Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-2001 Temp Reso #8715 1 August 9, 1999 City of Tamarac, FLORIDA RESOLUTION NO. R-99 --oZ00 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXERCISE THE OPTION TO RENEW BID #98-2513 FOR THE PURCHASE OF AQUATIC, ORNAMENTAL AND TURF HERBICIDES FROM HELENA CHEMICAL COMPANY IN AN AMOUNT NOT TO EXCEED $60,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac awarded Bid #98-2513 to Helena Chemical Company for the purchase of aquatic, ornamental and turf herbicides on July 22, 1998; and WHEREAS, Bid 98-25B allows for two (2) additional one (1) year renewals; and WHEREAS, Helena Chemical Company has agreed to renew the bid, a copy of which is attached hereto as Exhibit A; and WHEREAS, sufficient funds are available from the Public Works, Stormwater Division Operating funds; and, WHEREAS, it is the recommendation of the Director of Public Works and Purchasing and Contracts Manager to renew Bid #98-25B for the purchase of aquatic, ornamental and turf herbicides with Helena Chemical Company; and 1 Temp Reso #8715 2 August 9, 1999 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the residents of the City of Tamarac to renew Bid #98-2513 for the purchase of aquatic, ornamental and turf herbicides with Helena Chemical Company in an amount not to exceed $60,000. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City officials are here by authorized to exercise the option to renew Bid #98-25B with Helena Chemical Company in an amount not to exceed $60,000 is HEREBY approved. A copy of the renewal being hereto attached as Exhibit "A". SECTION 3: There are sufficient funds available from the Public Works, Stormwater Division Operating funds. SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict.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. Temp Reso #8715 3 August 9, 1999 1 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this o�54�� day ofx r4- .999. ATTEST: CAROL GOO, CMC/AAE CITY CLER RECORD OF COMMISSION MAYOR SCHREIBER I HEREBY CERTIFY that I DIST is COMM. PORTNER Have approved this DIST2: V/M MISHKIN SOLUTION as to form. " •°°° CHS%' 3G _,,, CUMAA. SULTANOF I A /� r r ,/' I=4: MIXHELL 8`1 CITY ATTORN 1-1 CITY OF TAMARAC INTEROFFICE MEMORANDUM FINANCE DEPARTMENT PURCHASING TO: City Manager DATE: August 9, 1999 FROM: Public Works Director RE: Renewal of Bid #98-25B for the Purchase of Aquatic, Ornamental and Turf Herbicides Recommendation: To authorize the appropriate City officials to renew Bid 98-25B with Helena Chemical Company for the purchase of aquatic, ornamental and turf herbicides for one year. Issue: • The City of Tamarac, Public Works Department, requires certain herbicides, algaecides and additives for waterways aquatic weed control and rights -of -way plant control. Background: The Director of Public Works and Purchasing and Contracts Manager recommend that the City of Tamarac renew Bid #98-25B for the purchase of Aquatic, Ornamental and Turf herbicides with Helena Chemical Company. • JUL 28 '99 11:24RM HELENA CHEMICAL TEMP RESD 1i8715 �,&A-t EXHIBIT A City of Tamarac. Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-24SO Facsimile (954) 724-2409 Website: www.tomorac.org July 26, 1999 Helena Chemical Company P.O. Box 5115 Tampa, FL 33511 Attention: Trace Wolf Dear Mr. Woff: Our contract with your company to provide various Aquatic, Ornamental and Turf herbicides and additives is due to expire on July 31, 1999. As specified under Section 1 of the Special Conditions listed in Bid #98-256 entitled Purpose Of Bid, we have an option to renew the existing contract for two additional one-year periods. This Is the first year to renew the contract_ • Please advise if a one-year extension would be a acceptable p t your company. Please complete the appropriate area below and return this farm to the Purchasing Division no later than Thursday, July 29. 1999. If you have any questions, do not hesitate to contact me. Sincerely, "/a zog--- Anne Lodato Senior Buyer -I hereby agree to a one-year extension of the subject contract. I am unable to provide a one-year extension of the subject contract Signature Date 14 "� RQUd opporlunity E.'r+ployer �/4 y y �iv 0 SPECIAL CONDITIONS 1. PURPOSE OF BID: To obtain fixed prices for various Aquatic, Ornamental and Turf herbicides and additives for an initial period from approximately August 1, 1998 through September 30, 1999 with options to renew for two (2) additional years in one year increments. 2. DELIVERY: All deliveries by bidder's fleet or common carrier are to be palletized and secured by proper banding and/or wrap material to prevent shipping, unloading, or handling accidents. The City reserves the right to refuse any delivery that does not meet this requirement at no cost to the city or its employees. 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 8:00 A.M. Deliveries must be scheduled twenty-four (24) hours in advance by calling the Stormwater Supervisor at 954-724- 2502 so adequata.personnel can unload trucks and store materials in the storane shed. 3. TESTING: Only those products tested and approved by the City for Aquatic, Ornamental, and Turf Herbicides will be accepted. 4. EQUIVALENTS: All alternate or equivalent products must be tested and approved for use by the City of Tamarac prior to the award of bid. It is the responsibility of the bidder offering an alternate or equivalent product to provide the City with an adequate supply of testing material for sufficient period of time to allow an efficient demonstration at no cost to the City or its employees. No product will be given an award if not previously used by the City. LABELING: All bids must be accompanied by two (2) complete sets of specimen labels and any supplemental labeling covering the items offered. Each label must carry the appropriate EPA registration number(s) for the material specified. Two (2) original copies of Material Safety Data Sheets must be included with bid material. 6. TIE BIDS: In the event there are two or more identical low bids which meet the bid requirements in all aspects, the City shall award by the following order of preference: A. Availability of sales representatives. B. Proximity to the City I.'S�a✓n. �S N COMPANY NAME: (Please Print):_ Phone: 715. Fax: .3 ' & 1. - b 616 ---NOTICE--- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment "Al. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly . notarized. Sign "C"). 3. the CERTIFICATION PAGE (Attachment Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). ,y 5. Fill out the REFERENCES„ PAGE (Attachment F ). _ , 0716. Sign the VENDOR DRUG FREE WORKPLACE FORM` 9 (Attachment G ) " 7 - 3 include WARRANTY Information, if required. Y 8 Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. - + 9 Submit ONE (COLORED) AND'TWQ (2) PHOTOCOPIES of your bid N/A" i 10' ! Include a BID BOND, if applicable. Failure to provide a bond will result m automatic rejection hm t � of your bid. jfAN �{7 -1 J r t t aN k yi r jF .?,`Z.i{ 1K /LGC✓�i.�M �..." c: -� .. , _ �. � ;. �l�i .... ?'°" . , , +.. ., `i t` . J•r•i. ..� _7�.. ... r F � . s � a _... /,. ��.., .fit !�ti j�,"$"+� .... :!'.k.. �'a�., r.. , x E • ATTACHMENT "A" BID FORM, BID NUMBER 98-25B AQUATIC,ORNAMENTAL, AND TURF HERBICIDES 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 attached bid prices. The bid prices quoted have been checked and certified to be correct. 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 tomeet 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. At a, LO4r�/ Company Name Authorized Sig ture Address Typed/Printed Name l� City, State, ZIP Telephone & Fax Number Contractor's License Number 10 Federal Tax ID# 0 0 ATTACHMENT "A" BID FORM, BID NUMBER 98- SB Uj \ \ \ ww 0 . IL 2 ' w .� D '� .CD ■ w C -w. a. �� a a � « U. w� z ou k� Q k k k c ui 7 2 `o e Qee 2� u J > O CN 0 o R X $ o � S 0 < § 2 ^ 3 / 00 J —� _$ ( o / 0 0 q k > \ 2 2 $ # J a s /§ M E z k M a \ \ S K M ; 0 Q . $ f§ % g w = n d h q k < / 2 ° ` § ^� E C J w \ ) \ k } \ / CL � LU I ) 0 2 k ' 2 ° M § \ ( /_ \ 7 � } k r k ¢ _ §£ #$a / :a 2 £ — 9>c) �-= co O k p§ § / o % ) : 0 g = 6_ ..f) _ ° .. e k � &2..° < — t : ` J c E o Q_ o=: : a c £ m L c o a£ o c E G o t� 2 :§ < §: a Q ± �: a# dM4i-0 o o c a CL m-0— —_: : w � u 2 m� w m 2 m 2 ° E o 2 0—�_ 12 _$§ k E — 2& 2 } k m�o�. x m e_ o 'n2 2 =� a��— o Ea \ o_ uc e 6 �c c — � E ■ — 6 » % §'EEm z — E £ � � ` � � � £ u ¥ :■ : z § 'E/ao E ne.F �2-- �_= E@_°\ ��c±—e :eEE >CL2E E—��c:c _ M2: 5 Qcu o 2 E e m t u o o U o I — 2 0 0 } < a«$ G\ 2 co � Authorized Si na r AP /PZU OAV4141 CO Company Name 11 • E ATTACHMENT "A" BID FORM, BID NBER 98-25B m w z m z w U) O v O -j O w W n. � a w a QO _ c. w w a a a a- w a 0 a w J W W U- s� cn - 0 W - a� U w z olz m o o c WsOC') a 75Y fO U m U. WCL V N �J y N ~ (y N C7 LL d N N LO N LU Q C vi O C) O 4 vi N p qj r M M G cMri r O j h � d Z O iC. O A`O. T O W �. M O Q C O - c � C O 6 N (D a p M (D co o .N aJ Q w O rn Z 0 N 0 C C M (V O 'C 00 Q 0 a. a M0 N p V N S O W O e C d 43 r t Q (? b N 1� N Urn (D y m _ 30 ' w „ y E r �, cn tr d ch E E O n C cn C W iv w � G d V N 0 cr 7+ s � 7. 1 ` O G. t0 � N AI ti :3 cG Q O 7 � 7 M O ro -p C f6 7 G n d O N = CJ C Q7 � ¢ .... W N (0 w Ch N L O C E2 M p �. p �, to J C E N (5 C_ N •� 0• C : N ¢ M C y j 0 C w y E C O C 7 A a� b '� p,� c a� Q ' ui E D b E C ro 4 N =a E M N 'o E .= ? O a r- Z 14 (v r' (D a> 3 o f Y •a O U 2= (D v L G Z G_ O Z ..,. N G ca QI N w J. (� C Q. H O O N O c0 N LI] Z C tQQ t� (Q�0 '� � Q) O O O zQMU =¢�zM cr Q¢¢Qm ¢¢� Q ca c0nQu"�U (p r~ ao rn o ,- * --4= Authorized Signa r Company Name W • Ll ATTACHMENT "A" BID FORM, BID NUMBER 98-25B m z z m z w J O O O w N w w J v Lu a lZ CLp a wc� . a a a a -j w wa � J a N O Lu 4 , r a U) V It O O o 0 lx w Vi ro W V J N N J s- O M CL CV N Lu Qoc :c �n o 0 0 co,o U) hl .-j C6 ro N J ro a N o coO 7+ c V 9 p00 Cn N rC) U C CD 0) G fV vt CA U O 0)Z a U N n 0 0 i Qs 4) �� c ro M o 0 c ro C� r, Lu p N .c V G U ck O O O y J Q cv o O O O C X _V L x co z Q a) ro E) O Q X � CD W ro rn 4 L T .n �+y N O C ..-. C Vl C C w 7-. O C 7r C C C) ro O c C O Cy O o iG ro 12 N N n 'a L C U y O O v ro p E 7. vi c "� U Cn T C" C C o T c ro c CV c N o ` o A croi q w 7 q) CD CA U J a C N a) 0) o C Ch COO w C• 1 : '� ro O 2 3 o CV 0 d 0� f c O U N O` O O N y N E s c CO ; ro 0 ,. T� O J a. 'C 2¢ Ln J N� a w N O `i E o 0 0 i�i z E a°¢ a o o E° V) C d O C C 7 C c c C C p) C 6 0 w C C7 -O U 0 w V a c ro (D c p) a a, LO ai n -0 °° �c E v u' O 'v c O n CL W -o c� M p] � o Q '' E >. d f V C +% T Q N Ch cn Cy 2 a) C m 7. C¢ Ch Q V O C• Q ro E �_ O p a C Lh N 7 cli C 2 .� E ro n ro E d .-. rL a, o n a o ro > `o r a o= ._ I- U'f° O O fl 3 E N ro E r r r- AZU1, wa Authorized Signat r Company Name 13 ATTACHMENT "A" continued] Bidders Name: A? Ala A) AIU/ 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: Jd 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. 14 ATTACHMENT "A" • continued Bidder's Name: 41ulQ I/ / Q o• • 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. 15 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of 1D 1 ) ss County of + k i� � � ) ss. being first duly sworn, deposes and says that: (1) He/she is the V E, , (Owner, Partner, Officer, Representative or Agent of he 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 affant, 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. S``i��ned, sealed and d ir�/the presence of:I ess By: �E XZ4,e.L Ukdl (Printed. N me) 1�. - - (Title) 16 ATTACHMENT "B" . continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Y e k I dl- ),ss. County of 01 lkborbu!� BEFORE ME, the undersigned authority, personally appeared to me well known and known by me to be the person described er 'n and who 5Z,,, exe cut the foregoing Affidavit and acknowledged to and before me that rlti executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 2� day of �� , 199!R. N TARY PU LIC, State of Florida at Large •Q4,81._to . a wl (Signature of Notary Public, Print, Stamp, or Type "'': as Commissioned) _�•�••� �,_ Gary IC Bond (�) Personally known to me or _-: ._ MvcoMMissioN # tc70e797 ExwREs t'-',.'.o;= February 12, 2002 ( ) Produced identification P BONDED THpt, Ti Cv FAA N_,;RANCE ;NC Type of I.D. Produced ( j() DID take an oath, or ( ) DID NOT take an oath. • 17 ATTACHMENT "C" • CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. — Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ORPORATION * OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: ��GLC.L egx4cet, G AUTHORIZED SI TURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO M;, 93 M COMPANY NAME: /Ll ( ADDRESS: /"• 0 60" "-/ 'A, ld'4 / (il d - CITY: STATE: rb ZIP: 33511 TELEPHONE NO.: / I FAX NO.:_ CONTACT PERSON: d )Od m 0 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: StreeWV,9O N `I, City State Zip Telephone No. %3 /02 / Fax No. How many years has your organization been in business under its present name? years 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 It No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No ` If Yes, explain: Are you a sales representative to 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 0 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 9k If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No If yes, explain: 19 1 ,, 1` 11 ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Ag cy/Fi me; 7 Address City/State/Zip Phone: Fax: Contact Ag ncy Firm Oame: Address City/State/Zip Phone: a Fax: Contact ' Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: — Age y/Firm Name: Agency/Firm Name , . Address Address: City/State/Zip City/State/Zip .. Phone: Fax Phone: Fax: Contact Contact: ` Age cy/Firm Name: Agency/Firm Name f ;f YAddress Address:' Y ... .City/State/Zip' i City/State/Zip` n Phone: f �Fa;; �s ,Phone Fax,, t Contact n fret s k r Contact. ` r YOUR COMPAN L�ii::P�i �''ku• � 1 NAME ,E V,z . PHONE. ; :. :r x �I i �yx � • ? r � i_ M x {Aye ♦ �.. � .M ` �. =S ,, p� l+ 'i'' 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 non of the tied vendors have a drag -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. 0 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). t 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 7.terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo d lCY contenders 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. fy��3 r Impose 'a section on, or require the satisfactory participation in a drug abuse 'assistance or ., f rehabilitation program if such is available in the employee's communyby anemploy hewo is so convicted - , � ` 6 ,,.Make a good faith effort to continue to maintain a'drug-free workplace through implementation f T T x , b• �ofthis' section.. As the person authorized to sign the statement, I certify that this form complies k fully with the above requirements ry '04 uthorized Stgnat 5 Companjr Name 14 21 P t �r•Mro��t SJ •. ' r 1 a ik ,+(�, •� T yti:t r':