61 $341.00 $375.24 $272.00 City of Tamarac #10 Windows 1,000 $35.00 $30.00 $68.00 $42.00 $108.47 $46.00 $63.50 $52.00 2,500 $86.00 $71.50 $115.00 $95.00 $154.27 $92.00 $123.20 $99.00 5,000 $136.00 $138.75 $188.00 $160.00 $229.51 $167.00 $182.55 $151.00 Total $257.00 $240.25 $371.00 $297.00 $492.25 $305.00 $369.25 $302.00 Utility Window Envelopes 250,000 $4,750.00 $5,231.25 $5,650.00 $4,625.00 $5,390.00 $5,625.00 $4,417.50 $4,910.00 Utility Return Payment Envelopes 250,000 $3,600.00 $4,462.50 $5,114.00 $4,640.00 $4,626.00 $4,965.00 $3,817.50 $4,140.00 Electrical Permit Apps. 1,000 $160.00 $138.50 $210.00 $137.00 $257.00 $159.00 $178.99 $182.00 2,500 $360.00 $336.42 $433.00 $334.50 $446.00 $337.00 $361.23 $355.60 5,000 $680.00 $662.48 $757.00 $619.00 $745.00 $598.00 $627.40 $571.20 Total $1,200.00 $1,137.40 $1,400.00 $1,090.50 $1,448.00 $1,094.00 $1,167.62 $1,108.80 Mechanical Permit Apps. 1,000 $160.00 $138.50 $210.00 $137.00 $257.00 $159.00 $178.99 $182.00 2,500 $360.00 $336.42 $433.00 $334.50 $446.00 $337.00 $361.23 $355.60 5,000 $680.00 $662.48 $757.00 $619.00 $745.00 $598.00 $627.40 $571.20 Total $1,200.00 $1,137.40 $1,400.00 $1,090.50 $1,448.00 $1,094.00 $1,167.62 $1,108.80 Plumbing Permit Apps. 1,000 $160.00 $138.50 $210.00 $137.00 $257.00 $159.00 $178.99 $182.00 2,500 $360.00 $336.42 $433.00 $334.50 $446.00 $337.00 $361.23 $355.60 5,000 $680.00 $662.48 $757.00 $619.00 $745.00 $598.00 $627.40 $571.20 Total $1,200.00 $1,137.40 $1,400.00 $1,090.50 $1,448.00 $1,094.00 $1,167.62 $1,108.80 Building Permit Apps. 1,000 $160.00 $138.50 $210.00 $137.00 $257.00 $159.00 $178.99 $182.00 2,500 $360.00 $336.42 $433.00 $334.50 $446.00 $337.00 $361.23 $355.60 5,000 $680.00 $662.48 $757.00 $619.00 $745.00 $598.00 $627.40 $571.20 Total $1,200.00 $1,137.40 $1,400.00 $1,090.50 $1,448.00 $1,094.00 $1,167.62 $1,108.80 Critique Sheets 1,000 $90.00 $71.12 $100.00 $66.50 $159.00 $108.00 $148.50 $94.00 2,500 $190.00 $167.80 $211.00 $165.00 $243.00 $213.00 $293.35 $188.00 5,000 $340.00 $325.60 $395.00 $325.00 $386.00 $354.00 $403.30 $356.00 Total $620.00 $564.52 $706.00 $556.50 $788.00 $675.00 $845.15 $638.00 Change of Status Forms 1,000 $170.00 $163.50 $319.00 $165.50 $355.00 $182.00 $248.08 $193.00 2,500 $350.00 $396.25 $645.00 $420.25 $676.00 $392.00 $416.10 $387.40 5,000 $640.00 $777.50 $1,165.00 $820.10 $1,193.00 $705.00 $746.70 $650.35 Total $1,160.00 $1,337.25 $2,129.00 $1,405.85 $2,224.00 $1,279.00 $1,410.88 $1,230.75 Late Fee Notice 1,000 $65.00 $59.80 $103.00 $150.00 $148.50 $95.00 $110.00 $78.00 2,500 $120.00 $135.62 $183.00 $315.00 $225.00 $181.00 $268.15 $160.00 5,000 $190.00 $261.42 $320.00 $610.00 $356.50 $301.00 $374.45 $300.00 Total $375.00 $456.84 $606.00 $1,075.00 $730.00 $677.00 $752.60 $538.00 Activity Registration Forms 1,000 $130.00 $108.50 $144.00 $90.10 $201.00 $145.00 $178.99 $128.00 2,500 $290.00 $261.42 $317.00 $220.10 $345.00 $301.00 $325.40 $290.65 5,000 $500.00 $512.48 $606.00 $410.10 $586.00 $528.00 $473.95 $506.85 Total $920.00 $882.40 $1,067.00 $720.30 $1,132.00 $974.00 $978.34 $925.50 Backflow Prevention Forms 1,000 $130.00 $108.50 $144.00 $90.10 $201.00 $145.00 $178.99 1 $128.00 2,500 $290.00 $261.42 $317.00 $220.10 $345.00 $301.00 $325.40 $290.65 5,000 $500.00 $512.48 $606.00 $410.10 $586.00 $528.00 $473.95 $506.85 Total $920.00 $882.40 $1,067.00 $720.30 $1,132.00 $974.00 $978.34 $925.60 Water Service Waiver Forms 1,000 $90.00 $71.12 $100.00 $66.50 $158.50 $108.00 $148.50 $94.00 2,500 $190.00 $167.80 $211.00 $165.00 $243.00 $213.00 $293.35 $188.00 5,000 $340.00 $325.60 $395.00 $325.00 $385.50 $355.00 $403.30 $356.00 Total $620.00 $564.52 $706.00 $556.50 $787.00 $676.00 $845.15 $638.00 City of Tamarac Utility Invoices 50,000 No bid No bid $1,479.00 $1,347.00 $2,112.00 No bid $737.50 $840.00 100,000 No bid No bid $2,419.00 $2,622.00 $3,362.00 No bid $1,305.00 $1,485.00 250,000 No bid No bid $5,242.00 $6,283.00 $7,406.00 No bid $3,012.50 $3,425.00 Total No bid No bid $9,140.00 $10,252.00 $12,880.00 No bid $5,055.00 $5,750.00 Uddve/2002 Bids/02-12B Printing/Bid Tab by Totals 02-12B 2 3/13/02 BID NO.02-12B SECTION TWO: PAMPHLETS Bid Specification and Price Form ITEM #1 DESCRIPTION u �� How To Do Business Pamphlets 8 '/2 x 14, 24#, 94 brightness, bright white, printed full color, 2-sided, 4-fold, as per sample attached. BID PRICE QUANTITY $ ��� , O C) 500 pamphlets $ +oo ao 1,000 pamphlets__ $ E 3a 00 2,500 pamphlets INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM Ej Company Name l Signature 13 ITEM #2 Employment Applications BID NO.02-12B SECTION THREE: APPLICATIONS Bid Specification and Price Form DESCRIPTION 11 x 17 folded to 8 % x 11, 60# ivory stock, black ink, two-sided each page, as per sample attached. BID PRICE QUANTITY S 2 g, oo 1,000 applications $ / S"9. OD 2,500 applications $ 25).00 5,000 applications INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: �NO BID ON THIS REM xeevriyE PRoorAs of fk# Company Name Signature 14 BID NO.02-12B SECTION FOUR: BUILDING NOTICES Bid Specifications and Price Forms ITEM #3 1 DESCRIPTION 8 x 10'/z 80# card stock, gloss white front w/red Maximum Occupancy Placards border, black/red ink, one-sided, as per sample attached. BID PRICE QUANTITY $ 500 placards $ ll p o 1,000 placards $ 5�6 , ©d 2,500 placards INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM ❑ Comp y Name Signature 15 ITEM #4 BID NO.02-12B SECTION FOUR: BUILDING NOTICES Bid Specifications and Price Forms DESCRIPTION 8 Y2 x 11 60# card stock, red, black ink, one-sided, Stop Work Orders perforation at bottom 1/3 of sheet, as per sample attached. BID PRICE QUANTITY $ 00 1,000 placards $ g0. O D 2,500 placards $ 5,000 placards INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Ne atives "Typesetting $ 1 Films $ "Other:. —specify: NO BID ON THIS ITEM Company Name Signature 16 ITEM #5 BID NO.02-12B SECTION FOUR: BUILDING NOTICES Bid Specifications and Price Forms DESCRIPTION Unsafe Building Notices I1/2$ x 11 60# card stock, red, black ink, one-sided, as per sample attached. BID PRICE QUANTITY $ 5 eoq S 500 placards $ 11 Cl . 6 s 1,000 placards is I k S . po 2,500 placards INITIAL SET-UP CHARGEWSPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM Company Name Signature 17 BID NO.02-12B SECTION FIVE: MEMBERSHIP CARDS Bid Specifications and Price Forms ITEM #6 DESCRIPTION 3'/2 x 2 (business card sized), 60# card stock, Fitness Membership Cards orange, black ink, two-sided, as per sample included in document pocket attached herein. BID PRICE QUANTITY $ 02 A v C 1,000 cards $ 3 D • e a 2,500 cards $ .�', 00 5,000 cards INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesettin $ Films $ Other —specify: INO BID ON THIS ITEM 1:11 Company N e g - Signature 18 ITEM #7 BID NO.02-12B SECTION FIVE: MEMBERSHIP CARDS Bid Specifications and Price Forms DESCRIPTION 3'/Z x 2 (business card sized), 60# card stock, blue, Senior Program Membership Cards black ink, one-sided, as per sample included in document pocket attached herein. BID PRICE QUANTITY $ % , O o 1,000 cards $ oZ 8 a o 2,500 cards $ 43, D o 5,000 cards INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesettin $ Films $ Other — specify: INO BID ON THIS ITEM F3 Company Name Signature 19 BID NO. 02-12B SECTION SIX: CONTINUOUS FEED FORMS Bid Specifications and Price Forms ITEM #8 1 DESCRIPTION 11 x 5 '/Z continuous feed, 3 part: parts 1 & 2 are Occupational License Mailers 16# white NCR; part 3 is 24# white NCR, printed in process blue on front only, as per sample attached. BID PRICE QUANTITY $ /k/0 -L� 14- 1,000 forms $ qa0%� 2,500 forms $ 5 9. 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other - specify: NO BID ON THIS ITEM 1:1 Company Name ��,l- Signature 20 BID NO. 02-12B SECTION SIX: CONTINUOUS FEED FORMS Bid Specifications and Price Forms ITEM #9 1 DESCRIPTION 11 x 5 Y2 continuous feed, 3-part NCR: parts 1 & 2 Occupational License Renewal are 16# white NCR; part 3 is 24# white NCR, Mailers printed in process blue on front only, as per sample attached. BID PRICE QUANTITY $ 1 10 'b 1,000 forms $ 12, 7 E • 2,500 forms �1 U $ 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM 11. Li - �51 � Company Name Signature 21 BID NO. 02-12B SECTION SIX: CONTINUOUS FEED FORMS Bid Specifications and Price Forms ITEM #10 DESCRIPTION 9'/2 x 17 Continuous feed, 100# white tag, 2-sided, Building Permits black ink, scoring for 7-5/8 over 9-5/8, as per sample attached. BID PRICE QUANTITY $� . OG 1,000 forms $ C) • 2,500 forms A J cjv $ � 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesettin $ Films $ Other — specify: INO BID ON THIS ITEM ❑ IJ.8, Inc Company Name Signature 22 BID NO.02-12B SECTION SIX: CONTINUOUS FEED FORMS Bid Specifications and Price Forms ITEM #11 DESCRIPTION } 6'2 ,7' x 11 Continuous feed, 2-part NCR, Inspection Reports 16# white/33# white, red ink, as per sample attached. STu$S BID PRICE QUANTITY $ 92.0 //L1 5,000 forms $ �. /�► 10,000 forms $ % 25,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ NC. Set-up charge $ INC . Plates $ IN C . Negatives $ 1A)C, Typesetting $ /itic. Films $ /NC . Other — specify: 1-r,2E�617_ NO BID ON THIS ITEM ❑ Suir/CD�lilsl- IW&7Nk Company Name Signature 23 BID NO.02-12B SECTION SEVEN: DOOR HANGERS Bid Specifications and Price Forms ITEM #12 Code Enforcement Courtesy Notices DESCRIPTION 3 '/2 x 8 '/2 2-part NCR, ink, 2-sided, doorknob attached. 16# white/60# ivory, black cut-out, as per sample BID PRICE QUANTITY $ C) 1,000 hangers $ SO • S a 2,500 hangers $ aq s . S O 5,000 hangers INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting Films $ Other — specify: NO BID ON THIS ITEM Company Name Signature 24 BID NO. 02-12B SECTION SEVEN: DOOR HANGERS Bid Specifications and Price Forms ITEM #13 I DESCRIPTION V Occupational License Courtesy Notices 3 Y2 x 8 Y2 2-part NCR, 16# white/60# white, black ink, 2-sided, doorknob cut-out, as per sample attached. BID PRICE QUANTITY 3 • fl 1,000 hangers $ 15 0.50 2,500 han ers $ a9 5- 50 1 5,000 hangers INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-u charge $ Plates $ Ne atives $ Type ettin $ Films $ Other — specify: INO BID ON THIS ITEM Ell Company Name Signature 25 BID NO.02-12B SECTION SEVEN: DOOR HANGERS Bid Specifications and Price Forms ITEM #14 DESCRIPTION Utility Representative Visit Notices 4'/4 x 11 2-part NCR, 16# white/60# white, black ink, doorknob cut-out, as per sample attached. BID PRICE QUANTITY $ v o 1,000 hangers $ £1. a 2,500 hangers $ 3 3 z e o 5,000 hangers INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ T pesettin $ Films $ Other — specify: INO BID ON THIS ITEM 1:11 Company game Signature 26 BID NO.02-12B SECTION SEVEN: DOOR HANGERS Bid Specifications and Price Forms ITEM #15 DESCRIPTION ;w Water Meter Shut-off Notices 3 '/2 x 8 '/2, 40# pink, black ink, doorknob cut-out, as per sample attached. BID PRICE QUANTITY $ ��7. D 1,000 hangers $ Dv 2,500 hangers $ % g. o 0 5,000 hangers INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesettin $ Films $ Other — specify: INO BID ON THIS ITEM at� ;4. Company N me Signature 27 BID NO.02-12B SECTION EIGHT: ENVELOPES Bid Specifications and Price Forms ITEM #16 DESCRIPTION City Manager imprinted return address/black ink, City Manager #10 envelopes logo in process blue, Classic Crest Whitestone envelope, as per sample attached. BID PRICE QUANTITY $ /��'; de 1,000 envelopes $ 2,500 envelopes $ // 5,000 envelopes INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: INO BID ON THIS ITEM 1:1 Company Parne Signature 28 ITEM #17 BID NO. 02-12B SECTION EIGHT: ENVELOPES Bid Specifications and Price Forms DESCRIPTION City of Tamarac imprinted return address in City of Tamarac #10 Envelopes process blue ink, logo in shaded process blue, no window, as per sample attached. NOTE: ADD COPYRIGHT SYMBOL TO LOGO BID PRICE QUANTITY $ 9 v� 1,000 envelopes S 2,500 envelopes $ �S 5,000 envelopes INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other —specify: NO BID ON THIS ITEM DIAMOND PRINTING & LABEL, INC. 5405 NW 1 D2NDA/E. • SUITE 218 SUNRISE, FLORIDA 33351 Company Name Signature 29 BID NO.02-12B SECTION EIGHT: ENVELOPES Bid Specifications and Price Forms ITEM #18 1 DESCRIPTION Standard #10 Window Envelopes City of Tamarac imprinted return address, black ink, black shaded logo, as per sample attached. BID PRICE QUANTITY $ V 1,000 envelopes $ 2,500 envelopes $ 3 ��,- 5,000 envelopes INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates -Negatives $ Typesetting $ Films $ Other — specify: INO BID ON THIS ITEM ❑ DIAMOND PRINTING & LABEL, INC. 5405 NW 102NDAVE. • SUITE 218 SUNRISE, FLORIDA 33351 Company Name i Signature 30 BID NO.02-12B SECTION EIGHT: ENVELOPES Bid Specifications and Price Forms ITEM #19 DESCRIPTION Window Envelopes — for utility bills. Include in price cost to deliver #10 Standard white window envelopes, City of minimum quantity of 100,000 to: Tamarac imprinted return address, black ink, black Postal Center International shaded logo, as per sample attached. 3406 SW 26 Terrace Ft. Lauderdale, FL 33312 BID PRICE QUANTITY $ /%• 6 % 144 1 250,000 envelopes INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ /'VC. Set-up charge Is c . Plates $ IAK. Negatives $ /RUC - Typesetting $ A Films $ 1N Other — specify: /C C/4 /y INO BID ON THIS ITEM 1:11 Sy'VC040 1Jex-EF%/NG- , /,.yC . Company Name 31 Signature ITEM #20 BID NO. 02-12B SECTION EIGHT: ENVELOPES Bid Specifications and Price Forms DESCRIPTION Utility Return Payment Envelopes — for utility payments. Include in price cost to deliver minimum quantity of #9 white envelopes, imprinted with City of Tamarac 100,000 to: Utility Billing address, black ink, as per sample Postal Center International attached. 3406 SW 26 Terrace Ft. Lauderdale, FL 33312 BID PRICE QUANTITY $ �D& , 00 250,000 envelopes INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ T esettin $ Films $ Other —specify: NO BID ON THIS ITEM 1:1I / I'?j rf Company Name Signature 32 ITEM #21 }.. BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms Electrical Permit Applications DESCRIPTION 8 '/2 x 11 3-part, 2-sided NCR, white/canary/pink, black ink, as per sample attached. BID PRICE QUANTITY o 1,000 applications $ 2,500 applications $ G . Q p 5,000 applications INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM ❑ Company dame Signature 33 BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #22 DESCRIPTION Mechanical Permit Applications 8 '/2 x 11 3-part, 2-sided NCR, white/canary/pink, black ink, as per sample attached. BID PRICE QUANTITY $ 1O 1,000 applications $ 2,500 applications $ 619.00 1 5,000 applications INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up char e $ Plates $ Negatives $ T esettin $ Films $ Other —specify: INO BID ON THIS ITEM El IJoae tiT� Company Name Signature 34 BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #23 DESCRIPTION Plumbing Permit Applications 8 '/2 x 11 3-part, 2-sided NCR, white/canary/pink, black ink, as per sample attached. BID PRICE QUANTITY $ 1,000 applications $ 33�f • SD 2,500 applications $ G j q. 06 5,000 applications INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Ne atives $ T pesettin $ 1 Films $ I Other — specify: NO BID ON THIS ITEM 11, Company Name Signature 35 BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #24 Building Permit Applications DESCRIPTION 8 '/2 x 11 3-part, 2-sided NCR, white/canary/pink, black ink, as per sample attached. BID PRICE QUANTITY, $ 1,000 applications $ 33 2,500 applications $ 5,000 applications. INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM ❑ Company Name Signature 36 ITEM #25 BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms DESCRIPTION 8 '/z x 11 2-part NCR, 1-sided, white/canary, black Critique Sheets ink. Sample attached is a copy only; no actual NCR samples of this form are available. BID PRICE QUANTITY $ (06- S0 1,000 each $ 165-0 0 2,500 each $ 32S •0 d 5,000 each INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: [NO BID ON THIS ITEM El Company Name 37 Signature BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #26 1 DESCRIPTION 8Y2 x 11 4-part NCR, 1-sided, canary/white/ Change of Status Forms pink/goldenrod, black ink, as per sample attached. BID PRICE QUANTITY $ 120,00 1,000 applications $ 3Z—o , e,-v 2,500 applications $ 6 Y4'Go 5,000 applications INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Ne atives $ O , 00 4 %( Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM Company Name 38 Signature ITEM #27 f, Late Fee Notice BID NO.02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms DESCRIPTION 8'/2 x 5'/2 3-part NCR, 1-sided, white/canary/pink, black ink, as per sample attached. BID PRICE QUANTITY $ �00 1,000 forms $ 7v Q �a 2,500 forms $ 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ U/ r Typesetting $ Films $ Other — specify: �NO BID ON THIS ITEM 1:1 4 ::;, t CompAy Name Signature 39 BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #28 Activity Registration Forms DESCRIPTION 8'/2 x 11 3-part NCR, 1-sided, white/canary/pink, black ink, as per sample attached. BID PRICE QUANTITY $ 0.1 0 1,000 forms $ , I 2,500 forms $ y l 0.10 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-upchar e $ Plates $ Negatives $ T esettin $ Films $ Other — specify, FNO BID ON THIS ITEM ❑ ut, eA e c �wlwtuli1,..L J'l�ro Company Name Signature 40 BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #29 1 DESCRIPTION Backflow Prevention Assembly I 8'/2 x 11 3-part, 1-sided NCR, white/canary/pink, Field Test Report black ink, as per sample attached. BID PRICE QUANTITY $ 90.L6 1,000 forms $ 2.b • 10 2,500 forms $ 411b.10 1 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other — specify: NO BID ON THIS ITEM C Company Name 41 Signature BID NO. 02-12B SECTION NINE: NCR FORMS Bid Specifications and Price Forms ITEM #30 DESCRIPTION 81/2 x 11 2-part NCR, 1-sided white/canary, black Water Service Waiver Forms ink, as per sample attached. BID PRICE QUANTITY $ 6 • S 0 1,000 forms $ 5 - 0 0 2,500 forms $ 5,000 forms INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ Set-up charge $ Plates $ Negatives $ Typesetting $ Films $ Other —specify: �NO BID ON THIS ITEM ❑ Company Name Signature 42 . ► 1 BID NO.02-12B SECTION TEN: PERFORATED INVOICES Bid Specification and Price Form ITEM #31 zy# DESCRIPTION 8'/z x 'I imprinted with City logo and address City of Tamarac Utility Invoices in process blue, 2-sided, top 2/3 of front is blue, bottom 1/3 is white, micro -perforated at bottom 1/3, as per sample attached. BID PRICE QUANTITY $ 50,000 sheets $ 0S /L/ 100,000 sheets $ /2. () S 250,000 sheets INITIAL SET-UP CHARGES/SPECIFY TYPE OF SET-UP REQUIRED $ /l)C - Set-up charge $ /X)C. Plates $ IVC Negatives $ //t7 . Typesetting $ /oC. Films $ /) C Other — specify: ;Pe/(off NO BID ON THIS ITEM ❑ gC NCo4- 9 -7— /�Al,e/,1c=T/Wlr PVC - 43 TEMP RESO #9732 EXHIBIT "2" BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Submitted by: 8-e60-r &in 1i Ny (Bidder) �` 3 —G Z (Date) THIS BID IS SUBMITTED TO: *w City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 3 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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 L 4 ,,, 'GC , `L332// City, State, ZIP Contractor's License Number �� Authorized ignature Typed/Printed Name Ph , �s/ 3,22 �'21, Fes- �SY -312 -2K�'o Telephone & Fax Number O ,�3oo / ederal Tax ID# 4 BID NO. 02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name: _ ( eU4-f TERMS: % DAYS: NC f 3 D Delivery/completion: S / 0 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. 5 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of ��. 0'00' ) )ss. County of Q/'d p 5n ) /K / C� 06d ? , sr/-.-Y-f being first duly sworn, deposes and says that: 1. He/she is the <.f Wf17r , (Owner, Partner, Officer, Representative or Agent) of Gar 0?44V&'1--r the Offeror who 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 &Jnj 6.1�/� Printed Name er6-4 rY f Title s SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Florida County of &0 V I—/ V On this the// day of A yj , 2002, before me, the undersigned Notary Public of the State of Florida, personall appeared MEN (Name(s) of individuals) 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: JENNIE KREITZ EDEL Notary Public, State of Florida My comm. exp. Nov. 7, 2004 Comm. No. CC 978753 (Name of Notary Public: Print, Stamp, or Type as Commissioned) LA'Personally known to me, or ❑ Produced identification: A � (Type of Identification Produced) Q DID take an oath, or ❑ DID NOT take an oath L SECTION ONE, ATTACHMENT C 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 ❑ CORPORATIONS OTHER ❑ If "Other", Explain: -e - / 4,7,/( te - uthorized Signature T' e (4 f; l �/ . •, Name (Printed Or Typed) L�-- Federal Employer I.D./Social Security No. Address 5��- V -- ,3.,?-2 -2,?I- '- Tel p ne jSY —32--7 — 2106 al — Fax Number Contact Person ��� /Ca"o - SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company G of % / 7 7�/f Address Z74 fT City State Zip 22 Ell Telephone %- 3-9- % -- % 21JS Fax Number _9 �'j/ -- 32-22�d115 1. How many years has your organization been in business under its present name? -Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No 2�if Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ NoELIf Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No,sd If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes allo ❑ If yes, explain (date, service/project, bid title etc.) _ Pe C"/f-y D� / 5 . f- A4-r Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No K If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No,[ if yes, explain: 0 SECTION ONE, ATTACHMENT E 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 23 !-r— ,00e' Z,.�y—,32 7 —ei!56" 0/ ? ySo ;7 -2-2--- oho 0 /i' C 2s Xi E� </ �"� r/Ii'� L G l�S L 2 2 2 L /L,? LC<x. // < 6 4llc r,-r4' i� ZV " / / AC 10 SECTION ONE, ATTACHMENT 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, certify that this form complies fully with the above requirements. Authorized Signature Company Name 11 SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION I, fZe6 661 �/ (Name), the duly elected Secretary of G (Corporate Title), a corporation organized and existing under the laws oT the St9fe of _ rZZ do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT/ C'l•, `Yd( fri�f' (Name)", the duly elected ..f- Gefc y (Title of Officer) of � /2 c k. r �ii i A ���t (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this , 20 (SEAL) 91 day of Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 12 BID NO. 02-12B SECTION ONE, ATTACHMENT A Q `` BID FORMS Submitted by: �,c.• +..�c .�:� �r'. c�!�(Bidder) Z' lam' 0Z (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 3 BID NO. 02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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 14Authorize ignature ; �5 NLO 1 ()Z Nye- - 1 �, '� C�. , "A Address Typed/Printed Name �. FL City, State, ZIP Telephone & Fax Number �S-C. ,764169 Contractor's License Number Federal Tax ID# 4 BID NO. 02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name: C, TERMS: 7 % DAYS: I C Delivery/completion: 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. R, SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of )ss. County of c `)� ) being first duly sworn, deposes and says that: 1. He/she is the Ow er, Partner, Officer, Representative or Agent) of the Offeror who 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: Witness Witness By Printed Na e T�il 6 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Flea 1 County ofyy,-�j, �--�2002, before me, the undersigned Notary Public On this the E7day of �' 2 of the State of Florida, personally appeared PN\ L- � Ev Vic- e— 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: N.azi !UN * CC 830274: May 20, 2003velte680rd OCO• NOTARY PUBLIC, STATE OF LORIDA (Name of Notary Pu ic: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or [ErProduced identification: (Type of Identification Pro uced) VDID take an oath, or ❑ DID NOT take an oath SECTION ONE, ATTACHMENT C CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ If ;Egher", Exp*in: PARTNERSHIP ❑ CORPORATION X OTHER ❑ VP TitleVIC Company Name City/State/Zip TSvt- q�45- S e3-Z— Fax Number Name (Printed Or Typed) 6 (S - b9:1: Federal Employer I.D./Social Security No. Address q,.S-Ij- -S GA 0 Telephone A� G L,-- L�. Contact Person 93 SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company �C.. Address I o Z>c� br - �-I's City State Zip `j;,,,,,�,,,- , �,c _ Telephone 9 S ' - -- �- S (� Fax Number �/.5'`I - 7 - • 5 3 . 1. How many years has your organization been in business under its present name? "' -Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No [X If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No Of Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ NOX If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes KK No ❑ If yes, explain (date, service/project, bid ...I- _ 1 _ a Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No %If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ;KIf yes, explain: SECTION ONE, ATTACHMENT E 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 10 SECTION ONE, ATTACHMENT 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, y Z form complies fully with the above requirement . '1 Auth e_d Signature Company Name 11 SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of vi CQorpora Title), a corporation organized and existing under the laws of the State of do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. r "IT IS HEREBY RESOLVED T AT (Name)", the duly elect ; c���'S (Title of Officer) of (1 � c�l (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME_ (TITLE , N,a" , ILL iLl. 2y, C, 1, - Giv under my hand and the Seal of the said corporation this Z day of 20 (SEAL) By: _ Secretary Corp rate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Sand for the corporation has been properly empowered by the corporation to do so in its behalf. 12 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS G Submitted by: j5 'F-QJ T 1V' P000rcKei nFFt (Bidder) r 0- 1 (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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. 14030i #040 5, iyc- dgtq- �7`ECUirI VE ���r�5 0� ��oRap� Company Name ut orized Signature goo/ t�- k1, rJ1� A/C— J 0- Aglqf- GA2d Address Typed/Printed Name pt1F DLE1� �L 3 3 City, State, ZIP Telephone & Fax Number J. 0,1v2 10 .5""9- s� / s-99 Contractor's License Number Federal Tax ID# 4 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name: rYeatgrvc_ A, (Pe Ta2.5 6F FLoFzl PA - TERMS: % DAYS: NfT" 30 VAJS Delivery/completion: 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. R0 & w ©r( � 9- T - WILL 14oqr P0-(g(q,�cpMo(V%1C,14bj-�f 5 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of tl��" ) )ss. County of PA,i7 0-- ) P pl11 G/�12Dh/E to -- being first duly sworn, deposes and says that: / �iCc� 1. He/she is the it , (Owner, Partner, Officer, Representative or Agent) of CicEcur-/v— Rz(1Vr k-kf of FLoRiDA , the Offeror who 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: Wit ess 0 "am. - - Witbess Printed Name L' _9O Title SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT I ACKNOWLEDGMENT State of Florida County of /I IA-m 1 V06 - On this the 29 day of JA(404PI , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared sca - tqgve and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument�.andlielshE/ �. acknowledge that he/she/they executed it. ,,,OF Q, SONIA MAATINEZ NOTARY ? MY Comm Exp. 6/1512003 ' PUBLIC. r WITNESS my hand and official seal. No. CC846620 PAN Om« I D NOTARY PU IC, STATE OF FLORIDA ' NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, IStamp, 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 SECTION ONE, ATTACHMENT C CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION OTHER If "Other", Explain: Sp.. j�hlN� 67VIe PYE fv A tho ized Signature Name (Printed Or Typed) 45 © 5-9 - / 5- f., / ; 9 9 Title Federal Employer I.D./Social Security No. ri X15�,'0TlVr Ii I 0A* - S00 / �� w . 171 14V Company Name Address City/State/Zip llo,r,) ffff-7445 Fax Number (I D+ • VV �r �4 , Telephone Contact Person 8 SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Noeey jop_ee> ING . p13A Name of Company g4etV'r1Yr P(,NT E*-5 0r F4o<eo.4 Address y04/ H-kt , -74 /9-VE—` City State Zip /�'1�17LEyoi2(o�4— 3/� Telephone Fax Number (Vs- 1 How many years has your organization been in business under its present name? 2 S Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? Y0a81 Per- 5s 1NC- List former address(es) of that business (if any). 4. Are you Certified? Yes EK No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes P No ❑ If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ® No ❑ If yes, explain (date, service/project, bid title etc.) fig Ve 9#L 49+cYE-14 PC SERV ICE — PNoTb co #0Y cv a K- 1992P— 1199 Y-eAi2L-y ccNrleAer- 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No alf yes, explain: 10. Have you ever been debarred or suspended from doing business with an Y P 9 Y governmental entity? Yes ❑ No g If yes, explain: SECTION ONE, ATTACHMENT E 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 Fool H. W. I Lf City State Zip Mjg-: G L-GY F [• 33 / Phone/Fax (3oS) �B?``�333 -;3 Agency/Firm Name: J A►DK1 K � 4-- So c/� TES lAddress I Z.2 2 poNa a oc I Gm�W ai- vv . City State Zip C OR A A- Cr ROLES f �L 33 / 3 4 Phone/Fax If3ar) 4Y8- 8/J'T -- =I)c -t3a5- ,V,V y I_ Contact Name To F u-EN Agency/Firm Name: 41A gO 139DWO-RD CCU ary 14�rr1 Epft rAj E�7- Address ZY2I fS S,W (c . 4VA5. City State Zip 4 v L 33 /. 2G i 3 1 Phone/Fax 2Sa V "?- .- �,¢E! (2004417-5470q Contact Name n45,9 -1 2Lef-)ke-A LAgency/Firm Name: M C'/}2N�Y�c� G2t!/S �I��S �C-AS Address .3w S� h/ GV • !�?� f} v� City State Zip M / 4 M 1 33/ 7f " 2 IV-2-8- Phone/Fax (3dSi LfOG - $GGy - F y(,-36r> .5r99- $4.0'S/ Contact Name Agency/Firm Name: [Al✓ 'rIJ P, S a PE:2- S *vW Address ?L- L 1 y.s'o Al, F . / S S rya r.T City State Zip M I Jqt" I `L- 3 3 / G, J v/ Phone/Fax b � I � (3dS �9, '7'7! �A� 30x0 &3 -87f 3 Contact Name 1-2A NLF-r Agency/Firm Name: Address .,>' l D o S. W- (V,2 9ye City State Zip I rL. 33 /, S -30a 9 Phone/Fax 3 - 87G FAQ o3 Contact Name MOtil R PIAL ale 6-} s 10 SECTION ONE, ATTACHMENT 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 com lies fully with the above requirements. FM th rized Signature Company Name SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION I, Wn Q $ A G�}i2 DN��— (Name), the duly elected Secretary of ,(__Ae,eytNE P&,47ggs vx t24 (Corporate Title), a corporation organized and existing under the laws of the State of Fi ofetm- do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of fate said corporation. "IT IS HEREBY RESOLVED THAT(Name)", the the duly elected o (Title of Officer) of Fxj5"rive pt&NrgwS of F -A- (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE �.o - R�n>f �A2v� Erg coo Given nder my hand and the Seal of the said corporation this day of rr 04" , 20 0 2., (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 12 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Submitted by: -Jv&t;-tAQ-c 1 kC (Bidder) 2- I'l- O 1 (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 3 BID NO. 02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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. -:v4ev�e c— LAALq4l k Company Name Address Authorized Signature X --( Uka SU� Typed/Printed Name lPo1n� uwo '� a�o�.. 33 0 61 9 mil- -7SAI. 8 t 0 0 aJ City, 8tate, ZIP Telephone & Fax Number Contractor's License Number GS- 0414019 Federal Tax ID# 4 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name: 'Ave% 6 c I ILL_ TERMS: .:7no X DAYS: Delivery/completion: / 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. 5 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of F1 OM d a ) )ss. County of I�moLO Qlcq ) Aruna Ni mafla I Shah being first duly sworn, deposes and says that: 1. He/she is the wiv-( , (Owner, Partner, Officer, Representative or Agent) of -tic c t In-C , the Offeror who 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: qAl opf-� q��U By J�, Witness Arena Hi m4la1 Shah fitness Printed Name Ownefu Title SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Florida County of ?na- a On this the 13 day of febrUar� , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared Arun Hi nna¢lal Shah 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: matt *aavcw My comrrdsalon Mowffi R- ary ExPM N&MMbffoa 2M (Name of Notary Public: Print, Stamp, or Type as Comm.issioned) ❑ Personally known to me, or ® Produced identification: :FL DL # j,0496o(00568 (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath SECTION ONE, ATTACHMENT C 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 (I) 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 t, OTHER ❑ If "Other", Explain: Authorized Signature Title I �J-M�ec. k� Company Name �d� �� ��, • �1. 33 a 61 City/ ate/Zip CISN- 12rq- 19 1d 1 Fax Number Al vwA SSI A 1 Name (Printed Or Typed) 6,- oylyoj s Federal Employer I.D./Social Security No. Je,6b Sto 3Yd $ Address Co 7al� VIn Telephone %yV1Ak SLk-\ Contact Person 8 SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company --VA -P%1l e L yt\U-464 lit C Address 14(.0 S• W 3N City State Zip ovw quo 33 6 6 9 Telephone 0 0 Fax Number c/ ITI- 7 91 - li� 1 0 1 1. How many years has your organization been in business under its present name? Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No [ If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No r C If yes, explain (date, service/project, bid #itle .etc. ) ..a. Have>you; ev —,received a..complaint:_on a. contract or,bida,awrarded.to you by any governmental entity? Yes ❑ No �A if yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No (A If yes, explain: D] SECTION ONE, ATTACHMENT E 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 �eL Address 14-GC-3 5W 3rd Stree-"t City State Zip ,- c�moAnp 3 3 o Coq 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 C� I/ ol-cik-l---784-- 5<tno 954-"1AJ+- Fk01 A+IRA-� `� S'�k'� �1-I`'t -o�- �2c1 h m ad -BASS F' ► re Sec.�r ►-�,� Sys�err�,5,�ne. 1420 s L� 3� S-t . C - 9 ,?oM0An0 -ReAck. , F'1-- 330 &9 '7 8 00 q 5 4 - 7 85- KP►VF�(1 'Rey�u.Qn WOOL iCke- P41AQ.c''MA CeatA.:t 1 Gflr1 i o 4-6 o s tz 3`1 ,9a -T-e r r-A c. e- M ► Arr► , Ft- 331"1 C.o Roz - aa3 - COgSS 1�oAdw�Y T: �e5 And► �� 2-t5 g�r 1301 SL3 a rnd ` 5 9.,+a - g 1 a a C15 4- 9 4-a- 8 a a 9. SULS A n Agency/Firm Name: �ru�c�Sw i Gl�. L" Oo 2- Co. Address 40c) SOLA-+1% GG ooksbv 'L' 1 VC I - City State .Zip l ;` Ze—e—r e t d'BeAc-h . F' t,... 33+ +3 hand/Pax 95OrQI - ri oa 95 -4- Contact Name Ptttn : 1(a 1eQ ► to 10 SECTION ONE, ATTACHMENT 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: 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. *T4me a ::3ect on, -or _4"qµwe #4e .4atisfacAory 4n A ArW buss 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. -,adrug-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 11_ SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION I, NwyL^ (Name), the duly elected Secretary of .e\7�2.-%���vc.(Corporate Title), a corporation organized and existing under the laws of the State of F \ o P i d A , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT AtiY%AA- S\.,A (Name)", the duly elected Sec.re-+AeeV (Title of Officer) of ::n+ek+e-c -Xn c. . (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this , 20 o 2 (SEAL) By:ll�u� day of Secretary xn C Corporate Title NOTE:' The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that.the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 12 BID NO.02-12B SECTION ONE, ATTACHMENT A ----�� BID FORMS Submitted by: �Joh w M,-7Ss/�n i-111a (Bidder) z (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 3 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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. IV,4 2T' Company Name 1a-A,,2- 3 /-/. ul ..3 .5- 4 S, ,,7Cc-- 7 Address l.o.fA[. S,-Rly�4 /L• 33e6-S _ City, State, ZIP . 1 horized Signature V 0 Ay 172/9 5S i mlyo Typed/Printed Name 7--5-.5- v 3 a3 L3 5//- s'i9s- Telephone & Fax Number � LJCA�nse' - ea -/'00 - Z a 3 v� �9a Co ractor's License Number Federal Tax ID# i BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name: //!zz_ ?�Ci•v7-1N& 19Z 2T TERMS: % DAYS: - /SfrT 30 b-9Y s Delivery/completion: 5­ calendar days after receipt of Purchase Order To be considered eligible for award, one (1) oric linal 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. 5 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of 1' 10 ( I ) )ss. County of B W af& ) J Chl Q SS i M 100 being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of (i n f I n (Wf Sn L , the Offeror who 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. ••`" "'� Mi`wie Kremposky * *My commission CC779187 4Iw V onno of: By M(C�C (le OUY) e oS K V J-oh(-) 1 m% na Printed Name 0 �n t- Title 0 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Florida County of OVt&(d On this the I 36day of �6(9(L , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared jon Mp* 1 M Ino 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. etN Michelle Kremposky **My Commission CC779187 WITNESS my hand and official seal. '•�u„+r`AExPiresSeptember29.2002 NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: 1` ltC�'Ir✓t)e �(C' MeZS�-f( (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 7 SECTION ONE, ATTACHMENT C 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 ❑ CORPORATION10 OTHER ❑ If "Other", Explain: aq4 � L 24� uthorized Signature ;/lcs1A"' 7� Title �R�y r���- >�%s� z r Company Name 00g17& City/State/Zip Fax Number J0 A01Y Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address 7X 3—fl3L3 Telephone �OoLssk orn no Contact Person SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company r l'i C" 44 2T Address Ld . 3S4 JTsT 3 City State Zip Telephone Fax Number 1. How many years has your organization been in business under its present name? Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business'operated? List address(es) of that business (if any). N1,4 4. Are you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ Non If Yes, explain:_ 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer[ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes tZNo ❑ If yes, explain (date, service/project, bid Al title etc.) Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ Noglf yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No 4 If yes, explain: 0 SECTION ONE, ATTACHMENT E 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 jyZ 2!-3 IV U/ AS-` City State Zip ep 2.fu 5 , f-Z:I. 3 o�-s Phone/Fax Agency/Firm Name: el 7-y ©P� 60ic"g < Address /JPO/ 40,Cc 91 J'�2. bs J�Ri ✓c City State Zip jCa'C 4 L d�P/C/;4s 254. 3 3 Q&r Phone/Fax C. o Contact Name ,;550,'7-Z- Agency/Firm Name: Address City State Zip Phone/Fax f 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 �s 10 SECTION ONE, ATTACHMENT 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. Ate/ thorized Signature Company Name 11 SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION I, Ve(onic& Ma SJ I m Ino (Name), the duly elected Secretary of Illy 1n iYl� q (Corporate Title), a corporation organized and existing under he laws of he State of Ila- do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (j_ Mai 1 I M Ino (Name)", the duly elected (CJ Idw f (Title of Officer) of 114, eh1)1) n :�;rlc (Corporate Title) be and is hereby authorized to execute and st1bmit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has- not been revised, revoked or rescinded. further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE i GIB I �s Y�5►�+ � :� � . Q- Given under my hand and the Seal of the said corporation this J- day of (SEAL) 4P_j,,'4,y, Michelle Kremposky **My Commission CC779187 I'?M 41F Expires September 29. 2002 Ism By: Secretary Sec (e,�r:�rc� Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 12 r BID NO.02-12B SECTION ONE, ATTACHMENT A Rin FnRMS Submitted by: SIINC04-7-&&I�L�T/itJ�r{ /NC (Bidder) THIS BID IS SUBMITTED TO: } City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 2002- (Date) 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 3 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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. ,S'uvC��-sue ��R,T/NU , //)c Company Name 40thoriied ign e 3626 SA) 1(2 N.o Sf 10 SV75' 2- Address �,� Z,#Wk r Z , /i�L-?.?312- City, State, ZIP ���. Contractor's License Number T yped/Printed Name T ff Y 583. y3s/ 4-FSY- 593. 9187- Telephone & Fax Number S7 - t7627tV Federal Tax ID# BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name: AUC04S1_ AfAk41C7/ G 1AK . TERMS: % DAYS: (7-67AI) Delivery/completion: lao_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 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of ?!�L o 12 l-D 4 ) )ss. County of RROW#4-0 ) _ /q/cplkCL ' • Az0A 4 being first duly sworn, deposes and says that: 1. He/she is the 11CP/�T/�/�6FN� , (Owner, Partner, Officer, Representative or Agent) of -- /04XOAsT 1404 T/tile , MX • , the Offeror who 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 de liv red in the presence of: By Witness Witness NiCM061- J . Gz SRC}} Printed Name A6O,Qc'r,j&vT.4i /dr 1X&F,4,i Title SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Florida County of 3k6W,4tW On this the SA day of %A , 2002, before me, the undersigned Notary Public of the State of Florida, personal) appeared /q/C/-/4 L T. AZ0087 - 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: O,` VLV P& OFFICIALNOTARY SEAL 49 * COMMIMIONNUMBER ccesem MY COMMISSION EXPIRES WN. 7 03 i OTARY PU IC, TATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) 8-0rTersonally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or 9-61b NOT take an oath SECTION ONE, ATTACHMENT C CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ If "Other", Explain: ,44�uthoC a ature Title -WC04,s MI�iE�I�� T/��r /AX Company Name ,F0 L�t2/✓Jc2-D�Cc= FL 323/ 2- City/State/Zip 9SV 513. Fax Number CORPORATION [0 OTHER ❑ Name (Printed Or Typed) �5- /7627/V Federal Employer I.D./Social Security No. 3v2(o so yZ,� Sf r Sulam 2- Address FSY 5-83. 4y3s/ Telephone IVINAL T IICZ o12cf Contact Person SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company ,S4WC04Si M0K6-7-1106- , /NG Address 3026 SW V2AW 2 , Su/l"E- 2- City State Zip ;rogr L61�C/Z 'L- "CL 22-3/2- Telephone f3g/ S83. y3S/ Fax Number fJ'?/. 583. 9/81-f 1. How many years has your organization been in business under its present name? 2.S Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Al LA 3. Under what former name(s) has your business operated? SyA)COAST .S ySTC/►�S Sg,4)OZ Z List former address(es) of that business (if any). SAAfe 4. Are you Certified? Yes ❑ No ❑ If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑ If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No If Yes, explain: 7. Are you a Sales Representative [Distributor ❑ Broker [�or Manufacturer [K of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes gNo ❑ If yes, explain (date, service/project, bid title etc.) IIA12lor JR1i 'r1Nk 1ARyi-C cis 001 PRey1y11 a Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No [j If yes, explain: 10. Have you ever been debarred or Of ended from doing business with any governmental entity? Yes ❑ Noyes, explain: r r SECTION ONE, ATTACHMENT E 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 .3l.(NC045'1'- Address 3026 So) 112AO Sf � SlMe Z City State Zip F012T Z*106 L t AL 333/ Phone/Fax 9SY 583. 1135-/ 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 9AV D,,- PQ /C 06r4!FNA6X 20 / SE (Ati Sf # 30-72. c/i/ pr /►/�6�/z� �L 57y0 IM/16#/� RLV-4. /L1Oo c , IrL -- C l77f DF,j/1i6 fs�i� fL C�700 //44 A)6 -?V AyF OC 796. Vds A I / W 7F6 . Y16 LctrT,f 1-14441 bOV4C11A411V6- S ll '1604 / y 0G r)"AMC � Q %SZ 1 Nw g9 m 0E. a ,eoar /09 7*V44e 01 dcC 77y 2 S JW FA 72V. ZY08 ,4N,VF ZM,41-v 4?UyeR SECTION ONE, ATTACHMENT 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, certi that this f complies fully with the above requirements. �— S4/AJcOj:57_ 1I007-IA)6 uthorize"ignature Company Name SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION V.P. Sn eeu I, PAtiOA(( C- L'ub�Nks (Name), the duly elected Seeretary of norm.,-e tF% ,7.c (Corporate Title), a corporation organized and existing under the laws of the State of F(.&AJ0^ , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT h P49 I ( C (Name)", the duly elected V -19. Sal L FS (Title of Officer) of Sc•Alco12s} ,9,.6td 1 (Corporate Title) be and is hereby authorized to execute and submit a Bid an/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAMAE TITLE SIGNATJ) —T Given under my hand and the Seal of the said corporation this S�" day of -P6",* � , 20o.�,_• - (SEAL) By: Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS Submitted by:y • h C- • (Bidder) z a Z-' (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 an agreement with 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 on the Price Forms. 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 3 BID NO.02-12B SECTION ONE, ATTACHMENT A BID FORMS We propose to furnish the following in conformity with the specifications and at the attached 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. . 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 agree 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 /3oo/ /V W 42-&d, A vE, Address MIcl" L eo City, State, ZIP Contractor's License Number A horized Signa u e 1P0 Uld ICL s . Qi CO S Typed/Printed Name Telephone & Fax Number 4 164 Federal Tax ID# 4 BID NO. 02-12B SECTION ONE, ATTACHMENT A BID FORMS Bidders Name:y ' 'tic ' TERMS: % . DAYS: Delivery/completion: 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. 5 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT State of Or CA a ) )ss. County of pl(� t� �� • n i C 0��1'C being first duly sworn, deposes and says that: 1. He/she is the OwY\E' Y - , (Owner, Partner, Officer, Representative or Agent) of • f,'�) . C- . , the Offeror who 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 Q�est, including this affiant. Si ne a d elivered in the presence of: By itnPsc — W 201�1r,2- S--, 4 Pr ted Name Title 6 SECTION ONE, ATTACHMENT B NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Florida County of On this the day of Rb'0a 1( , 2002, before me, the undersigned Notary Public of the State ofFlorida, personally appeared R CAc`` t&- S . oj\-� C- Gib- and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and acknowledge that he/she/they executed it. n WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: ri- �.z,cz-a•,.s-ins MM!X7M..7717!31 EXa"b&S' )211tir, q3 Fl: A4 Anr. �uv,ccs a ••.�4it1("O wr , STATE OF FLORIDA rip,dds co � A. M'11-r f (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 SECTION ONE, ATTACHMENT C 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 0 OTHER ❑ If "Other", Explain: 12gz6-, ( t orizedtignature Qres i ae)(k Title y.�. Imo. Company Name M"N 0 �-J rZ--- 33�� City/State/Zip 69 ) - 9 K01- Fax Number pn Name (Printed Or Typed) �oi--06-4IIo4 Federal Employer I.D./Social Security No. l 3 o o l N W 42!--4 Ay6 Address 9,54-9,23-1336 Telephone Ron od6t S . Rl' C-6 [6— Contact Person 8 SECTION ONE, ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company U • �. I'1 L' Address 3(J d 1 N 1,'v -'A (re City State Zip I & Ic'u Telephone - + -.5.23 Fax Number 13615 _ 9 / _ 9 8 �b% 1. How many years has your organization been in business under its present name? _ Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 3. Under what former name(s) has your business operated? List former address(es) of that business (if any). 4. Are you Certified? Yes ❑ No P9 If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No [N If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No If Yes, explain: 7. Are you a Sales Representative ❑ Distributor 0 Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes W No ❑ If yes, explain (date, service/project, bid title etc.) S 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No A If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ®, If yes, explain: 9 SECTION ONE, ATTACHMENT E 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 �� f2�• Address % po/ A/W q _^ /I Vc- City State Zip f\A i r-191 f --�3C)e; 4 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 C I PO I ice L') X• "?c3a i v\ e, Sc h rc� i hC� r Ci C 1���ti�brok� 1 �9 � 5 'F'� ►ti1b �� o � i� o ads. U Ve ,1.L\p ro kg P i ►--\ e 5 F:-L 3 3oa 91-1-7 C� +\. o-F GY 1 a rxao --o o So otk 0 ra h !2� e- VV- th rh 1/6 (__a Y r i C— y) 4? 1rch CI}`� Grf -pP_nlb►rokeA►ke's C c� p VNC\s --M\,4 �)rokQ fr«eS (.�"� 1�-s-hr� ►�. 1 nte�r►� a't1 �a l ¢l + r li vac: � � �y �� � etas w � oc�. �?pac:�•. FL 353 1 Q- C ryf k 05 7a67 or 7107 I'. 10 SECTION ONE, ATTACHMENT 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, ertify t at i m complies fully with the above requirements. Sia6ature Company Name 11 SECTION ONE, ATTACHMENT G CERTIFIED RESOLUTION I, PC) Y\J� 6Z� C G n (Name), the duly elected Secretary of • 6. r• � , (Corporate Title), a corporation organized and existing under the laws of the State of 1 C.,f <- k, c-1 do hereby certify *that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Ponc-\A& L� • C o (Name)", the duly elected lPr f I Cal T 1'l._* (Title of Officer) of • Q - f= , i (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME A. l�t�srlt� TITLE VICE-loref Given under my hand and the Seal of the said corporation 'Feb v- U arr u� , 20 0,2 - (SEAL) By: ✓�i�c:__ Secretary t- -- Corporate Title i40TE: - - The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 12