Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-100Temp. Reso. #8566, March 12, 1999 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99- DQ A RESOLUTION BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID #99-13B, ENTITLED "EPDXY -LINED DUCTILE IRON PIPE AND FITTINGS", TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER SOUTHEASTERN MUNICIPAL SUPPLY COMPANY (SEMSCO) FOR $15,890.40; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, twelve hundred (1200) linear feet of wastewater force main are scheduled to be replaced in Mainland Section Eight; and WHEREAS, the replacement of the force main along NW 58`" Street, east of NW 70" Avenue must be completed prior to the FY00 repaving at NW 581" Street; and WHEREAS, bid #99-13B was issued to obtain competitive pricing for 1,200 feet of epoxy -lined ductile iron pipe and fittings; and WHEREAS, SEMSCO submitted the low bid of $15,890.40; and WHEREAS, the Director of Utilities and the Purchasing/Contracts Manager recommends awarding Bid #99-13B (attached hereto as "Exhibit 1 ") to SEMSCO. 1 Temp. Reso. #8566, March 12, 1999 2 WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid #99-13B, entitled "Epoxy -Lined Ductile Iron Pipe and Fittings" to SEMSCO. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The award of Bid #99-13B to SEMSCO is hereby approved. SECTION 3: Funding for this purchase will be from the appropriate Utilities Operational Account No. 425-6040-535-6330 entitled "Construction Distribution". SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict.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 Resolution. 1 1 1 1 Temp. Reso. #8566, March 12, 1999 3 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of , ATTEST: (iaw-4� CAROL GOL MC/AAE CITY CLERK I HEREBY CERTIFY that I have apprcy�ed this RESOLUTION tof r ./ / MW/sl/mg MI-FCHEL�L 0, KRAFT CITY ORNEY JOE SCHREIBER MAYOR RECORD OF COMMISSIO OTE MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: VIM MISHVJN DIST & COMM. SULTANOF DIST 4: COMM. ROBERTS Temp. Reso. #8566 CITY OF TAMARAC UTILITIES INTER -OFFICE MEMORANDUM TO: City Manager DATE: March 12, 1999 FROM: Director of Utilities RE: Purchase of Epoxy -Lined Ductile Iron Pipe and Fittings Recommendation: I recommend that the City award Bid #99-13B, entitled Epoxy -Lined Ductile Iron Pipe and Fittings, to the lowest responsive and responsible bidder, Southeastern Municipal Supply Company (SEMSCO), for $15,890.40. Issue: The purchase of 1,200 linear feet of 6 inch diameter epoxy -lined pipe and fittings as per Utilities specifications, to be installed by Utilities personnel, replacing the wastewater force main which services Mainland Section Eight. Background: The existing age and deteriorated condition of the force main which is located on NW 58' Street, east of NW 70" Avenue in Mainland Section Eight, must be replaced prior to the City wide repaving project. This project will be completed by the Utilities Department prior to the FY00 phase of the Paving Project, when NW 581" Street, east of 70" Avenue is scheduled to be paved. The Director of Utilities and the Purchasing/Contracts Manager recommends the purchase of the epoxy -lined ductile iron pipe and fittings under Bid #99-13B, from SEMSCO, at a total cost of $15,890.40. Funding for this purchase is budgeted under the appropriate Utilities Operational Account. Michael Woika MMI/mg COMPANY NAME: (Please Print): p Phone: - "EXHIBIT 1" S Snn S60 Fax: ---NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. ',Carefully read the SPECIFICATIONS and then properly fill out the BID FORM «A (Attachment „) 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. 1 3: Sign the CERTIFICATION PAGE (Attachment"C"). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). '` '' t the REFERENCES PAGE (Attachment "E"). 5 Fill out w Y ' 6 Si n the VENDOR DRUG FREE WORKPLACE FORM Attachment. F V 7Include WARRANTY Information, if required.Lw w , , :.',. .... 8 Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope Y ' 9sM " Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES Ff, N/A 10;, Include a BID BOND, if applicable: Failure to provide a bond will result in(' �utomattc`r I L J,,j�,, P i•y Jalj r.,xr + r p.:; lJ�.l h{ r�r i}'Xr irrrr� r`e eon of your bid s;, y r C ,r,F ,tip._ r r,rt % F 4i 7 11 17 ake sure your BID is submitted prior to the deadline Late Bids will not be accepted R. kx,v'ti�l y4 gltt w6�lZ� ! M� Y#ra �����'. AFM�^{ ���{ •+ { N/k ,12 , Include proof of insurance,.,, !�I"��rl r 'M1i�F7J! ���' {�r� r. •i. I rl ly' r }yf �,:" Y � i ��Aj P'ts??�l li�'F Ta',9' j�+.t� lT r'i'�4:>�+l �+�N�4+iy" r r�` =ir Ate 1 1!0 I.,54T; ,i t�.7 ) d • sr. '....AILU,�E TO PROVIDES THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR. BIDS. BEINGzr�;;" . { I.y { . ,x i rd e p a r "•. r c( �. �' Y , +� '..�F i` P Y .}'wvr+"� EDNON RESPONSIVE'i,FY ,� a� r(✓ '1`r 6 '•�'P. < R,: ,�fr✓ra >y ":rr 1'.;'A+ t'• yy ��"� ,r I� �"5�i�"� x"r f'tPa�� C.naFr d 1.,,�, �.., �., :�':y � r A � :.. ," '?9 iv. ` � v"'}4r,"'tl dw:. ,'� .r''.• � •fir ;1\ra� {� % � � "S +ri" t i o G AND THE F k do ' OLLOWING COLORED RAPES ARE TO B ETURNED�y1 YOUt III] d yy ' �� r ,za..` J, 4 YO jjr �IQ r THIS SHOULD BE THE FIRST PAGE OF �� g r`,� r ws. rsy! tl yM ,y a ,�, W f t rj_ wa �Y f'�i y,', p t 1; ✓'f ':r f'+� v ,r(,..��''�p rf�''' 1s°r "gyp+ � 1 i�✓." e'� 1 a a �a �� p 6 F It r ry�ya r a rt r rI �r�.1aY� '.&�J•rii lej�}.a`iiN9�wF'��"1' 1 S. $ k 8 08 / § � &Fp� \ 3 � §LLJ § k d § w a ¢CR (D § o K G $ % � CL § ) . I 0 2 Lei. / 0 e IL 4 d k 2 $ S 8 8 k \ 20 ¢ ° $ z [ - 3 � ] / /° k m ) n w CN a k \ / ) \ \ � I U � K § LU z ) § % d k w 2 q m ( s I ■ _ E k\ q s e « 0 OR a a rL 2 $ . \ i � Q _ � § a.■ 2 k � 2 z � § § CF �1 1- - LU k § R z g b 2 � 5 - IL 2 w m w § § § � 2 § 2 2 w w o - LU Uj w Eno w m LLI § Cl / d / t:) 2/ § _ 2 U. MAR-10-1999 11:17 SEMSCO DAVIE P. 02 6 cr I u LIL, ID F t.�j 0 lu 0 - rd !i 0 z O's z i6n Ac Z so nj X, LU T 7 Ln ts ZION Z, ;z 'AL -4p Z— ij S c W z f-3 0 'm lu , :17 c3T-, 4.j Z cm a N e0 ur M, C)yn c 4 W t k-9, 4. it LL, ILU IE rtis11. iO3 0 LU Uj. EO CL 10 f* 4W > LU LL ) A. L IL CIO Ix C3.:. 10 f X- 93Y ca C3 OD z - i1c Poll 10 Lu llic)"4Z L13 in L SSWOO -nV NtirUau: HOY.L30 ION W TOTAL P.02 tP 11t k �k ;:J'�, III }l q rt 1 v ,(."'.�: i� Y i,;. d 1• � � „ ", e; 11p ,1w' d4 i yA f �Mr�y� ;.,. ATTACHMENT "A" BID NUMbE"k 9943E m; ;I 1, a�131D FORM,.'-.,,:75'. ,� 1,.,. t^ y `1 14 r 1,014 i frJWy 7k 4{u gFhL t d. b ti�e 11 ♦', J OI( DUCTILE IRON PIPE AND FITTINGS t k'LINEDL lift t r �.' t.,, ;'.{ e •�, ai �, �(Y 1 i ff I I �8,,+_y,yL• /',°,F •� Y� A91'` 1 i n •ri '� M h t hl (r fly i,k''� YL•'I A' R { q�ir" ? �51 ( Y!. r 1 t( t., tf �a� Y�F. W w 7 r ,..? 4 To The Purchasing and Contracts Manager of the ty marac ,1Ne proposeo furrnsh the following in conformity with the specifications and at the below l h� ''bid prices' � 'he bid prices quoted have Beek checked and certified to'be dorrect.'xr t '.'' Y1 ;' Quanti ,�IJOM ''. r;�� ,' De'scri lion $/unit Extension) LF fi° EQaXy lined ductile iron pipe (20' lengths) l� �y /LF $ !S,'t� r kIry q 5 lS N r V 1 ''r?`.M9 t 4 ,IS 4' 4 FA. 'r 6" 22 degree MJ elbow fittings ° T!EA` $ 4 EA. 6" 45 degree MJ elbow fittings �/.°°/F�► $ :' t GRAND TOTAL 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 p instructions to Bidders;1- `ihe Specifications, and other documents included in this,, bid ti 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: ;`- undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. S'Em sea .G• Company Name Authorized Signature 5Aso 0,et` ,4Y,6 L' 4VA+A,L Typed/Printed Name Telephone & Fax Number 04-3021921 Federal Tax ID# 1200 LF 6" Epoxy lined ductile iron pipe (20' lengths) 12.72 /LF $ 4 EA 6" 22 degree MJ elbow fittings 77 &..?/EA $ ;3t_" 4 EA. 1 6- 45 degree MJ elbow fittings 7q.O,'/EA $ GRAND TOTAL $ The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto'';.The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated, in the bid package_; and also. agrees.. that products an or .....'_pquipmentto be delivered which fail to meet bid specifications will be rejected by the City within thirty. (30) days. of delivery. Return of rgectionwill be at the expense of the bidder. re-o _ Company Name,, Tuthonzed Signature '4 n �t }•''per �` �} 01219'7JlrF. /viE 7 Ler r Addriss Typ6d/Prin'ted Name 'e—, j Cit 6 & aX u PX ;4"'; 1! tatel, 4'_ S­ Tel6ofi6n­ F _N _mb&� _y 1� 04'-'3021921 V ohtig'ddei- O'c'ense. ury 4. 1200 LF 6" Epoxy lined ductile iron pipe (20' lengths) la 1y /LF $ 15 264!o 4 EA. 6" 22 degree MJ elbow fittings 77 (-'?/EA $ 31°4' 4 EA. 1 6" 45 degree MJ elbow fittings 11q.q EA $ GRAND TOTAL $ lS�0I. The undersigned declare to have specific and legal authorization to obligate their firm to • the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid, together with all guarantees and warranties thereto. ` The undersigned bidding firm further certifies the product and/or equipment meets or, exceeds the specification as stated in the bid package; and also agrees that products sand/or .equipment to be delivered which fail to meet bid specifications will be rejected by the City § within thirty. (30) days of delivery.. Returnof rejection will be at the expense of the bidder. ..1 • Company Name Authorized Signature ,�dso .. o.e4,-k� : Y �4Ers l'or�,elr . k'a a `. SAddress . , K F Typed/Printed Name a � 5 k.-F #r'`Yr-����r- 4.W.,• ` ?.� r t 7:. f��u cry �CtiN w xS rj �City States ZIPv 's°f Telephone &Fax Number" i � K+ .P' 'ti ' 1. w LY ,p¢¢�_ h.•'?I,' L' T rt. a �t'� {.. .k p �. ,,,. a ZK r' 6 i sj�nr .�.'"C %,f"+i dmJi ,i�• t i SwF{ /'!": . . 'y�{��w 441' f �r �, �i 04=-3021921 Contractor's Lice nse.Numter:; .1q� Federal Taz ID# i t s•r o a F. �,,,.,s •r-� +.e� A *lA i,d{� '! '��tir k�' °� t �`�..� rat ' N ,M S y: i r ra���+ •i'q+ ���'��,"a� FaR'F •. r l� l �•• w _Ca �,�" r •t. •'ry � r x1,��. 4 ¢�,.�r � �� \'yam„ sl • 1f rig 9 7 rr'.', iT ��P r7N;j Ji v 5 [y 2< < r1..' CC i� rJ1* M r. *. 1 T� ^ "�r•{ k% �.�1° r�" '� r, v i f {f'fi 5 i.t ci Y c �` i a� �a �^, r :'3' 2 � � 4 %'�►',�t..r�. _'�� Y� r� j � . yea r r't r zn •�.�, m�R f,�G�n� •��.%-. No Text ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of FLORIDA ) ) sS. County of BROWARD ) PETE COCHRANE being first duly sworn, deposes and says that: (1) He/she is the DISTRICT MANAGER , (Owner, Partner, Officer, Representative or Agent) of SEMSCO D/O CLAYTON GROUP INhe Bidder that has submitted the attached Bid; (2) He/she .is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder, 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 Bidder, firm; or person to' submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in , connection with such worn; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure throw h an collusion, cons irac connivance, or unlawful agreement'any, advantage against (Recipient), or any person interested in the proposed work, a ` .The rice or nces quoted the attach, r and are not tainted O p p q ted An attached Bid are fair and grope, irac conrn �d `rr b an collusion, cons ,r` g the part of the r y y, p vance, or unlawful a reement on Bidder or any other of its ag' ents, representatives, owners, employees ° or parties in Y ` ; interest, including this affiant.'` b . z Signed, sealed and delivered •�.•;. the sen of: ir..� p r r?: `r• !(tK4ryF.^, �. d !{ iA t Y"lr�1r .j r A y Xr " r �" r± '+�' dr " ETE COCII NE'. it z fSa,`e�`�i`,! M t sa"ct (r'r7+ rs (Printed N`ame)', DISTRICT MANAGER u. afa` [ N�"'' , �j ,s � � � r• ,f w. bn � j r b d7 j lAr r r r' t , Y,1i :: Yi� •a ' (Title) t � � � � d•�hrnf + r, { :}:til a':" t 'sl+�k�y o �'�+ r-ir* Yhr I �, t' S 'j,M d "r Y < <t °{ `'•.`Sl�.� �y qi .r. 12 ATTACHMENT "By, continued + NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT r State of FLORIDA ) ss. r County of BROWARD .) I BEFORE ME, the undersigned authority, personally appeared " PETE'COCHRANE to me"well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that PETS COCHRANE ' executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 2nd day of MARCH ' egg 9 a 17 Lie � 1My Comm Exp. Wl/2002 � NOTA PUBLI^ trip y,7w{ ! ? r � " � ",;.',• A i u': 1 kYFfla(`yp{ p yi t . Jr: 1 / f 5 „"r,r lF a ( i n ture of Nota bli : Print,'. Stamp, or Type 4 r, t as C mmis-ione y r )iK {lar W I4. Personally known tome or,',..:- ' ( ) Produced ideritificationr Ik i Type of I D Produced r i I*, r r k r' 1 x;r t V �I P: (? ) DID not take •an oath; or ( X)DID NOT, take an oath. �y ,�,!,{✓, l�r�'e�yk�r) C 1, 4�., of t)'7� Gr r,r J 1 �.t II J(M �l Pt�t +tii(�✓Y`. iS t Y i��4pa yi ��,�' J .` r t v r .'. F rx { }• n i' `ti yw Et' J.. Sr f'f 4 k f �r F 7 r e �� Y•r:li 9 5' a� 7, , 1,'.'' v a r ! r n (l� r (..k� per, .}{p ka>�,tir s �:. r i� r s., r � ;:t t "., � a � ",;� f '.Iqr' i i r ' f'fr y �r e �"y a '�°}:' '4i 1r 'p§. �✓ry! � f •7 � \ �y`�wx Saw °� r 1 a rh > i ' r i � , i 5 ter' �� y "h rw ` x a w'R�� rS Y Jr " 4 ,'?r r 4 �tp'p ffyra 7Pu•" 'i Y y ; 1 �( `.a {r Af, ' 1 jrrl1; *�• "ya ��yhl at a .&y 'tiAk',.;: ^ + r;:'{ d r r .; Sr+' re �ry ' v: iy I! rt 1 y + !,f "y i e r,i ", ,�l hr .,?, k�•�ex Xz ra,�BP� y k�,'P:ro jl !2 6T' 7 r. +y •.? J:•E r+ J Y.,r ,� }r.,:)� r i r w, :y rr hyyd m : , r r �,�::: r t� 1✓ Y. a 4 1 �R fv N ! � r ,�, s r .,r ✓^ * k tr a ° i; ,% a a r i dr' � �a °^ � Y�' �� ,�ri! , Y� 77 4,'r ir�?a a1+ ,�w f�, �M�'Y5)r�F `� v�� �" a 1 " tr r�� v ,. tx>• �l�it�,!r � y i J;" 4,r r n.;':; 1 �;: .�..,:.�fr P.i.. + rr t;'4 y{ ey .i ) ro t :, Ai'� tpa 1,r, I1•. .i;.634,'.' ;.a �tyrr•rFu�ai rr.� tr rs g ,7�;F "•a " N,� 't r �'YY}}r++ ;ti°. lan iyy� �,,:w' \ /p'i,'rp�}{ ty"w `it' r �4.Y, l�d�y N 1; t •'qi . f�. LF l+ Ira ,' � fl :, rkr W :'.'� a 1 �I "'f r� y 7 ,, '.1♦1 n 4�,�y'dy ta)�,'+ F y+� � ly n. p� r ir. i k f fi 1':r''}i" .4 r 4 �! + r P, r •✓'�, a R �" . Yf ,q r r a t > y t r ;lr' 7 W'Oh C°ty �!':til'Z Spy r9} �� k 1 r, 1.rt a,y a � ?� �!u r �F.( r � � r +'a , ' P �.,'''(t � �°r: 7 r '7 ;;„ 1 0 "+ � � t� ^�,�� a �... I r � , , n 4�+(`•� � �� � � ��r"z 1 �.+ ,'C W a .,,. � "✓..,; :• ra l: t y dr' '� is a ,�N� � a r � 1„,t 'rc� V., �) a,,,� �`..°�A'k �' S '...: F •n f � �n„^;.r t :.` i , a � ,' +,'r xr{ S,".:t k , '+° �r.�,c,i � ��, �;5ri � r: '� �,�a:l�r 1 rt'r'a':•; �t a as +'" rwt ,: k J .4J...� �+ r� 4 �'P .::, rq Y� 1"r it ++ I �r �w�!a r + /,� q r•� � I' � ru �I r'�i. ,�J, M�a �t.� °>r'Ke I ti,.'. � y�'.. v"'� t'P , al lc rr 7 +y� ,."..>F r rlif ri� ,qy.;. 7 y a"�, t ar,!. 61 '� �r � ,, �' r ryr y A ; , "1 �,.' � 1t t � ' v .. �Y�' .J1a?� ifr r e?Slr t;6 a C� ✓fy �: : �j. + r r t 3 t �n � + .' r + I � r '�',�� A .r°,,wt�i� {•t�'rit 5 ra 4pr g�! � �a ry �'� } X44 c� r� ry 14 : 'Uti � + ., r • 5l � .. ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: SEMSCO D/O CLAYTON GROUP, INC. Address: 5850 ORANGE DRIVE DAVIE FLORIDA 33314 Street City State Zip Telephone No. 954 792-0901 Fax No. 954 792-4368' How many years has your organization been in business under its present name? 3 0 years V. `If. Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: N/A ` Under what former names has your business operated? N/A .At what address was that business located? N/A Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION d ,Are you Licensed? Yes n No ❑ If Yes, ATTACHA COPY OF LICENSEAW Has your company or you personally ever declared bankruptcy? a M ryiY Yes ❑ No ® If Yes, explain: ` Are you a sales representative ❑ distributor t! broker [3, or manufacturer ❑ r of the y,commodities/services bid upon? I ; YHave you ever received a contract or a purchase order from the City of Tamarac or other T, . , gavemmental enti ?,::Yes No ; ❑ yes1 explain (date `service/project bidA "tale etc) /. project,bid ry 1 1'f A +<yf . rt t 1. 4��✓�p.;4 r n:.y: r i +' 1 ! ! rrr t;r s rf "� 1�yP •.. f C! � I°P Y�}? Have you ever received a complaint an a contract or bid awarded to you by any governmental 31}entltY/? Yes ❑ No MlIf yes; explain:,,,;' �r / I 1 J W:• 6 Nn!' 1'p L...f isP N { F� !'�i ttr4r �d�a� v r {W b, rAd7r5 17 w+ li N o avle you ever been debarred or suspended front domg'busmess with'any'government l enter T:: 4. N es� ❑ No W If yes, explain ' :s �' i i� r �� i'k` ,, ; � ,� f ` ' , �' w 1I IT iE4'r , .r• x , +' �+ r{:iFr '^j, .: � n '.1 1 y�r �p�'Ayy Mi r �"K�� r'I A 1,Y r ' s 1' ip r a"� '�f�i '�"r1 5 ``=`6 q f ,-. f y�`. Ir Y J "`a !'! 0' t• r !'{ P rti' fire 14 + �/��'I'j <w 'j"� �3 R :•i ro'^; ,� 'r �`' '� i rrlrr r r 3 d��krS__pp ATTACHMENT "E» REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Agency/Firm Name: CIO FORT LAUDERDALE Address Address: City/State/Zip City/State/Zip Phone:492-7877 Fax: Phone: Fax: Contact BOB MALLOY Contact: r `' Agency/Firm Name: Agency/Firm Name: C/O SUNRISE Address Address: City/State/Zip . City/State/Zip y Phone: 846-7406 Fax: .:a 6 Phone: Fax: Contact PAUL MINK Contact: r �y• fs , It !! y 1? t J M' ATTACHMENT "F" VENDOR DRUG -FREE -WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have. a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects 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 which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2 Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. ` 3 Give each employee engaged in providing the commodities or contractual services that are ' ! bid a copy of the statement specified in subsection (1). !"k In the statement specified in subsection (1), notify the employees that, as a condition of o,, ing on the commodities or contractual services that are under bid, the employee will ,v K 4'"j abide by the terms of the''statement and will notify the employerof any conviction of, or plea 9 }of, guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance . k5tlaw of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction: 'III' 0 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 I�j a1 + t y•' ! ,r, �^{ {:r l' 7 b W°! 1 7 a tf 44> a+. P> ° s Make a good faith, effort to, continue to maintain a dru -free work lace }throu h g 9 p 9 k : implementation of This section. As the person authorized to sign the statement,I certify that, this form complies fully with the above requirements: r;,a Rg ;! x, p,! t r 1 ri f ri SEMSCO' D/O ;:,CLAYTON GROUP INC' . Authorized Signature Company Namet �ti r �p, ,i:,r "4 a:jh ?%,"' �1,��� fir, }� �� ,jF"F. ,. •,. tir,°, � c ,17! r C. • INVITATION TO BID BID NO. 99-13B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until, March 3, at 2:00 p.m., at which time bids will be publicly opened and announced for: EPDXY LINED DUCTILE IRON PIPE AND FITTINGS 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. 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. 99-13B, Epoxy Lined Ductile Iron Pipe and Fittings opening, March 3, 1999 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 issues, contact Scott London at (954) 724-2404. Steven J. Beamsderfer Buyer E mail: Stevenb@tamarac.org Publish Sun Sentinel: Sunday, 2/ 7 /99 Sunday, 2/ 14 /99 1 INSTRUCTIONS TO BIDDERS BID NO. 99-13B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: March 3, 1999, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid • number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies 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 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: An Bidder may withdraw its bid prior to the indicated opening Y Y p p g time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror 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. Payment will be made only after equipment has been received, accepted and properly invoiced. Invoices must bear the bid number and purchase order number. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost 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 3 r1 L..J the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES. Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the E • contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss 5 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 wilful misconduct of the City of Tamarac or its elected or appointed officials and employees. 23. 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 Technical Specifications outlined in this bid, the Special Conditions and/or the Technical specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager, The City shall not be responsible for oral interpretations given by any City employee or it's representative. 24. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. [01 TECHNICAL SPECIFICATIONS EPDXY LINED DUCTILE IRON PIPE AND FITTINGS (BID NUMBER 99-13B) SCOPE: The City of Tamarac intends to purchase epoxy lined ductile iron pipe and fittings according to the following specifications and in the quantities and sizes indicated in the chart on the BID FORM. SPECIFICATIONS All ductile iron pipe shall be Class 52 conforming to the requirements of ANSI/AVWVA Standard C151/A21.51. The wall thickness and outside diameter of the pipe shall be as shown on plans. Special minimum thickness classes of Ductile Iron Pipe Thickness shall be pressure closed. Each pipe shall be cast with the year of manufacture, the class and the letters "DI" for ductile iron. All slip joint gaskets will be included. Fittings for use with the ductile iron pipe specified herein shall be ductile iron Class 350. Cast ductile -iron fittings shall be pressure rated at 350 psi, minimum. All fittings with • mechanical joints, flange joints and push -on joints shall conform to AWWA/ANSI Standard C110/A21.10. In addition, fittings with mechanical joints and push -on joints shall conform to ANSI/AWWA Standard C111/A21.11, except that neoprene gaskets shall be used for the joint. • All ductile iron pipe and fittings shall be checked for dry film thickness in accordance with SSPC-PA2. Each pipe joint and fitting shall be marked with the date of application of the lining system and with its numerical sequence of application on that date. The pipe supplier shall furnish a certificate stating that lining applicator has complied with all specification requirements relative to the material, its application and inspection. Epoxy Lining The interior lining shall be Protecto 401 Ceramic Epoxy as manufactured by the Protecto Division of Vulcan Painters, Inc. or Permite Permox PCS-9043 Type II Glass Flake Epoxy manufactured by Custom Fab. All pipe and fittings shall be lined with a minimum dry film thickness of 40 mils, except for the gasket groove and spigot end up to 6 inches back from the end of the spigot which shall be lined with 10 mils of the material. An asphaltic coating shall be applied to the exterior of all ductile iron pipe and fittings intended for buried service and shall conform to ANSI A21.51. rA COMPANY NAME: (Please Print): Phone: Fax: ---NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D") 5. Fill out the REFERENCES PAGE (Attachment "E"). 0 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") LJ 7. Include WARRANTY Information, if required. 8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. N/A 12. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. Est ATTACHMENT "A" BID NUMBER 99-13B BID FORM EPDXY LINED DUCTILE IRON PIPE AND FITTINGS To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Quantitv UOM Description $/unit Extension 1200 LF 6" Epoxy lined ductile iron pipe (20' lengths) /LF $ 4 EA. 6" 22 degree MJ elbow fittings /EA $ 4 EA. 6" 45 degree MJ elbow fittings /EA $ GRAND TOTAL $ • The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. • Company Name Authorized Signature Address Typed/Printed Name City, State, ZIP Telephone & Fax Number Contractor's License Number Federal Tax ID# 9 • C] • ATTACHMENT "A" continued Bidders Name: NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. 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. 10 • ATTACHMENT "A" continued Bidder's Name: 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 Variance Section Variance • Section Variance Section Variance Attach additional sheets if necessary. 11 • State of _ County of (1) (2) (3) ) ss. ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT being first duly sworn, deposes and says that: He/she is the Officer, Representative or Agent) of Bidder that has submitted the attached Bid; (Owner, Partner, the He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder 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 Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, 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 Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness • By: (Printed Name) (Title) 12 C] • State of ) ss. County of ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT BEFORE ME, the undersigned authority, personally appeared to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this day of , 199 ( ) Personally known to me or ( ) Produced identification NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Type of I.D. Produced ( ) DID not take an oath, or ( ) DID NOT take an oath. 13 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item (s)/se ry ice (s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: E AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME: ADDRESS: CITY: TELEPHONE NO.: CONTACT PERSON: • STATE: ZIP: 14 FAX NO.: • 11 ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: Address: Street Telephone No. City State Fax No. How many years has your organization been in business under its present name? If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ❑ No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No ❑ If Yes, explain: years Are you a sales representative © distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No ❑ If yes, explain (date, service/project, bid title, etc) Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑ If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ❑ If yes, explain: 15 1 0 ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact iAgency/Firm Name: KI Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact YOUR COMPANY NAME_ ADDRESS Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: PHONE: FAX: ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects 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 which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature fiVA Company Name