Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-288Temp. Reso. #9524 September 10, 2001 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-288 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF CHLORINE FROM ALLIED UNIVERSAL CORPORATION UTILIZING THE BROWARD COUNTY GOVERNMENTAL PURCHASING GROUP BID #00-C-054F, "CHLORINE" FOR A TOTAL COST FOR FY02 NOT TO EXCEED $30,000 WITH FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is required by the Florida Department of Health as a water purveyor to use chlorine in the water treatment process for the disinfection of the potable drinking water; and WHEREAS, The Broward County Governmental Purchasing Cooperative Group has renewed Bid #00-C-054F (copies of which are attached hereto as "Exhibits A"), for the purchase of chlorine from Allied Universal Corporation for one year with one additional one-year renewal option period available; and WHEREAS, City Code Section 6-154 allows the Purchasing Officer the authority to join with other units of government in cooperative purchasing when the best interest of the City would be served; and WHEREAS, the City Commission approved funding for chlorine in the FY02 budget with funding from the appropriate Utilities Operational Account; and Temp. Reso. #9524 September 10, 2001 2 WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing/Contracts Manager to purchase chlorine from Allied Universal Corporation utilizing the Broward County Governmental Purchasing Group Bid #00-C-054F for FY02 at a cost not to exceed $30,000; 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 purchase of chlorine from Allied Universal Corporation. 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. SECTION 2: The appropriate City Officials are hereby authorized to accept and award the purchase of chlorine from Allied Universal Corporation utilizing the Broward County Governmental Purchasing Cooperative Bid #00-C-054F for the purchase of chlorine at a cost not to exceed $30,000. 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, or other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in u Temp. Reso. #9524 September 10, 2001 3 part or application, it shall not affect the validity of the remaining portions or applications of this resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 10t' day of October, 2001. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. KCHELL S.ltfeF CITY ATTORN REG/JH/mg 1 JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Aye, DIST 1: COMM. PORTNER A e, DIST 2: COMM. MISHKIN A ev DIST 3: V/M SULTANOF A -ye, DIST 4: COMM. ROBERTS "EXHIBIT A" ,l FINANCIAL MANAGEMENT DEPARTMENT CITY OF CO)WL 9piz],GS FLORIDA CAL PURCHASING DIVISION 9551 WEST SAMPLE ROAD CORAL SPRINGS, FL 33065 GOVERNOR'S STERLING AWARD WINNER TELEPHONE: (954) 344-1100 FAX: (954) 344-1186 BROWARD COOPERATIVE PURCHASING GROUP BID PARTICIPANTS BID #00-C-054 - CHLORINE The above referenced contract has been renewed to the following bidders for their respective items, effective March 1, 2001 through February 28,2002, with options to renew for one (1) additional one (1) year time period: Allied Universal Item #1 Chlorine, 1/Ton Cylinder $295.00/Cylinder Item #2 Chlorine 150# Cylinder $ 46.85/Cylinder Item #4* 100# Calcium Hypochlorite $ 94.50/Drum *Minimum of 4 drums Jones Chemicals, Inc. Item #3 55 Gallon Drum Sodium Hypochlorite $ 31.62/Drum I hope this gives each one of you the time needed to get approved by your government body. A copy of my City Commission agenda memorandum is attached. If you have any questions, please do not hesitate to call me at (954) 344- 1103. :�ar1;;-1za Ray Matias Purchasing Agent II January 24, 2001 "EXHIBIT A" City of Coral Springs City Commission Agenda Item SUMMARY SHEET FILE COPY CITY COMMISSION MEETING OF: January 16, 2001 Agenda Item: DEPARTMENT: Financial_ Services Department/Purchasing Division PREPARED BY: Ray_Matias, Purchasinz Aizent II Initials: 6�. COPIES TO: L. Aurigemma, City Engineer C. Lindsay, Water Plant Operation Supervisor D. Russek, Financial Services Director S. Goren, City Attorney P. Richardson, City Clerk SUBJECT: Chlorine REQUESTED ACTION: Contract renewal PRIOR ACTION: Award of contract at City Commission meeting of 1/18/2000 STAFF RECOMMENDATION: LOCATION: To renew bid 00-C-054F for chlorine as follows: Items 1, 2 and 4 Allied Universal, Miami, Florida Item 3 Jones Chemical, Inc., Ft. Lauderdale, FL The term of this contract is for a period of one year commencing March 1, 2001 and ending February 28, 2002. The estimated annual expenditure is $40,000.00. City Wide X Specific NA Public Works Utilities Division ATTACHMENTS AVAILABLE ON DISK: ATTACHMENTS AVAILABLE ON HARD COPY: Renewal letters from vendors "EXHIBIT A" CITY OF CORAL SPRINGS CITY COMMISSION MEETING OF January 16, 2001 SUBJECT: Chlorine Contract Renewal BACKGROUND INFORMATION: 1. 2. 3 4. Using Department(s): Public Works Utilities Division Justification for Award Recommendation: X Most responsive and responsible Bidder Highest ranked Proposer Other Funding: Account Number: 402-6003-536-5205 Current Balance: $ 53,914..00 _ _ Date: Account Description: Chemical Accounts Is this item in the adopted budget or CIP? Yes X No 5. No. of Vendors solicited 16 No. of Coral Springs firms solicited 0 No. of Vendors responding 2 6. Agreement Info: Contract executed by Firm X N/A 7. Insurance: X Approved N/A 8. Additional Information: The City of Coral Springs has an ongoing need for the purchase of chlorine. This chemical is used by the Public Works Utilities Division at the Water Plant as a water treatment chemical. Cylinders of chlorine are ordered on an as -needed basis and charged to the proper accounts. The City, acting as the lead agency for the Broward County Cooperative Purchasing Group, solicited bids for chlorine on December 14,1999. Bids were received, reviewed, tabulated and recommended for award on February 16, 2000, with options to renew for two additional one year periods. This is the first renewal, for. this Co -Op bid. The City is paying under the current contract $317.10 for a one ton cylinder of chlorine. Staff was able to negotiate the price down from $317.10 to $295.00 per one ton cylinder. A cost savings of approximately 7.5 % for this renewal period. "EXHIBIT A" FINANCIAL MANAGEMENT DEPARTMENT CITY OF CUWL SPRINGS FLORIDA GOVERNORS STERLING AWARD WINNER January 24, 2001 Ms. Catherine Gillarmod, Administrator Corporate Sales ALLIED UNIVERSAL CORPORATION 8350 Northwest 93 Street Miami, Florida 33166 PURCHASING DIVISION 9551 WEST SAMPLE ROAD CORAL SPRINGS, FL 33065 TELEPHONE: (954) 344-1100 FAX. (954) 344-1186 SUBJECT: Bid #00-C-054F, Furnish/Deliver Chlorine for Participating Broward County Cooperative Purchasing Group Members Dear Ms. Gillarmod: I am pleased to inform you the Coral Springs City Commission, at their regular meeting on Tuesday, January 16, 2001, approved renewal of Bid 00-C-054 for Chlorine for the following Bid items to Allied Universal Corporation for a period of one year commencing March 1, 2001 through February 28, 2002 with one additional one year renewal option available. Item #1 Chlorine - 1/Ton Cylinder Base Price: $ 295.00 Cyl. Item #2 Chlorine 150# Cylinder Base Price: $ 46.85 Cyl. Item #4 Calcium Hypochlorite 100# Base Price: $ 94.50/Drm (Minimum 4 Drum Delivery) Please continue to provide your Certificate of Insurance to this office throughout the term of this contract naming the City of Coral Springs as additional insured. The City looks forward to continuing our successful business relationship in this regard. If you have any questions or concerns in this matter, please do not hesitate to contact me at your convenience. Sincerely, ,Pa41 Reinaldo "Ray" Matias Purchasing Agent II RM:mlm cc: Broward County Cooperative Purchasing Group Participants L. Aurigemma, City Engineer C. Lindsay, Water Plant Operation Supervisor No Text Fri. Sept. 28, 2001 IA Ft C wMAW 3:�1t�rta�"gip', .::IUeltlip br�.kl, 8ewwtew . .......... More Search Options .......ryg.: r son.ui gour tant0 Accessing the pages on ambest.com constitutes the user's agreement to our terms of use; Information collected via this Web site is protected by our privacy statement; Comments or concerns should be directed to our customer service group; For other matters refer to our contact us page. - %areenwicn insurance company Member of XL Capital Limited A.M, Best#: 11095 NAIC t: 22322 View a list of group members or the rou 's raft Best's Rating . M ��� A+ (Superior)* Financial Size Cate o XV ($2 billion or more) *Ratings as of &2&2001 10:50:00 AM E.S.T. or purchase the complete Best's Com an Report for in-depth analysis. Rating Category (Superior): Assigned to companies which have, on balance, superior financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a very strong ability to meet their ongoing obligations to policyholders. est s at ngs re ect our opinlon ased on a comprehensive quantitative an qualitative evaluation of a company's financial strength, operating performance and market profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. (Best's Ratings are proprietary and may not be reproduced without permission from A.M. Best.) The rating symbols "A++", "A+", "A", "A-", "B++", and "B+" are registered certification marks of the A.M. Best Company, Inc. Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+) companies. TI special emblem displays their rating and category (Superior, Excellent, or Very Good), helpi you discern industry leaders at a glance. Insurance Companies interested in placing a Bes Security Icon on their web site are required to register online. No part of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. This is to Certify that ALLIED UNIVERSAL CORPORATION Name and 8350 N.W. 93 STREET address of LIBERTY Insured. M=AL MIAMI, FL 33166 IA Is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is sub all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to whi certificate may be issued. TYPE OF POLICY EXP. DATE POLICY NUMBER WORKERS ❑ CONTINUOUS COMPENSATION ❑ EXTENDED WC5-151-278594-011 ® POLICY TERM 01 /01 /2002 GENERAL LIABILITY 14WLsv VI"' - V ndor: ate of Review: ❑OCCURRENCE 1,cceptable ❑CLAIMS MADE of Acceptabfe '. Note Deficiencies 8 w)� RETRO DATE TOMOBILE LIAB ❑ OWNED ❑ NON -OWNED ❑ HIRED rHER LIMIT OF LIABILITY COVERAGE AFFORDED UNDER EMPLOYERS LIABILITY WC LAW OF THE FOLLOWING STATES: Bodily Injury By Accident AR, FL, GA $500,000 Accident Bodily Injury By Disease $500,000 Policy Limit Bodily Injury By Disease $500.000 Each Person eneral Aggregate - Other than Products/Completed Operatio Products/Completed Operations Aggregat Bodily Injury and Property Damage Liability Per Occurrence Personal Injury Per Person/ Organization Other Other Each Accident - Single Limit B.I. and P.D. Combined Each Person Each Accident or Occurrence Each Accident or Occurrence If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS : IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION ABOUT THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER, WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER, NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED n UNDER THE ABOVE POLICIES UNTIL AT LEAST XX DAYS I �.ti NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: 12 CITY OF TAMARAC ATTN: ALBERT CERTIFICATE 7525 N.W. 88 AVENUE HOLDER 5 77 James R. Fiet AUTHORIZED REPRESENTATIVE Ft. Laud rd e, FL (800) 542-0055 09/20/01 I TAMARAC, FL 33321 OVkE PHONE NUMBER This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Compan DATE ISSUED BS1501 Mon. Oct. 1. 2001 # Rellrngp, 8 Malpri„�,�g NAG *rnurarrce Rreouroee About h!. Beet SIAARCHQO%' Enter Company Name or A.M. Best Number More Search Options ANE&NWhere in the Fworld I A.Y. ■KST2 nidr I cations tw,ar d� � Chi Send us your �Inments Accessing the pages on ambest.com constitutes the user's agreement to our terms of use; Information collected via this Web site is Protected by our rivacy statement; Comments or concerns should be directed to our customer service group; For other matters refer to our Contact us page. erty Mutual Insurance Company Member of Liberty Mutual Insurance Companies A.M. Best f: 02283 NAIC *: 23043 View a list of group_members or the group's rating cab Best's RatinA+u(Superior)* Financial Size Cate ory XV ($2 billion or more) 'Ratings as of 10H/2001 9:10:03 AM E.S.T. or purchase the complete Best's Com an Re ort for in-depth analysis. Rating Category (Superior): Assigned to companies which have, on balance, superior financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a very strong ability to meet their ongoing obligations to policyholders. Best's atings re act our opinion base on a comprehensive quantitative and qualitative evaluation of a company's financial strength, operating performance and market profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. (Best's Ratings are proprietary and may not be reproduced without permission from A.M. Best.) The rating symbols "A++". "A+", "A", "A-", "B++", and "B+" are registered certification marks of the A.M. Best Company, Inc. Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+) companies. Thi special emblem displays their rating and category (Superior, Excellent, or Very Good), helpini you discern industry leaders at a glance. Insurance Companies interested in placing a Best' Security Icon on their web site are required to register online. i—opyrignt V ZUU1 by A.M. Best C_ ompany, Inc. ALL RIGHT���VED No part of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details.