Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (326)Temp. Reso #9961 October 28, 2002 Page 1 of 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID NO, 03-01 B FOR THE PURCHASE OF AQUATIC, ORNAMENTAL AND TURF HERBICIDES TO HELENA CHEMICAL COMPANY, AGRO DISTRIBUTION, LLC DBA PRO SOURCE ONE, AND UAP TIMBERLAND LLC; AUTHORIZING AN ANNUAL EXPENDITURE OF FUNDS IN AN AMOUNT NOT TO EXCEED $81,700; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works Department utilizes a variety of chemicals for weed control and fertilizing within City maintained canals and rights -of -way; and WHEREAS, in order to effectively provide these services, it is necessary to purchase certain quantities of chemicals on an annual basis; and WHEREAS, the City of Tamarac publicly advertised Bid No, 03-01 B for Landscaping and Aquatic Chemicals in the Sun -Sentinel on September 151h and 22" d, 2002; and WHEREAS, on October 2, 2002, seven (7) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and WHEREAS, three (3) of the seven (7) bidders provided the lowest responsive and responsible bids for various individual items as per the copy of the Bid and bid tabulation being hereto attached as Exhibit 1;and WHEREAS, funding is available in the adopted Public Works operating budget for said purpose; and WHEREAS, the Director of Public Works and Purchasing and Contracts Manager recommend that the City award Bid No. 03-01 B to the three (3) lowest responsive and Temp. Reso #9961 October 28, 2002 Page 2 of 2 responsible bidders for individual items as listed in the bid tabulation; 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 award Bid #03-01 B to the three (3) lowest responsive responsible bidders, Helena Chemical Company, Agro Distribution, LLC DBA Pro Source One, and UAP Timberland LLC, for the provision of landscaping and aquatic chemicals. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE 71r17;�r�Tt•L�17�[����7:�1�7���� L�� SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid No. 03--01 B for the purchase of Landscaping and Aquatic Chemicals to the three (3) lowest responsive responsible bidders, Helena Chemical Company, Agro Distribution LLC DBA Pro Source One, and UAP Timberland LLC, for a period of one (1) year with two (2) additional two (2) year renewal options, for an annual expenditure not to exceed $81,700, is hereby approved. SECTION 3: There are sufficient funds available in the Public Works operating budgets for said purpose. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this 1 Resolution. SECTION 6: passage and adoption. Temp. Reso #9961 October 28, 2002 Page 3 of 3 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 131h day of November, 2002. ATTEST: MARION WENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RELUTION as to form. MITCHE A CITY ATTO E) JOE SCHREIBER Mayor RECORD OF COMMISSION V TE: MAYOR SCHREIBER DIST 1: V/M PORTNER DIST 2: COMM. MISHKIN DIST 3: COMM. SULTAN 10 DIST 4: COMM. ROBERTS i 4/ W co ' U a W q I J.. oa m 0 z Fn rJ� V F- n CY Q J Lf):ra ry (• I1 ur 1I.D C, r1 x ❑ I' �' u•) t .. '', � Y) (0 (c) r7 r � � ([) �.� b1 r r i •) , .r ('d n ) N i rn ai ,. : (� � f ,o . O O �� 0(...) *�w� 0. (I':. J, uT [rl v1 f n v3 vl u) V1 vt (n :, 69 'r•••' fl=k . u) _r t/) vi 44 �n' OL C.? 5.7 'i, 47 co co tl? ' A() G7 C-J : ❑ C� 47 fJ CJ :' ❑'i `n I7 N � Ci I c-) r'- G7 C1 C7 L;7 C7 r^ PO O ❑_ L.] liJ P CC) Lll i, : CI) N <P : I.11 fl ,� U t� N ! Q C? Cr1 uT M fV <Y, .T ,- C] AC7 N Ef3 U C') C,J M in C77 C] C.> (,) C) ra r d .� : V, O �? T : <!} <!F Ff} v) tA* U) I N : (] cn ! rn CV r•^ /I : z r w } Fl-} rn fI1 r rn ui t{} : to O b4 i s t» u3 F„ W a u> G w U) EL ri I'. ❑ ❑ 0 Q ' C) r::1 1(:7 C] ' C.1!:'7 ir, r,] C) C 1 r:) t 1 (x r.;) (•, r 1 !'.) r ] C) r) r;J "`.' ru ,. m CO C.] Cn E, Di i l"d 65 [II in IYI ti IA Cfi (rl in 7 (f) fYl fTi rC1 ISl r r{1 ,l rf] r) !Y) In �. M CD - 1 a] Ci7 4CA ll) Cy 1ti cl •t' J 1-) W {`- CV tO7 a(! Ut Ua i th I �. = (•.' / 1 t (., <'J C(, W :r v N O (., •�- a] CT .- V ( J N li] I1 (n Yf) — sr} tag 4A rn V1 tf} u> (n uT R�! (n v uT (n r CO H9t #d} I 6R '. V"} fri I I H} I ui U? cr> : `- xn : ri> U) u) t{y W� (.✓ r) O ❑ ❑ ❑ ^n C] ❑ C 7 (] C] (1 C] ❑ O f) �)) ! ] (,:.) I) !'.::: r 1 ,- r, )� t 1 r 1 C1 O C1 r ] C,1 r r O W Cn Ci] m f!) Y) M (11 ff] M 61 �rI) ffl r7l fll 111 ' f)1 Y7 cYl (S) (6 rfl (Cl O C;) OICJ (.) (J C)lin (i r) O C)iO (1 C] <)('1 C) iri O ry1 ti,• rf)� n 2LL O 'I I. l) I ] !:] ! 1 ! 1 C 1 )) f) C) () C? L) (1 ❑ ❑ ❑ ❑ ") ❑ _❑ C? (� f ] C7 '. Cll (n [l.l j !11 f(I 4(1 •I :11 fl) fll rtl rt) rl) [Y,1 f[) CO a) m I;1 C(• (Y] a.7 m Ln C..] m �] m (..] m f 7 m ❑ m I C] f7] ❑ m C] m �) I( ❑_ m J 0C):O O O (� r� C? O U'O C) 0: O C.) U C.) C) CJ C) U c�:O _ _ ."' Z C :7_ Z i L _,- 1 Z 7 7 Z ..... 7 7, z : Z z Z Z n �) a n; 1.L I I LL C, Ld >, (Ul? ca a q,c w z `n rr ,. cf] in ...I. i� [Yl o Z ... ifi a a, (D ` .J FK ri I U ! U i1 (,5 LJ To ID r) 1: U Q) a Cr 7 7 y s C �> , > e v E m : <ii � : 11 ❑ l•' ro u; `rn „] Uf'• j '': a 1 .P Il � ) c r rr -rr-)CD n ,z'. ... ;. •• R' CY rn u) cq i!) j > •: _..e ... rr) , :x C] _� r" I.L GA () iV zo w��e= cagQ CD 0 In Q Q Q C) w•- u) C) rz o 41, ❑ 0 z a tAA � LU Q >- >- >- >- T ?w n LU � 6 I� z u� Lil t wwwwww wQ 0 4 0> > rrrrr w uJ U) ❑ LLJ x o v Q Z U) U) (n (f) cn Icn (n w I- Q 0>-> LLI W III �.> ILJ LIJ x>- LL1 LU Lu cn Q U ❑ w LU LU co 2 F-- z LLA r LU r W r LU r LU UJ r a z d w ud iu 0)x z z ❑ Q Fr p U Q (n (10 (f) (f) co v, � H ILl IA.I IL ILl II,I Ida �.. r >... >... j... >.. ❑ r LU w u ❑ LU Q Q LLJ 0 V) U) U) (f) W x < :- p�,•>.r> Ill Ill III U.1 LAd rr LU a w w LU x C) LL z W o o j LU j w w m c a, c� m m :� m 0 CL ¢ w U) U a C i -j z N rn C p N ftl ,O F- P C O U L ❑_ E« n ILL"-E .@ 2 a, m > z () a lcz 0 l Q z O U) to Purchasing Division City of Tamarac "C OrI'llTvttc. (:l to E::xc ellenc-c)...Alwny ,, INVITATION TO BID BID NO. 03-01 B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, F aniarac, Florida 33321 2401 until Wednesday, October 2, 2002 at 2:00 p.m., at which time bids will be publicly opened and announced for Landscaping and Aquatic Chemicals All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide i _andscaping and Aquatic Chemicals, as per the conditions and specifications contained in this document. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 03-0113, Landscaping and Aquatic Chemicals opening on Wednesday, October 2, 2002 at 2:00 p.m, on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issuers, contact Wes Tipton at (954) 724-2519. Steven J. Beamsder-fer Buyer Publish Sun Sentinel: 9/15/02 & 9/22/02 752.5 NW 88th Avenue ■ Totn(cirac., Honda 33321-2401 • (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamorac.org Equol Oppoil roily Frnployei TABLE OF CONTENTS Landscaping and Aquatic Chemicals r � r Instructions to Bidders ............... ____ ....... ........ __........... ................... ............. ... 3 General Terms and Conditions............................................................................. 3 Special Conditions ................................ 10 Bid Coversheet Checklist ................................ Bic. Form.............................................................................................................12 Non -Collusive Affidavit........................................................................................ 13 Certification......................................................................................................... 20 Bidder's Qualification Statement......................................................................... 21 References......................................................................................................... 24 Vendor Drug -Free Workplace ................................ 5 City of Tamarac Prirchw5iiig Divi5i0rr ...... ...... ........ ........... INSTRUCTIONS TO BIDDERS 131111111i 19KI SV] 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, lurIlf) sure or individual item basis urilc?ss othc,,rwise 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 lirrnited 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. The; Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of f amarac, 7525 N_ W. 88th Avenue, Tamarac, Florida 33321, no later than 2:00 PM, Wednesday, October 2, 2002. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public, record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the; sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the: Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) original and two (2) copies of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder, All prices, terms and conditions quoted in the submitted bid will be firm for acceptance, for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING Not applicable for this bid. ....... 3 (., y or iamarac Purchasing Division 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office_ 4_ PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor fist following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity forthe construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor, list. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not: be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City_ 7. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. ..................................................................... . 4 City of Tamarac: i; S,�t Ptifu i iwig Division ... ...... :........... .... ...... nF=i ivFRY All items shall be delivered F.Q.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' narne, brand name, model number or make is used in these specifications for the sole purpose of establishing miniMUrn requirements of quality, performance and design_ % SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it rnrrst be delivered within seven days of the request unless otherwise stated in the bid. Each sample must he 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 dernonstrations 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 scat forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 5 City of Tamarac( � Purctiasirrg Division 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance_ 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16_ TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, returr7 receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the: convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding srrb-contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued 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 pr.rrsuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18_ EMPLOYEES Employees of the Bidder shell at all times be under its sole direction and not an employee or agent of the City_ ..the Bidden 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. 6 city or -1-arnaox, (l Purrhasing Division 19. TAXES The City of' Tarrlarac is exempt from all Federal, State, and Local taxes. An exemption cortificate 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 sr.rpplying 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 rc:spEzct to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless frorxl any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Limits Occurrence Aggregate $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause ....................... .. ........ C;rly of Tamarac i, Automobile Liability Workers' Compensation & Employer's Liability f'rrrr Ir nrc7 (JrVr;ltan $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 Lander 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 cornply 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 Tarnarac, 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 t arnarac Or, its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall jLidge 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 C',ity employee or its representative. ..................... � 4q Gity of Tamarac i Purchasing Division 25. BID TABULATION Bidders who wish to receive a ropy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract. awards. Pursuant to Florida St:ratoto Chapter 119, Section 7(m), sealed bids or proposals received by ran 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 ragemy provides notice of a decision or intended decision pursuant to s. 1_2-0. _, 5 7(:3)(a) or, within 10 days after bid or proposal opening, whichever is earlier. 26. RECORDSMUDIT S 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 otaccount, reports and records relating to this contract for the duration of the contract and retain them for a minirnum period of one (1) year beyond the last day or the contract term. ............ . ....................... .. ..... 9 City of Tamarac, , Purchasing Division IWOr7kI0Ik11[ 7 1PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to obtain fixed prices for various Aquatic, Ornamental and Turf herbicides and additives for an initial period beginning upon date of approval by City of Tamarac Commission through December 31, 2003. The City reserves the right to extend the contract for two (2) additional two (2) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. 2. DELIVERY: All deliveries by bidder's fleet or common carrier are to be palletized and secured by proper banding and/or wrap material to prevent shipping, unloading, or handling accidents. Fhe City reserves the right to refuse any delivery, at no cost to the City or its employees, that does not meet this requirement. The City is not responsible for any accident or spillage while chemicals are in transit to their designated receiving points and until actual delivery is accepted. All deliveries must be made Monday through Friday between the hours of 7.00 A.M. and 3.00 P.M. Deliveries must he scheduled twenty-four (24) hours in advance by calling the Storrnwater Supervisor at (954) 724-2519 so adequate personnel can unload trucks and store materials in the storage shed. 3. LABELING: Two (2) complete sets of specimen labels and any supplemental labeling covering the items offered must accompany all bids. Each label must carry the appropriate EPA registration rnurnber(s) for the material specified. Two (2) original copies of Material Data Safety Sheets L,f , Must be included with bid raterial. 1.0 COMPANY NAME- (Please Print)- _ ` {') ' .-`>�'i �} % I ( C < Fax: `7 Cam( ��— �.: BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Carefully read the Detailed Specifications, and then properly fill out the BID FORMS. ❑ 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. ❑ 4. Sign the CERTIFICATION page. Failure to do so will result in your Bid being deemed non -responsive. 175. Fill out the BIDDERS QUALIFICATION STATEMENT. ❑ 6Fill out the REFERENCES page. ❑ 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. 3. Include proof of insurance. ❑ 9� Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. ❑ 1 O) Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. �M c r r zrr r'• r,, f Fee 6 •:u BID NO. 03-01 B Submitted by:_ r;ti//i :�' �"C'i _ r, Date' Bidder THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881r' Avenue Tarnarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the riecessary 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 mature and extent of the contract docur-nents, locality, and all local conditions and laws and regulations that in any manner may aff(:c:t cost, progress, performance or furnishing of the Work. b) Bidd(,,r has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract doCUnlents 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 riot submitted in conformity with any agrc:�ement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form"- 4. Bidder agrees that the Work will be substantially performed and complete in .accordance with the schedules established herein. __ .-............ ._._._......._ CD z.2 C13 (Z 0 Co o 0 a- (D 0- CL I 011M M U) U) o o o C: a 0 0 0 M ;:� Cl) C\j CD a C-) CD U-) to ur) 00 r3 LO K 00 Cn C\J (D U) (D U) (n U) (0 U) 0 om mU) m oco w o CD M U-) Lo U) Lo Ln Lo N 0 x (14 x x C\j x (D -x x x-j (N C\j 'T N d N N Lo Jr C\j N cc C: 0 0 C7 C7 r- 0 0 0 0 73 o o m UJ r) 72 o >.Zo(umoa)Oo = 2 "7— CLI [If al' 0� rc E Ca w N / p co V U6 ' V. ® EL. C7 rMw NO c) ; 6 N C) c (7 � co o id!ut 77 rI; � Cl) a) t7 U Ll U - � C) :3 v) E C � 0 cc �+ 0 -o cn -0 mc w 0 a cq 0 Q) p- C7_ C7 C) -0 O- r_. �(- > � 0 ccs c� 0- Cj ) (D U) f�)- En O z7 N 0 m > C3) U)- (D in CO cll O�� ( m Q) o O (_n 70 cal cQ�. T (D N as 0 >. o Ew a) > Co Cl) h o Y` �5 r '�I (r 1 ?17 rd f ✓ N c�, . (r%..... L'r i... . ............. .... ...... ............. .........-... ) ..... r=irdTffairly, (continued) BID NO. 03-01 B The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firrn to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the prodr.ict 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) drays of delivery. Return of rejection will be at the expense of the bidder. .... _.._._ .__ Company Name J , /\/ , °y7 / T Address Authorized Signatu Typed/Printed arYae: 1 iix City, State., IP_ Telephone & Fax Number _ 1 _ Contractor's License Number ?/ oJ" , 9 '7s s Federal Tax ID# M i ... lir I c7Y'7 i1"(t i „� 'H 7 '•,�,rr i li4r�,c r w-Y � r'� r rti rti M • �Wlfm iuca4/ BID NO. 03-01 B Bidders Name: L.. TERMS: I 1-t- % Net �mm) nays Delivery/cornpletiom calendar days after receipt of Purchase Order To be considered eligible for award, one (1) on final and two (2) c_ot?es of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deerned non -responsive and ineligible for award. 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. U n 1. T\ !{ n p BID FORM (continued) BID NO. 03-01 B r Bidder's Name: t. gler)n C—h er-r) t. cu._�. ; Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section �, 6 c:: Variance i Section Lr7 kcQ42 . Variance % , ; e. k", Sc ction Variance, Section Variance Attach additional sheets if necessary. ry a -tore.(- ck:, f {{ . ..... ..... . ....... ......... .... ....... .. .... . . ... NON -COLLUSIVE AFFIDAVIT State of ) SS: County of deposes and says that: being first duly sworn, 1. He/she is the _ C, f�f��.'i�d��_��Q {Ouvn�r, Partner, Officer, Representative o Agent) off%f?�, • �' c� the Offeror that has submitted the attached Proposal; . 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, sgaled and delivered in the presence of: Wit aes� �-_ r� k UVi�ness °.� Printed Name Title mm M \ ..lf r, Cx �} ri \ 1r ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of _.__L?:)'� 2002 before me the undersigned Notary Public, of the State of Florida, personally appeared: f- /`/ 1.Ik'/ and (Name(s) of individuals) ho appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that, he/she/they executed it. ....... WITNESS my hand and official seal NOTARY PUBLIC SEAL OF OFFICE: 7 l NOTARY P&BLIC.�TATE OF rLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) JZ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath (r1,..... .... (1 .f 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, Supplernerital 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: _ utForized' Sigr7<atr.: Name (Printed C r Typed) -----__._ Title =cdcr%zl Er n'� plo...yc-r" ? . i.D./Social Security No, w Company Name Address /-c City/State/Zap Telephone ___.._ 41 Contact Person fax Number .. . ....... ............... ....... .. . . ... ... . ------ . .. ...... ... ............ . . .... . . BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions rnade hereinafter: SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 881h Avenue Tamarac, Florida 33321-2401 CHECK ONE: FCorporation F1 Partnership F-1 Individual L] Joint Venture E Other SUBMITTED BY (Company Name) ADDRESS., CITY, STATE ZIP: 1 State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: Correct Name of Bidder P-7 Principal address of Business City, State Zip Z o 2. If Offeror is a corporation, answer the fo wing: a. Date of Incorporation b. State of Incorporation C. President's name �6 C6 d. Vice President's name e. Secretary's name: f. Treasurer's name, 9- Name and address of Resident Agent 3, If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT .... . . .. .... ... ... ..... ---------- . ..... .. 1 s \ '1 State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the narne and address of principals: NAME 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute, 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? T Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: g State the names, telephone nurnbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (goverrarnont owners are preferred as references): NAME DD. • ....._ �?.`(�.�_ 7 r - d ,. _:r'' r, r:r-- — 1 ` " t l LL1 r 44-jar e4 9M �a li / r. ... ). .. .......................................... .... _... 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE GIDDFR ACKNOWI...EDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN FRES PON SL To i I ItS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON 13Y THE OWNER IN AWARDING THL CONTRACT AND SUCH INFORMATION IS WARRANTED BY 13IDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. �— (Signature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida County of ..r.`�; �c �- On this the / ' day ofCr, 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared e�rat i�divic_ u_��nd Na (.) a (s) who appeared before notary) whose, narne(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they exe(;uted it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY STATE OF FLORIDA Notary PI-iblic: y Print, Stamp, or Type as Commissioned) I Personally known to me, or ❑ Produced identification: (Type of Identification Produced) DID take an oath, or 0 DID NOT take an oath � v REFERENCES Please: list name of government agency or private firni(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 rig Or (t�>1-:rr � f� VENDOR DRUG -FREE WORKPLACE Preference may be, given to vendors subrnitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace prograrn 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 staterfrent 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 erraployce 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. pit}i rized Signat ur �e Company Name V FF, . . .. ........ ..... ... . .. . . . ...... ... . . . __.._..._ . . ,............. `-`,/i �.� ,:_..r„�, E �'s, X,1. . .... AGRO DISTRIBUTION. LLC COMPANY NAME: (Please Print): Phone- Fax - BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements, 2. Carefully read the Detailed Specifications, and then L)roperly fill out the BID FORMS. 03. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have, it properly notarized. F 14. Sign the CERTIFICATION pa ge. Failure to do so will result in your Bid being doomed non -responsive. 5. Fill out the BIDDERS QUALIFICATION STATEMENT. E] 6. Fill out the REFERENCES page. 177- Sign the VENDOR DRUG FREE WORKPLACE FORM. 8. include proof of insurance. q. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. 10. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deerned non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. /lO , �''°i 1 .....------...---......_..... ..... -----._............ ... 0-12MI-A d,l BID NO. 03-01 B AGRO DISTRIBUTION, LL.0 Submitted by: D'BA PRO SOURCE ONE Bidder THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 331h Avenue Tamarac, Florida 33321 r l � Date 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (CCU) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City"s Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions arid 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 riot directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding, and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the, City. 3. Bidder will complete the Work for the prices shown in the "Bid Form 4. Bidder agrees that the Work will be substantially performed and complete: in accordance; with the schedules established herein, z,2 0 CL cf) I C-- 0 (n c'I , CI OR to - C G CI m I coo -mi ml m I co 17, n C:) c) Lo if) CD (14 0 0 � C Z) C) C:) CD C, LO CD U') N co (NJ in co'l, M, N (N '10Z �cz co 0 (D (D (D Lq C, Lq LO U -) C\j C rTl 0�1 z oc ng', (n C. C)(/7 U) C) C? (1) E m U r- 6 cf) m (D m U) vu (D Q) CY) CD 0 C) CD 0 Lo C) z.2 co 0 a, V) 'cor A.�M M to m L) Lo 00 LI? m C3 -J N -J >< C) X C) (D x C: -,o: C) C) Cc (Z 0 a- Q9 a- 0- (D: > CL U) cv �{ c (15 (3) Cf) (1) U) U) > _j I > by cu V) cl) C CS E Ll I LL as V. ImT E -2 U) 0- in W 0 CL Qi U) U) -0 _0 (0 0 ch U) (n (1) 0 a) m o Z, -TD 0 CD G) M CD C� 0 0 0 C2- CL cz co a) m co T; 0 M 0 Lo Lf� 0 jr) 1 73 0 0 ri a- 0 IL a - C,� D- 0 CD x x C'j 0 x -,zzr N C) d m > E ID N to co cn o o 0 o cu m o Mi 0 0- C- 0- DL� (D (D a- (D CL -M CD CO cc 2 LJ cz 0 L) 0 15 0 E U♦ Go C\j 01 2 c- Co Z < j5 rr 0 ;.i I..Sh')�l;)'V,t;1!t";t BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this Said request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto_ The undersigned bidding firm further certifies the product and/or equipment rneets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. AGRO DISTRtBLMON, LLC. DBA FRO SOURCE OME Company Name p Address Author�ze d Signature Typed/rinted Gnie Telephone & Fax Number Cit State, ZIP o e sC, Contractor's License Number Federal Tax ID# ,1 Iti r., :r.r r rr ZE, BID FORM (continued) BID NO. 03-01 B AGRO DISTRIBUTION. LLC Bidders Name: °/} N' TERMS' Net - days Delivery/cornpletiom calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) codes 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. n1r) rwnQM (conrinuea) BID NO. 03-01 B AG,RO DIS T RISUTIQN, LL Bidder's Name: DBA PRO SOURCE ONE Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, rc-�Jere;ncc the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully cornplies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section `t i ^; N ! Variance I u�;, t c.. Section t:katic'. Variance Section ' Variance Attach additional sheets if necessary. , IT7c3'::C r' ;' a7 5N7C %7iV ior; _ 1........ - - ----- ........ _ - - --. w....... ti rl NON -COLLUSIVE AFFIDAVIT State of ._ L SS: County of l_r being first duly sworn, deposes and says that: 1. He/she is the _ . f.... ' . �f `! F ,t�_,\�i . ;- c (Owner, Partner, Y _' f 'the Officer, i�eprc7sentative or Agent)'of t.'�4 ^,�.` E �� „",�, �k; ��, N, �,.�_ �'�, Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circurnstances 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 ele:monts 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; . 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, re;presentatiw s, owners, employees or parties in interest, including this affiant. Signed sea, W itnd: �. 7 rU_r Witness and delivered in the, presence of; ,,-Printed' Name Title ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of m On this the _ day of 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared: and (Name(s) ref individuaf(s) who appeared Before notaill) whose names) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp. or Type as Commissioned) El Personally known to me, or Cl Produced identification: (Type of Identification Produced) ❑ DID take an oath, or Q DID NOT take an oath CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID. We, (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(l) have read the entire document, including the Specifications, Additional Requirerrlents, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL If "Other", Explain: Authorized Sign lure PARTNERSHIP ❑ CORPORATION, OTHER Q ._, \ v ! Title AGRO DISTRt8U*r DBA PRO SOL1RCL u,.,... Corripany Name City/State/Zip t f - c.. Cont ct Person Nam (Printed Or Typed) Federal Employer il,bl,/Social Security No. -.. Address Telephone Fax Number ..................... i • n, ----------------- :.J (F ------ BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter - SUBMITTED TO- City of Tamarac Purchasing & Contracts Manager 7525 NW 88"' Avenue Tamarac, Florida 33321-2401 CHECK ON rCorporation ❑ Partnership ❑AIvtl�,��ture ❑ Other SUBMITTED BY (Company Name) DBA PRO S0URCE ONCE .ADDRESS; ' CITY, STATE ZIP: �-� '4 ` { ❑❑� : , _ 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business: AGR,C, DISTRIBUTION, LLC Correct Name of Bidder DSA PRQ SOURCE ONE Principal address of Business City, State Zip17 2, If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation T ❑❑, . �; ❑❑_ c. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name and address of Resident Agent 3, If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT ...... ... _-_ Purc�;as�no Div,,sror� ...... ... ... State whether general or limited partnership . . . .... ....... .. ........... ... . 4, If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS .. .......... ..... . ........... - - - — -------- - ----- - . . .......... ........ . . ... .. ..... ....... . . . ...... ......... .. ... ........ . .. . ......... . . . I----.----,....,.''..-.- . .. . ... ..... . . ...... . r name, stibm-t evidence of compliance operating . . ..... . ......... . . . . .. . .... ............ 5. If Offeror i, operatin ag fictitious nai I with the Florida Fictitio;��a8me Statute, F. How many years has your organization been in business under its present name? 3 (3 Under what former names has your organization operated? V N V, ........... . ..... . . .... . .. . .. 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please, attach certificate of competency and/or state registration. ... ........ ..... 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: — --------- . .. ............. .. . ........ .... . .. . . . ... . .. ...... ... ......... ...... .... . ... .... ............... . 9 State the narnes, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods YOU have provided (government owners are preferred as references): NAME ADDRESS PHONE 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). ff _. l "'�('. i r`{. �.. �, !a tf ^✓. • ;:� 1 � �'-a °, c ^•., � E e"---. I l ^f�4 ry �0.—..:::1 !�`ai} 11. State the name of the individual who will have personal supervision of the work: ff � gg THF=. BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT ` HAT MATERIALLY AFFECTS THE RIDDER'S OUALIFICATIONS TO PF':.RFORM UNDER THE CONTRAC I SHALL CAUSE THE OWNER TO REJEC"r THL- PROPOSAL, AND IF AFTER THE AWARD, TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. % (Sign< -lure) ACKNOWLEDGEMENT 1119rl11PYS-1m. oldr l IQM Wilug u I a ► 1 State of Florida County of`',' On this the day of2002, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she./they executed it, WITNESS my hand and official seal. NOTARY PUBLIC; SEAL OF OFFICE: NOTARY PUBLIC, S"T"ATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type: of identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath REFERENCES Please list name of governrnent agency or private firm(s) with whom you have done business within the past five years: AGRO, DISTRIBUTION, LLC Your Company Name DBA PRO SOURCE 0ME Address City State Zip Agency/Firm Name: . \I\. Address City State Zip Phone/Fax Contact Name _ ' �> s,� ` Agency/Firm Name: Address ` -- City State Zip r s' L� x Phone/Fax Contact Name r — Agency/Firm Name:: Address _ City State Zip \ = a Phone/Fax �`, C� Contact Name Agency/Firm Name: Address .......... -_........ ...... .. City State Zia Phone/Fax Contact Name - l � ........... . Agency/Firm Name: Address City State Zip Phone/Fax ._._...... i Contact Name ,}. . . ... . . . ........ ......... ..... (.�i j; }�.. �. a., .....,,,..............- 1 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from,a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In carder to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 13. Give; each employee.' engaged in providing the commodities or contractual services [fiat are under bid a copy of the statement specified in subsection (1). . In the staternent 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 89:3 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 t jform complies fully with the above requirements. r R Autho ized Signature Company Narr1e COMPANY NAME: (Please Print) i F r _ ';. Carefully read th(,Gcii :ral Tf:,a s, & Conditions, Spc;c;ial Conditions arici the General Requirernerits, 1 12 Carefully read the Dr�t,-Ailed Specifications, wd then troperly till out the BID F 0 RMS. .._1 - iflout 4�Sr�c:9 ; ictr� tlic; NUN -CC tJSI�/I i�I t it /�,'v'1T arid have it properly notarized, _._._ ' : icira the CERTIFICATION Fade. Fa liure to car, ;so will result in your [aid being d[?r.med rion-responsivF'. 5. Fill out the BIDDER'S OUALIFICATION S li-ATEMENT. j 16. Fill out the REFERENCES page. Sign the VENDOR DRIUC, FREE A/0RI/CPLA(;;E FORM, y ti, include proof of insurance. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. f t) fake sure your Bird is submitted PRIOR to the deadline. Irate Bids will not he accepted. Failure to provide, the regt.je stod attaac;nin(-- rnts r-nay result in yor"ar' k id being deerned non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. D"! 0 0 BIB FORM BID NO. 03-OIB `all )rTaEttf.(.t by,1— ` - Y S '.,_ r l f Bidder f H IS BID IS SUBMITTED TO: e�lt®f cf Tarnarac Purchasing and Contracts Manager ,..,,,_ Northwest 83"' avenue t Barraaraac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid accepted, to enter into as contract with the City to perform and furnish all Work as specified herein for the f ontract Price and within the Contract Period indicated in this bid. This bld will rcertaaaira : l.ar;,i( c;t. to =-a(r egnaance for sixty (60) days after the day of bid ("'xn : Wing. Bidder will sign and submit the necessary documents required by the Laity within fifteen t`I5)) days prior to the date of the City's Award, aa) Bidder has familiarized itself with the nature and +extent of the contract docunnents, locality, and all local conditions and laws and regulations that in any ;Wanner may/ affect cost, progress, perform arac;c; ,)r turnlsfaira(l of the Work. b) i? idder has given the City written notice of all conflicts, errors or (ti;7c:rr t)anc;iE t> that it riaas msc overced in the c:oratract documents and the written resolution ttat.reof by the City is acceptable to Bidder. This Bid is clerataine and not made in the interest of or on b(,ft3lf of astray undisclosed person, firm or corporation and is not subruitted in confon-nity with any agreement or rules of any caror.ap, ;_association, ow.janization or corporation; Bidder has not directly ()r indirec:fly induced or solicited any other Bidder to subrnit a false or sham Bice; Biddc r has riot solicited or induced any person, firm or corporation to refrain from bidding; sand Bidder has not sought 1)v c,c)Illisiora to obtain for itself any advantage over any other Bidder or over [tie Git.y_ 1 3. Bidder will c;ornpiete, the Work for Ihc> prices shown in the "Biel Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established hereira- ...................... (n LL cj z.2 r ji n 76 At U) (D U) U) c) 0 0 0 0 0 to U) U) Lo ff) Go U :s - I = co. M (:) U) M M M CO M m (2) (D (D 0 C) CD w .1) C)! CD W) C-) tN C) C) C) 1.0 I-f) u 0 M N (0 "T LO co (y) (N -j -r Cif cr 0) Q 0 C) -a •CL rl-D (T) 0 (91 (D (tif) co Lr' 1.0 Lq Lo 101 IX) CJ)-.J IN Ix X X X C) CD C) x X 7! N C) X X, x X (7) X i i CL LL (L M (7, (n U) 51 E-1 Li- E (3 9 m m (D � (11)m � ul � (D 7 F. I I m C, (D Z Ki M rL J" I E E fl 2 ti C) 0 E c z E -�6 U) q ; 1q771 71 73, 7! 0 0 (D L U) a) LLJ <b C iJ CL Cco C") x C) Q01 x x i X CIO U) < I C-) —j (1) c a)c LZ CL .> M tr, � c-, U) CT 0 Z! LL as M Q) 0 0 tj (D V) ill ED > �7- ;7- (D cl 77 (1) cc — = (D m > U) 0) �T q) U) Q) 7D C: 0 u co Q) 73 m 0 CO (D (D CL (D DID FORM (confrna ed) BID NO. 03-01 B The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided efrorrc,.c.ar.as information. The undersigned declare to have specific and legal authorization to ohiigrate their firma to the terms of this bid, and further, th<,-A they have examined the Invitation to Bid, they instrr.ictions to Bidders, the S I:aecific ations, and other documents included in this bid rt:cttwst, and hereby prorralsc s ;=.and ".Igr(,"e ; 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 c; �tjfies the, product rand/or e(jiaiprrac;nt rneets or, exceeds the specification as in the bid p<:ac k acte; and also <agre es thatI)roducls -Acid/car <>c:tuiprrac::nt to be do Gvc;rc.ct which fail to nicot bid spo6fications will be rojected by the City within thirty (:30) days of delivery. return of rejection will be at the expense of the bidder- y C;orrapany Name Authorized Signature address: _ °. u .:ecf/fir':: _ .._... .__.... s yp inted W.irrme _ [ ...:. a _ _M City, State, ZIP telet,ahone & Fax Number a.. I i, n,< r { .... ........ _.-. - Contractor's License Number Federal Tax ID# r, j 1 I . ......... . . .. BID FORM BID NO. 03-016 Bidders Name: Q, TERMS: % Net days Delivery/completion: calendar days after receipt of Purchase Order To be (,;llylbic';or award, one (1) original and two (2) copies of this bid form MUST be submitted with the Rid. NOTE: Bid st.-ibmittals without the manual signature of an -ii.ithorized a(- ent of tho Bidder simll be deorned 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. BID NO. 03-01 B Bldi:] ,r's Name- ILI Variations: 'i he Bicic;l(;r shall identify all variations ;and exceptions taken to the Instructions to Bidders, the Special Conditions and any Tec hra➢c: l Specifications in the space provided below; provided, however, that such variation s are not expressly prohibited in tho bid documents. For each vmirat➢on listed, reference, the applicable section of the bld doc: urnent. If no variations are listed here, it is understood that the Bidder's Proposal fully corraplies with all terms and conditions. It is further understood tta ,at such variations may be cause for cicA(;rrnining that the Bid Proposal is non -responsive and ineligible for award: ( cyticara Vaan arac e: , `,7ectaora Section Variance Section Variance 4-- - ,attach additional sheets if necessary. U U H Ll I j U NON-COLLUSNE AFFIDAVIT ) SS: being first duly sworn, 1. He/she ii the _.w_ _ ... (Owner, Partner, Officler, i epi(-:sentative or ,Agent) of the Offeror t.tuat has submitted the attached 2. 'He/shs; is fully inforrTaed respF:cting the preparation and coriterlts of the attached Propos,ai and of all pertinent cir(,.ulTISL races respecting sijch Proposal; Such }-�r'opot al is genuine ,anci i`.,; no t :i c.,ollusive or • ham Proposal; 4, Neither the said Offeror nor any of ii:s officers, partners, owners, agents, representatives, ernployees or parties in Interest, including this ,:affiant, have in any way colluded, c_ nn; pared, connived or acdre>>�_ cd, dirc-;rtly or indirectly, with any other �dfferor, firma, car person to submit a c:;ollusiv(-. of-;->h am Proposal in connection with the Work for whic: i the attached Proposal ha.; hetl : ubmitted; or to refrain from bidding in connection with Such Work; or haysa in ;any manner, cdire.ctiy or indirectly, sought by icr(>c rrlent or collusion, czar c;orraralurlic:ation, or conferc,nc e with any Offeror, firm, car person to fix the price or prices in '.he rattac;i-led Proposai or of any other Offeror, or to fix any overhead, profit, or coast elements of the Pmpo s<ai price or the Proposal price of any othE;r Otforor, or to secure through any collusion c on>,pirracy, connivance, or unlawful any advantage, against (Recipient), or any person interested in the proposed Work; 5The price or pric.c s cauoted in the .att<arhed Proposal -aro .t,-sir and proper and are) not tainted k:1y _any collusion, conspiracy, c orinivance, or i:ral�,)wfd agreement on the,. part of ,t1c; Offeror or any other of its regents. rfWprc. tarn ativs,.,, yawners, ernploye(,-s or parties in interest. including this affiani- Signed, sealed rarird caelivered in the preserice of: t [3y r wu .. n js i Witrlc ss, Printed Name; Title E U 11 U I I 11 D . . . ... ............... .... ..... ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida I County of_ `�",Oeo'J' On this the day of J" 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared: and . ...... ..... . . .. ......... ....... (Narne(s) of individual() who appeared before notary) whose, narne(s) is/are Sul')scribed to within tho instrurnent, .'Md hc,/she/they acknowledge th.it he/she,/they executed it, \[VIT NESS my hand and official seal. NOTAkY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE. P (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or YProduced identification: (Type of ldeV'ification Produced) q DID take an oath, or 7 DID NOT take an oath D We (1), the undersigned, hereby agree to furnish the. iterra(s)/service(s) described in the Invitation to Bid. We (1) certify that we(1) have read the entire document, including the Spocif c ations, Addition,<:al RegUirernents, Supplemental Attachments, instructions to Bidders. Torms and Conditions, and any -addenda issued. We agree to comply with all of the rc,,CjUiremE;its c:>f (1w, entire invitation To Bld_ Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION OT-HER L If "Other', Explain: w. r _.. ........ ..... ... -I __ ._.... M.._. ....... Authorized Signature Name (Printed Or Typed) _ .- ,;.., Title Federal Employer LID./Social ............. . Security No, d .. ........................ T. Company Name Address F� City/State/Zip Telephone: -, . N ; .,-� Contact Persan...�.�.,, �' Fax Nr.a Number i . . ........ ........ ........... ... . . . ..... .. .... .... . ...... .... .. 0 BIDDER'S QUALIFICATION STATEMENT under oath thc, truth and coriectness of all staten'lents and ol: cffl y)W;IAICr;5 to qtw,-tlons made, hercjri.�Ifler, SUBMITTED T(.): City of Talflarac Purchasing & Contracts Manager 7525 NW 88'r'Avenue Tamarac, Florida 33321-2401 CHECK ONE: F]Corporation Fartncrship Individual Joint Venture Other SUBMITTED BY (Company Name) ADDRESS: CITY, STATE ZIP° 1 State thf-,� true:, c,x act, corre—t ind compk,,tc. tirirm- (.)I the partnership, corporation, aldc, or, 9iflitiol.13 fl<=iflle ur1d(.-!rwh1ch you do bw,�ines.-iand th(.,-,,addreSs of the place of b t. I i r I IS Correm. NIElffie of Bidder Principal address of Business . .... .. ... . ... City, State Zip 2. If Offeror is a (-.1orporafion, answer the following - a, Data of liv-.,orporation b. Sltaie ol' hworporation . .... ..... . G President's riji-ne d Vice President's name e. Secretary's narne: . .... ... .. . . ...... .. Treasi-trer's ri%UTW' . . . . ..... . .. ... ............. . ............ g. Nar-ne and address of Resident Agent, 3- If Offeror is an individual or a Partnership, answerthe following: Date (,)I Organization N<,,vue, and ownership units of all pa�rtneis (if nucossary, Ilse separate sheet), NAME ... . ..... ... ADDRESS OWNERSHIP UNIT 'State whether c em,,,val or limited partnership ,.I - - --------- -- ----- ---- . .... 4, If offer Is other than an individual, corporation or partnership, describe the organi7.ation and give the name and address of principals: . . . . . ....... .. ... ...... ll renislration' ilcense' numbers or nk.nnb(-,;rs for the busines.,soc; or professions that are the subject of the Bid. Please atlach, certihcate, of, waipetency and/or :Mate registration ...... . ....... .................... . ... . .. .. . I....., . . .... ........ .... .. ..... .... .. Haw-) You (,,wer furled to, any work to vouV If so, state when, where and why- 10 t.ist the pertinent ti.,xperiencu ot the kt>y wilviduals, of your org ini E-itiort (c ontim.,Ie on insert ;-;Iaeel it ne c.(,ssary). r I State the rr�111ae: of th _, individual who will have personal sup(, rvision of the work: , !HE: 1. IDDE ;. lC::`r<NUVV!.!: t )t>I ;; „NC) UNDERSTANDS 7 HAT ! HF INFORMATION CONTAINED IN RESPONSI'_' TO THIS QUAI 11 !CAT ION: S ! ATFMFNT SI'IAL Bl-,- l IE:ED UPON BY 'THE 0WNFR IN AVVAR )IN(,' I HE CON 1 I AND SUCI-I INI"ORIVIA r ION IS WANNAN T ED BY BIDDER TO BE TRUE. i II I:)I ,C C)v[_fZY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE B11)DE_ R `, (A)ALIFIC:;AI'iON`, 1() PERFORM UNDER TH17 CONTRACT SHALL CAUSE THE OWNER TO 7I.,1(_C; _ 1 I-{F- f>V:C?(='C,) AL, AND iF AFTER THE AWARD, 1-0 CANCEL AND TERMINATE E_HE AWARD AND/OR GONTRAC-i (Si`gnature) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Florida C,)Lanty of . ..._ _. .. ;�,art thi., the /t.:a y + 2002, before me, the undersigned Notary Public / caf < :- , o , w„� -� of the of f-londa, porvonally appeared and (I�larttc;(s) of individuai(:) who appe arc d before notary) whose names) is/are Si_ibscribed to within the instrl.iment, and he/she/they acknowledge that he/she/they exo cuted it. VVIT NESS my hand and official seal. NOTARY PUBLIC, SEAL OF OFFICE NOT,f,,��Y PUBLIC, STApfE OF FLORIDA �rSYY F�F��, '.iy �. t. i. ,,� °Rdri /�.�i F, �� ..,v• i � 1l%!rt 911, 0310-1/1 v, ,.. r-=.� _ _.. (N<arrie of Notary Public: Print, t amp or Type as CornmissIortod) [JI Personally known to me, or �a'"Produced identification: (Tyt:a(.; of Identification Produced) 0, DID take an oath, or El DID NOT take an oath ......................... ....................... ................... ............ Please list name, of government agency or private firm(s) with, whorn you have done; business within the past five years: Your Company Name Address City State Zip Phone/Fax i 1 Agency/Firm Name - — - Address amity ;late Zip r t_;c)rika(:t Name Ac)cracjv/F ir.w.t.t d,4ams �cicarr .... ....... City S- .ate Zia — Phone/Fa)( Clont%tct Narne Agency/Firrri Name':Address _. ('.ity State Zip Phone/Fax Name AC) ,ncy/Firm Name. Ac.1(1re: t_,iiV i W ,— Phone/Fi�x r _ M .:_...... . . Contact Name /\rtertir.y/Firrri dame: Address City .Mate Zp _.r Phone/Fax (Contract Narne f