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herewith are HEREBY repealed to the extent of such conflict.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':