HomeMy WebLinkAboutCity of Tamarac Resolution R-99-2461
Temp Reso #8750
Page 1
September 1, 1999
City of Tamarac, FLORIDA
RESOLUTION NO. R-99 a:{�
A RESOLUTION OF THE CITY COMMISSION
OF THE CITY OF TAMARAC, FLORIDA,
AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO APPROVE A ONE YEAR
RENEWAL OF BID #98-3413 ENTITLED
"FURNISH, DELIVER AND DISCHARGE OF
QUICKLIME" ISSUED TO CHEMICAL LIME
COMPANY ON BEHALF OF THE BROWARD
COUNTY COOPERATIVE PURCHASING
GROUP; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac serving as "lead agency" for the Broward
County Governmental Cooperative Purchasing Group awarded Bid #98-34B for
the furnishing, delivery and discharge of Quicklime to Chemical Lime Company
on October 14, 1998; and
WHEREAS, Bid 98-34B allows for two (2) additional one (1) year
renewals, with this being the first year to renew the contract; and
WHEREAS, Chemical Lime Company has agreed to renew the bid, a copy
of which is attached hereto as Exhibit A; and
WHEREAS, sufficient funds are available in the Utilities Department
Operating funds; and
1
1
1
Temp Reso #8750
Page 2
September 1, 1999
WHEREAS, it is the recommendation of the Director of Utilities and
Purchasing and Contracts Manager to extend Bid #98-34B for one year on behalf
of the Broward County Purchasing Cooperative Group to Chemical Lime
Company; and
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 extend Bid
#98-34B for the furnishing, delivery and discharge of Quicklime on behalf of the
Broward County Purchasing Cooperative Group to Chemical Lime Company.
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 hereby authorized to
approve Bid #98-34B for the furnishing, delivery and discharge of Quicklime for a
one year period expiring on October 14, 2001, to Chemical Lime Company on
behalf of the Broward County Purchasing Cooperative Group.
SECTION 3: All resolutions or parts of resolutions in conflict
herewith are hereby repealed to the extent of such conflict.
1
1
1
Temp Reso #8750
Page 3
September 1, 1999
SECTION 4: 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.
SECTION 5: This Resolution shall become effective immediately
upon its passage and adoption.
PASSED, ADOPTED AND APPROVED this CqoVW day of , 1999.
ATTEST:
00140--� C/
CAROL GOL , CMC/AAE
CITY CLERK
I HEREBY CERTIFY that I
Have approved this
RESOLUTION as to form.
CITY ATTORNEY
�O ..
111141YOV,
RECORD OF COMMISSION
MAYOR SCHREIBER
GIST 1:
COMM. PORTNER
MST 2:
V/M MISHKIN
DIST 3:
COMM. SULTANOF
DIST 4: ---COMM.
ROBERTS
TE
Exhibit A
r�
REQUEST FOR BID
•
C:
of
A�
0
II
t5RU-9V
BID # 98-34B
FURNISH. DELIVER AND DISCHARGE O. F QUICKLIME
FINANCE DEPARTMENT
PURCHASING DIVISION
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMAR4C, FLORIDA 33321-2401
0
E
CITY OF TAMARAC
INVITATION TO BID
BID NO. 98-34B
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, Wednesday, August 26, 1998 at 200_p.m., at which time bids will be publicly
opened and announced for:
FURNISH, DELIVER AND DISCHARGE OF QUICKLIME
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. 98-34B, Furnish, Deliver an Discharge of
Quicklime opening on Wednesday, August 26, 1998 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 John Harvey at 724-2430.
Anne Lodato
Senior Buyer
Publish Sun Sentinel: Sunday, 8 / 9 /98
0
Sunday, 8 / 16 /98
BROWARD GOVERNMENTAL
COOPERATIVE
i
TO OUR PROSPECTIVE CONTRACTORS:
PURCHASING GROUP
(BROWARD CO-OP)
The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the
Broward Governmental Cooperative Purchasing Group.
For the past several years, approximately twenty-six (26) government entities have participated in
Cooperative Purchasing in Broward County. The Co-op was formed in an effort to provide cost savings and
cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic
items.
The Government Agencies participating in this particular procurement and their respective delivery locations
are listed in the attached document.
C]
Broward Cooperative Purchasing Group Procurement Operational Procedures:
• All questions concerning this procurement should be addressed to the issuing agency, hereinafter
referred to as the "lead agency". All responses are to be returned in accordance with the instructions
contained in the attached document. Any difficulty with participating agencies referenced in this award
must be brought to the attention of the lead agency.
• Each participating governmental entity will be responsible for awarding the contract, issuing its own.
purchase orders, and for order placement. Each entity will require separate billings, be responsible for
payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as
required by the Contractor.
• The Contract/purchase order terms of each entity will prevail for the individual participating entity.
Invoicing instructions. delivery locations and insurance requirements will be in accordance with the
respective agency requirements.
• Any reference in the documents to a single entity or location will, in fact, be understood as referring to
all participating entities referenced in the documents and cover letter unless specifically noted otherwise.
• The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who
fail to place orders as a result of this award during the contract period.
• The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during the
contract period. Sales Summary shall include contract number(s), contractor's name, the total of each
commodity sold during the reporting period and the total dollar amount of purchases by commodity.
• Municipalities and other governmental entities which are not members of the Broward Governmental
Cooperative Purchasing Group are strictly prohibited from utilizing any contract or purchase order
resulting form this bid award. However, other Broward Co-op members may participate in their contract
for new usage, during the contract term, or in any contract extension term, if approved by the lead
agency. New Co-op members may participate in any contract on acceptance and approval by the lead
agency.
• None of the participating governmental entities shall be deemed or construed to be a party to any
contract executed by and between any other governmental entity and the Contractor(s) as a result of
this procurement action.
•
BROWARD CO-OP "WORKING TOGETHER TO REDUCE COSTS"
2
•
•
INVITATION TO BID
BID NO. 98-34B
FURNISH, DELIVER & DISCHARGE OF QUICKLIME
Following is a list of the agencies participating in this bid, their respective delivery locations and
the estimated usage per year.
AGENCY
DELIVERY
CITY/STATE
CONTACT
PHONE
TONS
ADDRESS
/ZIP
Broward County —
3701 N State Road
Lauderdale
Betty Fowley
954/357-
3000
1AW&P
7
Lakes, FL 33319
6087
Broward County —
1390 NE 50th
Pompano Beach,
Betty Fowley
954/357-
4420
2AW&P
Street
FL 33064
6087
Broward County —
4980 SW 40th
Ft. Lauderdale,
Betty Fowley
954/357-
1080
3AW&P
Avenue
FL 33312
6087
Broward County —
2401 N Powerline
Pompano Beach,
Betty Fowley
954/357-
600
❑-4W&P
Road
FL 33069
6087
City of Coral
3800 NW 85th
Coral Springs, FL
Ray Mathias
954/344-
5200
Springs (1)
Avenue
33065
1103
Town of Davie
3500 NW 76th
Davie, FL 33314
Herb Hyman
954/797-
654
Avenue
1016
Town of Davie
3790 SW 64th
Davie, FL 33314
Herb Hyman
954/797-
240
Avenue
1016
City of Deerfield
360 Goolsby Blvd.
Deerfield Beach,
Donna
954/480-
360
Beach
FL 33442
Council
4380
City of Fort
Fiveash Plant
Ft. Lauderdale,
Marsha Perri
954/761-
10500
Lauderdale
4321 NW 9`" Ave
FL 33309
17816
City of Fort
Peele-Dixie Plant
Ft. Lauderdale,
Marsha Perri
954/761-
1600
Lauderdale
1500 S State Rd 7
FL 33312
7816
City of Fort
G.T. Lohmeyer
Ft. Lauderdale,
Marsha Perri
954/761-
3500
Lauderdale (2)
1765 SE 18`h St
FL 33316
7816
City of Hallandale
215 NW 6th
Hallandale, FL
Hal Elsassu
954/457-
11610
1910
(3)
Avenue
33009
City of Hollywood
3441 Hollywood
Hollywood, FL
Tom Fenton
954/921-
3400
Blvd.
33020
�3290
City of Hollywood
1621 N 14th
Hollywood, FL
Tom Fenton
954/921-
13290
5500
Avenue
33020
City of Lauderhill
2001 NW 49th
Lauderhill, FL
Ruby Levy
954/730-
�3044
1825
Avenue
33313
City Of Margate
1001 West River
Margate, FL
Connie Guzzi
954/972-
i6454
2500
Drive
33063
City Of Miramar
2600 SW 661h
Miramar, FL
Maggie
954/967-
11550
500
Terrace
33023
Palomino
3
AGENCY
DELIVERY
ADDRESS
CITY/STATE/ZIP
CONTACT
PHONE
TONS
City Of Pembroke
Pines
7960 Johnson
Street
Pembroke Pines,
FL 33026
Dave
Fitzgerald
954/450-
6918
3500
City of Pompano
Beach
301 NE 12th Street
Pompano Beach,
FL 33060
Leeta Hardin
954/786-
4098
4440
City of Sunrise
4350 Springtree
Drive
Sunrise, FL
33351
Marsha
Peterson
954/572-
2275
5000
City of Sunrise
8700 SW 19th
Place
Davie, FL 33324
Marsha
Peterson
954/572-
2275
1200
City of Sunrise
15400 Watermill
Road
Davie, FL 33331
Marsha
Peterson
954/572-
2275
240
City of Tamarac
7803 NW 61 st
Street
Tamarac, FL
33321
Anne Lodato
954/724-
2450
2000
TOTAL TONNAGE
ALL LOCATIONS
--63169 TONS
Delivery Location Special Conditions:
(1) Coral Springs — Must deliver between 8:OOAM and 4:OOPM Monday to Friday ONLY.
(2) G.T. Lohmeyer, Ft. Lauderdale -- Delivery must be made within 3 Hrs of projected
arrival schedule. Trucks SHALL be equipped with a 4" cam lock connection.
(3) Hallandale — Delivery to be made by a tanker truck @ 25 Tons/shipment. Lime to be
pneumatically transferred from truck to silo. Delivery must be within 3 days of order.
The Agency responsible for issuing this bid is the City of Tamarac, Florida, Purchasing Division.
•
All questions concerning this Invitation for Bid should be addressed to the issuing agency,
hereinafter referred to as the "lead agency". All responses to the bid are to be returned in
accordance with the instructions contained in the attached Invitation for Bid documents.
It is anticipated that the bid award will be effective October 31. 1998 .
Each participating agency will execute its own contract with the Contractor(s) in accordance with
its respective purchasing policies and procedures.
Each participating governmental entity will be responsible for issuing its own purchase orders, and
for order placement. Each agency will require separate billings, be responsible for payment to the
vendor awarded this contract, and issue its own tax exemption certificates as required by the
Contractor.
The contract/purchase order terms of each entity will prevail for the individual participating entity.
Invoicing instructions, delivery locations, and insurance requirements will be in accordance with the
respective agency requirements.
4
Any reference in the bid document to a single entity or location will, in fact, be understood as
referring to all participating entities referenced in the Invitation for Bid documents and cover letter.
The successful Contractor(s) shall be responsible for advising the lead agency, referenced in the
award, of those participants who may fail to place orders under this award.
It is understood and agreed that the City of Tamarac shall not be deemed or construed to be a
party to any contract executed by and between any other governmental entity and the Contractor(s)
as a result of this bid.
Municipalities and other governmental entities which are not members of the Broward
_Governmental Cooperative Purchasing Group are strictly _prohibited from utilizing any
contract or purchase order resulting from this bid award. HOWEVER, OTHER BROWARD
CO-OP MEMBERS MAY PARTICIPATE IN THIS CONTRACT ON ANY CONTRACT EXTENSION
TERM, IF APPROVED BY THE LEAD AGENCY. NEW CO-OP MEMBERS, OR EXISTING CO-OP
MEMBERS WITH NEW USAGE FOR THESE ITEMS, MAY PARTICIPATE IN ANY CONTRACT
ON ACCEPTANCE AND APPROVAL BY THE LEAD AGENCY.
ANY PROBLEM WITH PARTICIPATING AGENCIES REFERENCED IN THIS AWARD WILL BE
BROUGHT TO THE ATTENTION OF THE LEAD AGENCY.
. THIS COVER LETTER IS CONSIDERED AN INTEGRAL PART OF THE INVITATION FOR BID
DOCUMENTS AND ANY RESULTANT AWARD, AND SHALL BE INCLUDED BY REFERENCE
INTO ANY CONTRACT.
Thank You,
Anne Lodato
Senior Buyer
ACKNOWLEDGED BY:
Chemical Lime Company of Alabama, Inc.
Company Name Authorized Signature / Title
M. Oliver Booth, General Manager
5
C�
CITY OF TAMARAC
INSTRUCTIONS TO BIDDERS
BID NO. 98-34B
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:
Wednesday, August 26,1998 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. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time.•
The request for withdrawal must be submitted in writing to the City Purchasing Office.
N.
3. 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.
4. 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.
5. 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.
6. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent
required under Special Conditions. Payment will be made only after receipt and acceptance of
materials/services. Cash discounts may be offered for prompt payment; however, such discounts
shall not be considered in determining the lowest net cost for bid evaluation.
• Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form.
If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to
indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and
agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City
receives an accurate invoice or accepts the product, whichever is the later date. Payment is
deemed to be made on the date of the mailing of the check.
7. 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 the right to cancel orders
or any part thereof, without obligation if delivery is not made at the time specified in the bid.
8. 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.
9. 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.
7
10. 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.
11. 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.
12. 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.
13. 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.
14. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated
for cause due to performance, the City reserves the right to obtain the materials or services from
the next lowest Bidder or other source during the remaining term of the contract. Under this
arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and
shall apply to any bid bond required.
15. 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.
16. 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.
17. 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,
r�
incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for
the acts and omissions of all employees working under its directions.
18. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption
certificate will be provided where applicable upon request.
19. 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.
20. OMISSION OF DETAILS: Omission of any essential details from these specifications will not
relieve the Bidder of supplying such product(s) as specified.
21. INSURANCE REQUIREMENTS: Bidder agrees that he or she will, in the performance of work
and services under this Agreement, comply with all Federal, State and Local laws and regulations
now in effect, or hereinafter enacted during the term of this Agreement that are applicable to
Contractor, its employees, agents or subcontractors, if any, with respect to the work and services
described herein.
Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as
required by the City=s Risk Manager before beginning work under this Agreement including, but
not limited to, Worker's Compensation Insurance, Unemployment Insurance, Contractor's Liability
Insurance, and all other insurance required by law. Bidder shall maintain such insurance in full
force and effect during the life of this Agreement. Bidder shall provide to the City=s Risk Manager
certificates of all insurances required under this section prior to beginning any work under this
Agreement.
Bidder shall maintain in full force and effect during the life of the contract, Workers' Compensation
insurance covering all employees in performance of work under the contract. Bidder shall make
this same requirement of any of its subcontractors.
Bidder shall indemnify and save the City harmless from any damage resulting to them for failure
of either Bidder or any subcontractor to take out or maintain such insurance.
The following are required types and minimum limits of insurance coverage which the Bidder
agrees to maintain during the term of this contract:
GENERAL LIABILITY
Comprehensive
Premises -Operations
Contractual Liability
Personal Injury
Explosion and Collapse
PER OCCURRENCE
$1,000,000
AGGREGATE
$2,000,000
9
Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Independent Contractors
Cross Liability and Severability of Interest Clause
AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE
Comprehensive $500,000 $1,000,000
Owned
Hired
Non -Owned
WORKERS' COMPENSATION
STATUTORY AMOUNT
Neither Bidder nor any subcontractor shall commence work under this contract until they have
obtained all insurance required under this section and have supplied owner with evidence of such
coverage in the form of a Certificate of Insurance and endorsement.
Such certificates shall be approved by the City.
ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating.
Guide; be licensed to do business in Florida.
All policies provided shall be Occurrence not Claims Made forms. The Bidder's insurance policies
shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder shall be
responsible for all deductibles.
All of the policies of insurance so required to be purchased and maintained shall contain a provision
or endorsement that the coverage afforded shall not be canceled, materially changed or renewal
refused until at least thirty (30) calendar days written notice has been given to the City by certified
mail.
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 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.
10
•
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.
11
SPECIAL CONDITIONS
1. PURPOSE OF BID
•
The City of Tamarac is hereby requesting Bids, from qualified vendors, to supply quicklime, as per
the conditions and specifications contained in this document. The Term of the contract will for a
period of one (1) year. Additional one (1) year periods, not to exceed two (2) such extensions, may
be recommended for approval providing the term and conditions remain the same.
This is a Cooperative Invitation to Bid issued by The City of Tamarac on behalf of the participating
governmental entities, referenced within this bid document. All quantities given are estimates of
annuals needs and may be increased or decreased to meet the requirements of each participant.
No warranty is given or implied as to the exact quantities that will be used during the term of this
contract.
To assure continuity of supply, Contracts will be awarded to a primary, secondary and third
Contractor.
2. CONSIDERATION FOR AWARD
The City reserves the right to consider a Bidders history of citations and/or violations of
environmental regulations in determining a Bidder's responsibility, and further reserves the right to
declare a bidder not responsible if the history of violations warrant such determination. Bidder sho
submit with bid, a complete history of all citations and/or violations, notices and dispositions thereo .
The non -submission of any such documentation shall be deemed an affirmation by the Bidder that
there are no citations or violations. Bidder shall notify the City immediately of notice of any citation
or violation which Bidder may receive after the Bid opening date and during the Time of
performance of any contract awarded to Bidder.
Other considerations for award include :
A. The ability and capacity of the Bidder to perform the requirements of the bid.
B. The availability and quality of the Bidder's product to the required use.
3. PRICING
Prices quoted shall be F.O.B. destination, according to the freight rate in effect on the date set forth
in the proposal and shall include all fuel surcharges and demurrage charges. If freight rates,
including rail, are advanced during the contract period the City will accept claims for freight
adjustments. To qualify for this adjustment vendor must complete THE FUEL ADJUSTMENT
CONTINGENT.
Price adjustment during contract period: No price increase will be accepted during the initi
contract period with the exception of fuel and rail rates. Renewal terms allow for a request fora*
increase at the time of renewal based on Vendor's cost increase not to exceed 5%. A written
request must be submitted to the Purchasing Administrator for approval of any increase prior to
12
•
renewal but no later than Vendor's concurrence to renew, accompanied by Vendor's documentation
to substantiate need for price increase.
4. BASIS FOR ADJUSTMENT OR REJECTION
The City reserves the right to reject, at the Vendor's expense any shipment which fails to meet the
specifications listed herein. The Vendor shall be given twenty four hours after notification of any
such failure, to select and arrange for an independent laboratory to analyze one (1) of the retained
samples from the shipment.
5. DAMAGE TO EQUIPMENT
If it is determined that the Vendor has shipped product other then specified, and damage results
to any equipment, the Vendor shall assume full responsibility for the cost of repairs.
6. DELIVERY
Bidder shall agree to:
A. Meet a 24 hour day, seven days a week delivery schedule.
B. Furnish a weight certification with each shipment. Certificate shall indicate gross,
tare and net weights.
C. Provide a physical and chemical analysis with each delivery. The analysis shall be
certified and performed by a reputable testing laboratory. A one pound air tight
sample must accompany each shipment.
D. The product shall be delivered to the designated facilities and discharged
pneumatically by the vehicles operator into the storage tank.
E. The risk of loss, injury or destruction, regardless of the cause of the casualty, shall
be on the Vendor until the delivery of goods to the designated location within the City.
Title to the goods shall pass to the City upon delivery and acceptance by the City.
7. INVOICING
Invoice shall indicate Purchase Order number, Unit price, extension, total billed and any allowable
cash discounts.
& INSURANCE
Bidders shall submit copies of their current insurance certificates with the bid. Failure to do so may
cause rejection of the Bid.
13
TECHNICAL SPECIFICATIONS
BID NUMBER 98-34B
Pebble lime, bulk must be in accordance with Standard American Water Works Specifications B-
202-93.
The following requirements and testing procedures are applicable.
(A) Slaking Rate
Minimum temperature rise after three (3) minutes slaking time shall be 40 degrees
Centigrade.
(B) Calcium Oxide (CaO) Content
Shall contain a minimum of 92% free lime.
(C) Residue After Slaking
Residue shall not be more than 2% by weight on 100 mesh sieve.
0
(D) Sampling Procedure
Approximately 10 pounds of lime shall be taken by random sampling during the time
that each shipment is being unloaded. Material is to be immediately placed in air
tight containers to minimize contact with air. This ten pound sample shall be used for*
testing.
The sample will be quartered and each of the four (4) portions shall be placed in air
tight containers. One portion will be used by the City laboratory for analysis. Two of
the portions will be set aside for the use of the Bidder and a referee laboratory in the
event of a dispute. The fourth portion will be used by the City in the event of a
dispute.
(E) Testing Procedures
a. Slaking Rate
As covered in AWWA Specifications, B-202-93, Section 5.4.
b. Calcium Oxide
As covered in AWWA Specifications, B-202-93, Section 5.3.2[2] under Rapid
Sugar Method for determining available lime index.
C. Residue After Slakinq
As covered in AWWA Specifications, B-202-93, Section 5.5 except with a US
No. 100 sieve.
14
�J
•
TECHNICAL SPECIFICATIONS
BID NUMBER 98-34B
(F) Three Pebble Sizes Re wired A enc to specify)
a. Pebble size shall be between 1/8" and 3/8".
b. Pebble size shall be between 3/8" and 1/2".
C. Pebble size shall be between 3/8" and 3/4".
iM
COMPANY NAME: (Please Print): chemical Lime company of Alabama, Inc.
Phone: 941--425-1544 Fax: 941-425-0686
---NOTICE---
BEFORE SUBMITTING YOUR BID MAKE SURE YOU...
Carefully read and sign the COVER LETTER (Pages 3 through 5).
Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A").
Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized.
Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being
deemed non -responsive.
Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D").
Fill out the. REFERENCES PAGE (Attachment "E"). •
Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F'
8. Include WARRANTY Information, if required.
9. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope.
vz�i Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid.
/v 11. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of
your bid.
_L�12. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted.
_Lf 13. 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. •
16
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.
QUICKLIME (Bidder may bid all or portion of package)
BID 1
Pebble Size 3/8" X 1/2"
Delivered by Truck
BID 2
• Pebble Size 1 /8" X 3/8"
Delivered by Truck
C7
BID 3
Pebble Size 3/8" X 3/4"
Delivered by Truck
BID 4
Pebble Size 3/8" X 3/4"
Delivered by Rail
If rail car is pulled for safety compliance, will vendor deliver
trucked lime at rail price? YES xx NO
17
ATTACHMENT "A„
BID FORM'`
w, • Mx;
FREE .UNLOADING TIME AND DEMURRAGE CHARGES
Truck demurrage charges by public carrier are as imposed per I.C.C. regulation in effect September
1, 1994 and subject to revision.
Allowable free time 2 two hours.
Is this per I.C.C. regulation for public carrier trucks? YES N/A NO N/A
Is this free time allowed for company owned or leased trucks? YES N/A NON A
After expiration of free time period, demurrage charges if assessed will be established at the rate
of:
$ N/A
per hour for each of the first
N/A
hours.
$ N/A
per hour for each of the next
NIA
hours.
$ N/A
per hour for each of the next
N/A
hours.
$ N/A __ per hour for each of the remaining NVL& hours.
FREE UNLOADING TIME AND DEMURRAGE CHARGES
Rail demurrage charges per I.C.C. regulation in effect September 1, 1994, subject to regulatory
revisions.
00:01
Allowable free time 48 hours after first ZAM after siding placement.
After expiration of free time period, demurrage charges if assessed will be established at the rate
of:
$ per hour for each of the first
$ per hour for each of the next
$ per hour for each of the next
$ per hour for each of the remaining
hours.
hours.
hours.
hours.
•
•
18
V wk
ATTACHMENT "All
continued
FUEL ADJUSTMENT CONTINGENT:
**NOT APPLICABLE FOR CHEMICAL LDE COMPANY FOR PURPOSES OF MIS BID**
Bidder please note the following information is required as a basis for any fuel adjustment
claim which may be made by the Contractor during the contract period.
a) Type of fuel used: N/A for purposes of this bid
b) Price per gallon at bidder's normal point of supply: $ N/A /Gal.
c) Name and Address of fuel supplier: N/A for purposes of this bid
IMPORTANT: The Successful Bidder will be required to provide a letter from his supplier verifying
the above information.
d) Percentage of final product/service cost attributable to fuel cost:
N/A %.
The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided
• erroneous information.
The undersigned declare to have specific and legal authorization to obligate their firm.to the terms
of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders,
the Specifications, and other documents included in this 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.
Chemical Lime Company of Alabama, Inc.
Company Name Auth rized Signature
P.O. Box 1137
Address
Mulberry, FL 33860-1137
City, State, ZIP
40 Contractor's License Number
M. Oliver Booth
Typed/Printed Name
941-425-1544 941-425-0686
Telephone & Fax Number
63-1002780
Federal Tax ID#
19
ATTACHMENT "A"
continued
Bidders Name: chemical Lime Company of :Alabama, Inc.
NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be
deemed non -responsive and ineligible for award.
TERMS: -0- % DAYS: -0-T so DAYS
Delivery/completion: (2) Two 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.
.7
20
. I I..'' - .1 )", -�,fj ,
Bidder's Name: Cheical Lime company of 'Alabam
ma, Inc.
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:
Special Conditions
Section Para. 6 Variance
Section Variance
• Section Variance
Section Variance
Truck freight rates are based on a 25-ton
minimum. Deliveries o approg to y
25 tons will be made by truck. Request
for shipments less than 25 tons will be
himagg-d with. the -4ri4== fireight4-harge applying.
Attach additional sheets if necessary.
�J
YJS'
21
State of Alabama )
) ss.
County of Shelby )
M. Oliver Booth
ATTACHMENT "B"
NON -COLLUSIVE AFFIDAVIT
being first duly sworn, deposes and says that:
(1) He/she is the Representative , (Owner, Partner, Officer,
Representative or Agent) of
Chemical Lime Company of Alabama, Inc. the 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 work; or have in any manner0
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 pr sent f:
By:
. C�Cy4r'
M. Oliver Booth
Witness (Printed Name)
General Manager
(Title)
•
22
ACKNOWLEDGMENT
State of Alabama )
) ss.
County of _ Shelby )
BEFORE ME, the undersigned authority, personally appeared M. Oliver Booth
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 he
executed said Affidavit for the purpose therein expressed.
WITNESS my hand and official seal this 24th day of August ' 1 gg 8
(xx Personally known to me or
( ) Produced identification
Type of I.D. Produced
(Kg) DID NOT take an oath.
( ) DID take an oath, or
•
0--EM4� d-aa&ti�::2
NOTARY tP�IC S tie of FI@Fida at Large
— -` --Connie S. Carter
(Signature of Notary Public: Print, Stamp, or Type
as Commissioned)
23
ATTACHMENT «C
CERTIFICATION
' S
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
14
We(I), the undersigned, hereby agree to furnish the items)/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 ❑ CORPORATION 13 OTHER ❑
IF OTHER, EXPLAIN:
AUTHORIZED SIGNATURE:
M. Oliver Booth
AUTHORIZED SIGNATURE (PRINTED OR TYPED)
General Manager
TITLE
FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 63-1002780
COMPANY NAME: Chemical Lime Company of Alabama, Inc.
ADDRESS: P.O. Box 1137
CITY: Mulberry _ STATE: FL
TELEPHONE NO.: 941-425--1544
CONTACT PERSON: John Tho son
ZIP: 33860-1137
FAX NO.: 941-425-0686
r-1
LJ
24
•
•
•
ATTACHMENT "D"
BIDDERS QUALIFICATION STATEMENT
tJ
fit; 1y;�
The undersigned certifies under oath the truth and correctness of all statements and all answers to
questions made hereinafter:
Name of Company: Chemical Lime C2Epany of Alabama, Inc.
Address: P.O. Box 1137 Mulberry FL 33860--1137
Street City State Zip
Telephone No. 941 425-1544 Fax No. 041 425-0686
How many years has your organization been in business under its present name? 4 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? See attachments
At what address was that business located? same as current address
Are you Certified? Yes 11 No ❑ If Yes, ATTACH A COPY OF CERTIFICATION
Are you Licensed? Yes IN No ❑ If Yes, ATTACH A COPY OF LICENSE
Has your company or you personally ever declared bankruptcy?
Yes ❑ No M If Yes, explain:
Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer M 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 M No ❑
If yes, explain (date, service/project, bid title, etc) 10-6-95 city of Tamarac Bid 195-18
Furnish and Discharge of Quicklime
Have you ever received a complaint on a contract or bid awarded to you by any governmental entity?
Yes ❑ No M If yes, explain:
Have you ever been debarred or suspended from doing business with any governmental entity?
Yes ❑ No M If yes, explain:
25
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:
Broward County 1-A _City of Margate
Address 3701 N- State Road -VI. Address:1001 West River Drive
City/State/Zip Lauderdale Lakes, FL 33319
Phone: 954-357-6087Fax:
Contact Betty Fowley
Agency/Firm Name:
Broward County 2-A
Address 1390 NE 50th Street
City/State/Zip Pompano Beach, FL 33064
Phone: 954-357-6087Fax:
Contact Betty Fowley
Agency/Firm Name:
City of Coral Springs
Address 3800 NW 85th Ave,
City/State/Zip Coral Springs, K 33065
Phone: 954-344-1103=ax:
Contact Ray Mathias
Agency/Firm Name:
Citv of Fort Lauderdale
Address G.T. Lohme er
1765 SE 18th Street
City/State/Zip Ft. Lauderdale, FL 33316
Phone:9.54 761-7Sax:
Contact Marsha Perri
City/State/ZipMaraate, FL 3W63
Phone954-972-6454 Fax:
Contact: Connie Guzzi
Agency/Firm Name:
_City of Pompano Beach
Address: 301 NE 12th Street -
City/State/Zip Pompano Beach, Fl. 33060
Phone954-786-4098 Fax:
Contact: Leeta Hardin
Agency/Firm Name:
City of Sunrise
Address:8700 SW 19th Place
City/State/Zip Davie, FL 33324
Phone:954-572-2275 Fax:
Contact: Marsha. Peterson
Agency/Firm Name:
Citv of Tamarac
Address:7803 NW 61st Street
City/State/Zip Tamarac, FL. 33321
Phone: 954-7 24-2450 Fax:
Contact: Anne Lodato
YOUR COMPANY NAME Chemical Lime C2Many of Alabama, Inc.
ADDRESS P.O. Bog 1137
Mulberry, Fl. 33860
PHONE. 941-425-1544 FAX: 941-425-0686
•
•
26
•
,
ij
ATTACHMENT "F" 4 .
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 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 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.
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.
C�_;rtx�_ Chemical Lime Company of Alabama, Inc.
Authorized Signature Company Name
27
Chemical Lime
A Lhoist Group Company
August 24, 1998
Anne Lodato
Senior Buyer
City of Tamarac
Purchasing and Contracts
7525 NW 88th Avenue
Tamarac, Florida 33321-2401
Re: Bid #98-34B
Furnish, Deliver, and Discharge of Quicklime
Dear Ms Lodato:
Thank you for including Chemical Lime Company in your Invitation to Bid r= 98-34B. 9
You will find the completed bid document and two copies enclosed along with a copy of
our NSF 60 Certificate of Compliance, Standard Product Specification Sheet, emergency
order phone list, MSDS sheet, and Certificates of Insurance.
A self-addressed, stamped envelope has been included for a copy of the bid results.
Should you have any questions please feel free to call.
Sincerely,
/ V
J ySw y
Bids & icing Coordinator
C:
Chemical Lime Company
P.Q. Box 479, Montevallo, Alabama 35115
Phone : (800) 388-8550 (205) 665-5000 Fax.- (205) 665-5046
•
, Chemical Lime
moo
A Lhoist Group Company
TO OUR FLORIDA CUSTOMERS
Our Florida Sales and Distribution Office in vlulberry, Florida is open Monday through
Friday 8:00 A.M. to 5:00 P.M. ( Eastern Time).
The Sales Office in Montevallo, Alabama is open S 00 A. .'vl. to 5.00 (Central Time)
iVlonday through Friday.
RAIL SHIPMENTS:
800-388-8550 205-665-5000
Cathy Woodman
Jimmy Weidenback
TRUCK SHIPMENTS:
800-695-5657 (Incoming from Florida) 94 l-425-15 44
Elaine Thompson
Carl Anderson
For emergency or after hours service on weekdays, please call one of the people listed
below Weekends and holidays, our regular dispatch office phones are forwarded to a
pager for your convenience. Please be sure to include the area code %hen entering your
phone number.
FLORIDA:
Carl Anderson (home) 941-6-16-3, -.
James Bourassa (home) 941-665-005-
John Thompson (cell -phone) 941-670-3353
ALABANIA:
Jimmy Weidenback (home) 205-822-2477
Cathy Woodman (home) 205-663-4954
Montevallo, Alabama Plant 305-665-1351
(ask for foreman on duty)
Chemical Lime Company
P.O. Box 479, Montevallo, Alabama 35115
Phone : (800) 388-8550 (205) 665-5000 Fax: (205) 665-5046
1, Jiro Bennett, Secretary of State of the State of .Alabama, having
custody of the Great and Principal Seal of said State, do hereby certify that
the domestic corporation records on file in this office discloses
that Allied Lime Company, Inc. incorporated in Montgomery County,
Montgomery, Alabama on December 27, 1990; that on March 22, 1994,
the name Allied Lime Company, Inc. was changed to Chemical Lime
Company of Alabama, Inc. I further certify that the records do
not disclose that said Chemical Lime Company of Alabama, Inc. has
been dissolved.
In Testimony Whereof, I have hereunto set myband and
affixed the Great Seal of the State, at the Capitol, in the
City of Montgomery, on this day
06/23/94
Date
a
w
a
Jim Bennett Secretary of State
FILE
APPLICATION TAPPLICATION FOR AUTHORIZATION TOOTRANSACTND�
MEN BUSINESS IN FLORIDA s,
(s_ 607. t 504, F.S.
;6ECTION 1 (1-3 must be completed)
1 Allied Lime company, Inc.
Name of corporation as it appears on the records of the Department of State.
2_ Incorporated under laws of: Alabama
3. Date authorized to do business in Florida: . July 31, 1991
SECTION II (4-7 complete only the applicable changes)
4. If the amendment changes the name of the corporation, when was the change effected
under the laws of its jurisdiction of incorporation?
Match 22, 1994
5_ Name of corporation after the amendment, adding suffix "corporation," "company," "in-
corporated," or appropriate abbreviation, if not contained in new name of the corporation:
Chemical Lime Company of Alabama, Inc.
6. If the amendment changes the period of duration, indicate new period of duration.
7. If the amendment changes the jurisdiction of incorporation, indicate new jurisdiction.
N/A
-]- 7 ci '4
. ature Date
Joe pavne-.ssistant Secretary
Typed or printed name Title
r._.._. __. .
FLORIDA DEPARTMENT OF STATE
Jim Smith
Secretary of State
July 12, 1994
KITTY L. BOOKOUT
CHEMICAL LIME COMPANY
P.O. BOX 121874
FT. WORTH, TX 76121-1874
Re: Document Number P34884
The Amendment to the Application of a Foreign Corporation for ALLIED LIME
COMPANY, INC. which changed its name to CHEMICAL LIME COMPANY OF
ALABAMA, INC., an Alabama corporation authorized to transact business in
Florida, was filed on July 8, 1994.
Should you have any questions regarding this matter, please telephone (904)
487-6050, the Amendment Filing Section.
Darlene Connell
Corporate Specialist
Division of Corporation
Letter Number: 694A00032212
Division of Corporations - P.O. BOX 6327 -Tallahassee, Florida 32314
C]
§
1p
�
0
Ate§
�C
§�\
2PR
27
/-3
�
§§
z®
k
/j
Fn
2-0�»nnn
® 7
�-
ro=»>m
m=2>--
=o_2nn�
>
2
/
m xr-:D
c
=
c»o
=w
m
�2�zrr
m>10
c
3
�nm
w� 22
=.
m
CQ
_ o,
70 r m
®
.r
m
z_
�
,
®mr
rn
L
g
�c
ZE:
_
-_
:-0-0
o
o
_om
��
r
omq
w
-
r
70
r
z
& \
\
a
a
=
§
_
�
.
_
�
z
� m
.-
?(
/
..
C.1
222m-
\\ \
-
/
37
§\
\/
r7
2
�
< /
ƒ
k
10
.\
_L_k. I iVr4 i CVHl4LU A
• C:bA 1RANSPORTATION
TARIFF CSXT 8100
(A) (R) ORIGINAL PAGE VIII-A I
I= CSXT 8100 Cancels original ease VIII 1-
DW(MMAGE SECTION Viz= -A
SECTION VIII-A
Cancels
SECTION VIII
CSXT bases its freight transportation prices on the expectation that
railcars furnished to customers will be promptly loaded and unloaded.
The purpose of this Section is to describe how the time railcars are
under the control of customers is defined, and to specify the prices
that CSXT charges should a customer retain control of railcars beyond
the time incorporated into our freight rates.
(A) - Increase.
(R) = Reduction.
ISSUED MAY 15, 1995 EFFECTIVE AUGUST 1, 1995
S.K.Smith, manager - Price Publications
500 Water Street
Jacksonville, FL 32202
%.:Z�1L 1' L NSFORTATION
TARDY CSXT 8100
00 M ORIGINAL PAGE Viil-A 3
ICC CSXT 8100 Cancels and Revised Page VIII- 3
DME RAGE SRCTION VIII-A
GLOSSARY OF TERMS - (ITEM 8010) (Concluded)
xtcm R,x=MZ LV=RM=%W - Advice by consignee given to authorized persc=el of CSXT. that
car is unloaded and available to CSX7. Iaforxation given must include ideatity of consignee,
party furnishing data. Barr initial and number.
PaRMRDZ';r- INSTRUCTIONS - Shipping instruetioas given to C5X7 at the point of laads.ng, containing
all of the necessary information to transport the shipment to the final dastination.
LrAs8 TRACx - Any trackage assigned to a user through written agreement. Lease track will be
treated the same as private track under this Section_
LOa,DING - Tm complete or partial loading of a car in conformity with CSXT loading and clearance
rules, and the furmishinq of forwarding instructions.
LOADED CAR - A car that is completely at partially loaded.
NOT+FZCASION -When required, written or verbal notification will be furnished to parties
entitled to receive notice that cars are available for loading, unloading or otherwise
impacted by demurrage provisions.
OR7M DAIS- bate for which Consignor has requested empty cars be fur isbed for loading.
01. TKAN MaLLIC DE+.TMY TRACK - Aay trackage assigned for iadivid::al use, including privately
owned or leased track.
PARTIAL UHLOADIVq - The partial unloading of a car and the furnishing of inward-ing instructions.
pRIVATS cAA - A car bearing other than railroad reporting marks and which is -ot a
railroad -controlled ear.
PR VxT5 TRACK - Amy trackage which is not owned or leased by the railroad.
PUBLIC DSZIYERY TRACK - Any track open to tme general public !or loading and u,Zloadi:g.
RASLROAD-CCW=LLZD CAR - A car bsaring other than railroad rrpox "g marks t.'at is either
leaved or controlled by a Railroad.
. RSCC3NSTGRl - Ad order froea the ecrosi,sar to bill a car to otter the original- consignee.
(An order to turn over the car to another party, that does not require an additional movement
of the car, is not a reconsignnent).
•
RSFU = LOADRD CAR - when the original loaded car is refused at deatw:ation wit".out being
unloaded.
MLOADZNG when car in held for loadinj after being -*leased as an ea:pty.
RBS apm=TT - A mew document by v1,4ch t-*_e eati.re original shipment is fornrded _ : the same car to
another destinatica.
S33iV= YARD - CSXT classification yard where local trash servi:.g customez or.q.Lmates.
S7ilpp= ASSIG?= CAR - Specific er=pty cars assigned to a particular ship7er far t .eir exclt:sive
use.
S79pYHD IX TRAM IT - Wbzn cars are held en route because of any cond:.tion attributable to the
consignor or consigaeee, or owtasr.
TZNDEL - The notification, actual or constructive placement of ah empty or loaded car.
7rM9 - Local time is applicable, expressed on the basis of t-�:* 24-hcur clock.
Example: 12:01 AN is expressed as Cool Hours.
UNLOADING - :he complete unloading of a car and advice received from censignee that the car is
empty and available to the railroad.
tat - Increase .
(R) - Reduction.
ISSUED MAY 15, 1995 EFFECTIVE AUGUST 1, 1995
S.K.Smith, Manager - price Publications
500 Water Street
Jacksonville, FIR 32202
DATE 1� —
A CARD CERTIFICATE OF LIABILITY INSURANCE
PROOUCER 817-737-4000
Alexander & Alexander of Texas, Inc.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Aon Risk Services
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
6100 Western Place, Suite 1000
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
P.O. Box 2950
COMPANIES AFFORDING COVERAGE
COMPANY
Ft. Worth TX 76113-2950
A CONTINENTAL CASUALTY CO
INSURED Chemical Lime Company of Alabama, Inc.
COMPANY
P.O. Box 479
B
Montevallo, AL 35115
COMPANY
C
COMPANY
D
COVERAGES
POLICIES c ABOVE INSURED NAMED FOR THE LPERIOD
INDI C TED, NOTW THS A DIING ANYREQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER
HER DOCUMENT WITH RESPECT TO THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEAMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
COI POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE i POLICY NUMBER LIMITS
I DATE (MMIDO/YY) DATE (MMMONYI
A j GENERAL
XCOMMERCIAL
LIABILITY
GL166802788 10/01 /1 997 10101 /1 998 GENERAL AGGREGATE I $ 2, coD, ocD
GENERAL 41A8ILITY
PRODUCTS - COMP!OP AGG I ! 3 000, 000
I
I CLAIMS MADE OCCUR
,
PERSONAL & AOV INJURY
I OWNER'S & CONTRACTOR'S PROT
EACH OCCURRENCE I S 1,Dao,Doo
FIRE DAMAGE fAnY one fire$ i S 100 , 000
!
MED EXP IAnv are 9ersonl
A !AUTOMOBILE LIABILITY I SUA 166802807 ! 10/01 /1 997 10,01 / 1 998 I
X I ANY AUTO j COMBINED SINGLE LIMIT I S 1, 000,000
Ij ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS (Per person) S
j HIRED AUTOS
BODILY INJURY S
j NON -OWNED AUTOS IPSr acocant,
PROPERTY OAMAGC i S
j
GARAGE LIABIL;TY AUTO ONLY - EA ACC:OENT 17
ANY AUTO OTHER THAN AUTO ONLY,
I EACH ACC;GENT j S
AGGREGATE S
EXCESS LIABILITY EACH OCCURRENCE S
j UMBRELLA FORM AGGREGATE I !
I OTHER THAN UMBRELLA FORM I I S
A
WORKERS COMPENSATION AND
WC1 66802743
I 1 0/01 /1 997 1 0,0111 998 j X j TCV WSTA ,T1 OTH-I
R
EMPLOYERS' LIABIInY
.MI
I EL EACH ACCIDENT I ! 1, 000, 000
THE PROPRIETOR/ X INCL
PARTNERSrEXECUTIVE
EL DISEASE • POLICY UMIT I S 1,000,000
OFFICERS ARE EXCL
EL DISEASE - EA EMPLOYEE I S 1. 000, 000
I
I
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS The City of Tamarac is additional insured as required by written contract.
CA.TE HOLDER `.,,
CERTIFICATE
CANCELLATION :::.... ; : ...
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Broward Governmental Cooperative Purchasing Group
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR T L
7525 N.W. 88th Avenue
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO TH
Tamarac, FL 33321
BUT FA LURED TOMAILSUCHS NOTICE FQRT c$ SMALL IMPOSE NO OBLIGATION OR UABIUTY
OF ANY KINO UPON E c PANY. ITS AGENTS REPR EMT IVES-
AUTHORIZEDE /O
JamesRM Rutled
4CORD 25IS f1i95i
9�A ......... QN 1988
j CORD COFIOO
C@ds?79406
' ACORDw CERTIFICATE OF
LIABILITY INSURANCE DATEI,MM,DDrYy,
0912911997
PRODUCER 817.737-4000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Alexander & Alexander of Texas, Inc.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Aon Risk Services
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE: AFFORDED BY THE POLICIES BELOW.
6100 Western Place, Suite 1000
COMPANIES AFFORDING COVERAGE
P.O. Box 2950
Ft, Worth TX 76113-2950
lzu
COMPANY
A CONTINENTAL CASUALTY CO
RED Chemical Lime Company of Alabama, Inc.
COMPANY
P.Q. Box 479
B
COMPANY
Montevallo, AL 35115
C
COMPANY
D
COVERAGES. > .
.
T THE POLICIES OF INSURANCE LISTED
THIS IS TO CERTIFY THAT
BELOW HAVE BEEN ISSUED TO THE INSLIRED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEAMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS
SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
c0 TYPE OF INSURANCE
LTR
POLICY NUMBER
f
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MM/0D/YY) ! DATE (MM,OOiYY)
LIMITS
A GENERAL LIABILITY
GL1 66802783
10/01 /1997 1 0/01/1998 GENERAL AGGREGATE $ 2, OCO, 000
I� COMMERCIAL GENERAAL'LIIABILITY
PRODUCTS • COMP;OP AGG S 3 ,r000,000
CLAIMS MADE 'I X OCCUR
I PERSONALS AOV INJURY S 1, 0a0, 000
i
OWNER'S s CONTRACTOR'S PROT
EACH OCCURRENCE S 1, 000, 000
FIRE DAMAGE (Any one fire) $ 100 000
i
MED EXP (Any one persanl S 5,00C
A AUTOMOBILE LIABILITY
BUA 1 66802907
10/01 /1 997 10,'01 /1 998
�X71
COMBINED SINGLE LIMIT 3 _, 000, 000
ANY AUTO
I
�
;W ALL OWNED AUTOS
30CILY INJURY S
SCHEOULED AUTOS
I (Per tlersanl
HIRED AUTOS
aoDlLr INJURY
NON -OWNED AUTOS
I
s
I (Per acc:aent)
�
I PROPERTY DAMAGE S
i
GARAGE LIABILITY
AUTO ONLY • EA ACCIDENT S
I ANY AUTO
i OTHER THAN AUTO ONLY:
— T
�
EACH ACCIDENT I
i
AGGREGATE $
EXCESS UABILTY
EACH CCCURRENCE S
•T� UMBRELLA FORM
AGGa EGA'= - !
I OTHER THAN UMBRELLA FORM
$
A
WORKERS COMPENSATION AND
WC166802743
WC STATU• I IOTH-'
110/01 /1 997 10/01 /1 998 X I T Rr LIMIT R {
EMPLOYERS' LIABILITY
j EL EACH ACCIDENT S 1,000,000
THE PROPRIETOR! X INCL
EL DISEASE - POLICY LIMIT S 1, 000,000
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
I I EL DISEASE - EA EMPLOYEE i f 1, 1100, 000
�
I
I
I
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
Workers' Compensation coverage provided in all states except, monopolistic states of NV,ND,OH,WA,WV,WY
CERTIFICATE HOLDER
. ..... .
CANCELLATION
...
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Tamarac
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
_
Attn. Robert J. Fay,Dr. Utilities
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
7525 N.W. 88th Avenue
EXCEPT 10 DAYS NOTICE FOR NON-PAYMENT.
BUT FAILURE TO MAIL SUCH E SHALL IMPOSE NO OBLIGATION OR LIABILITY
Tamarac, FL 33321
OF ANY KIND UPON T E CO. PANY. ITS AGENTS OR REPRES NTAT' ES.
AUTHORIZED REPRESEN7ATIVF.
James M. RUtledg
ACORD 25-S 11196)
QACORD CORPORATION 1988
(adsx7942s
Material Safety Data Sheet
May be used to comply with
OSHA's Hazard Communication Standard
29 CFR 1910,1200. Standard must be
consulted for specific requirements.
IDENTITY Note: Blank spices ere rat pemW*d. M any gem IS nd apppcade, or n°
calcium Oxide (Quicklime) (Lime) (CaO)I kiRmatimise""l"ble.the Space n"il0irark'dro"'d"'rethat.
U.S. Department of Labor 4.P
Occupational Safety and Health Administration
(Non -Mandatory Form)
Form Approved
OMB No. 1218-0072
Section I
Manufacturer's Name mergency elephone Number
Chemical Lime Company IChemtrec 800-424-9300
3724.Hulen Street
817-732-8164
Date Prepared
Fort Worth, TX 76107 11-Feb-97
Signature of Preparer (optional)
Section 11 - Hazardous Ingredients/Identity Information
Other Limits
Hazardous Components (Spec Chemical Identity; Common Name(s)) OSHA PEL ACGIH TLV Recommended % (optional)
Calcium oxide 1305-78-8 Quicklime 5 mg/m3 2 mg/m3 a90%
Magnesium oxide
1309-38-4
Periclase
15 mg/m3
Calcium carbonate
1317-65-3
Limestone
15 mg/m3
Silicon dioxide
14808-60-7
Quartz
0.1 mg/m3
Section III - Physical/Chemical Characteristics
10 mg/m3 6450 mg/kg c5%
10 mg/m3 c5%
0.1 mg/m3 c1%
LDS
oral/rat
0
Boiling Point
'Specific Gravity (H20 = 1)
i :2850 °C
33 /cc
g/cc
Pressure min g
I Melting Point
°
i2570 C
N.A.
apor Density
vaporauon rate
IN A.
I(Butyl Acetate
Solubility in Water
Reactive with water to form Ca(OH)2 with
large amounts of heat pH•12.4
0 25 °C
Appearance and Odor
White or gray lumps and powder, odorless
Section IV - Fire and Explosion Hazard Data
Flash Point (Method Used)
Flammable Limits LEL
UEL
Not applicable
lNot applicable N.A.
Extinguishing Media
Use extinguishing agent suitable for surrounding fire
Special Firefighting Procedures
In large amounts Calcium oxide will react with water to produce heat and possibly steam.
Flood with excess water to remove heat.
Unusual ire and Explosion Hazards
If calcium oxide gets wet, add excess amounts of water to remove heat.
Section V - Reactivitv Data
Stability iUnstable ; ;Conditions to Avoid
!x 'Reacts with water to form Ca(OH)2 and large amounts of heat.
Stable
(Reacts with CO2 to foray C&CO3.
In patibility (Materials to Avoid)
s: React violently and produces heat Malsic Anhydride: May react explosive)
react to torm explosive s
flammable products when heated Aluminum: May react to form hydrogen gas.
FHAzardous ijecomposition or Esyproducts 140126
Hazardous May Occur (Conditions to Avoid
Polymerization
wll Not Occur
3C
Section VI - Health Hazard Data
Route(sj of Entry: n uon? Skin7 ingestion?
Yes Yes Yes
Health azar s cute and Chronic)
Mild to moderate corrosive: Avoid skin and eye contact as irritation will occur.
Inhalation will cause coughing, sneezing, or inflammation of the respiratory system.
Material in contact with wet skin could cause burning and corrosion.
arcinogenicity: Monographs 7 OSHA Regulated7
S102
Free crystalline silica is classified by IARC as "probably carcinogenic to htmans"
Signs and Symptoms of Exposure
skin or eye irritation; coughing or breathing problems.
Medical on itions
Generally Aggravated by Exposure Respiratory problems, asthma
Dermatitis or skin or eye sensitivity.
Emergency and 1-irst Aid Procedure
Flush contaminated area with excess water. If eye contact, rinse eye with warm water
30 minutes, and seek medical attention immediately.
Section VII - Precautions for Safe Handling and Use
Steps to De Taken in Case Matenal is Released or Spilled
Protect skin from contact and avoid inhalation of dust. If material is dry pick up and
keep away from acids or organic materials. Place in steel drums. If wet add
excess water to remove heat.
Waste Disposal Method
Carefully add water and flush to sewer. Consult local, state, or federal regulations.
recautions to De I a en in Handling an2 Storage
Store in tightly closed containers. Do not store or ship in aluminum containers. Keep
dry and away from acids or other incompatible substances.
t er Precautions
Keep material dry, if material gets wet flood with excess water to remove heat.
Section VIIl - Control Measures
Respiratory Praecfion(,Specify Type)
NIOSH approved dust filter respirator in dusty conditions -
ventilation Local ExhaustSpecial
(Vent to dust collector i
Mechanical (General) iOther
Vent to meet TLV requirements
rotective Uioves
Clean dry rubber gloves
Uther Protective Glothing or Equipment
Full clothing to cover arms and legs, safety glasses or face shield.
ygienic Pracbees
wash and shower station should be readily available.
s: Sax. N.I. 6 R.J. Lewis Sr. (1989) -Dangerous Properties of Industrial Materials', New York: van Nostrand Reinhold Co. Ltd
pnd
0 Chemical Lime
10JO A Lhoist Group Company
C]
Standard Product Specifications
Small Pebble Hi -Cal Quicklime
Specification Number 01001601
Parameter
*
Analysis Method
*
Normal Range
Sizing
*
Standard U.S. Sieve
*
1/8" x 1/2"
Bulk Densitv
*
Avg. Cubic Foot Wt.
*
571b / cu. ft. average
Available CaO
*
ASTNI C 25
*
92.0% min. 93.4% average
L.O.I.
*
ASTNI C 25
*
2.0% max. 1.5% average
Mg0
*
ASTM C 25 - C 1271
*
3.0% max. 2.0%average
Si02
*
ASTNI C 25 - C 1271
*
1.5% max. 0.5% average
Fe & Al compounds
*
ASTM C 25 - C 1271
*
1.0% max. 0.7% average
Sulfur
*
ASTNI C 25 - LECO
*
0.050% max. 0.020% average
3 min. Reactivity
30 sec. Reactivity
*
*
ASTNI C 110
ASTNI C 110
*
*
40' C min. 52' C average
25' C average
Water Insoluble Residue
*
ASTNI C 110
*
(#30 mesh) 2.0% max. 0.8% average
(Note: Total CaO may be determined by difference of the sum of the L.O.L. Ihl O, SiO, Fe & Al percentages. )
Chemical Lime Company •
P.O. Box 479, Montevallo, Alabama 35115
Phone : (800) 388-8550 (205) 665-5000 Fax: (205) 665-5046
SUnderwriters Laboratories Inca
Northbrook, Illinois • (847) 272-8800
Melville, New York, (516) 271-6200
Santa Clara, California • (408) 985-2400
Research Triangle Park,
North Carolina • (919) 549-1400
Camas, Washington- (360) 817-5500
CERTIFICATE -OF COMPLIANCE
CERTIFICATE NUMBER: 030398-MH17190
ISSUE DATE: 3 March 1998
Issued to: Chemical Lime Co.
P.O, Box 121874
Fort Worth, Texas 76121-1874
Report Reference: MH17190
This is to Certify that
representative samples of: Calcium Oxide
From: Alabaster, AL
Bancroft, ID Clifton, TX
Douglas, AZ
Montevallo, AL Langley, British Columbia
1 Peach Springs, AZ
North Las Vegas, NV Ste. Genevieve, MO
Have been investigated by Underwriters Laboratories Inc. in accordance with the Standard(s)
indicated on this Certificate.
r Standard(s) for Safety:
ANSI/NSF Standard 60: Drinking Water Treatment Chemicals -Health Effects
Additional Information:
Category:
Softening, Precipitation, and pH Adjustment
Maximum Use Level:
Calcium Oxide 500mg/L
Y
Only those products bearing the UL Classification Marking should be considered as being covered by UL's r
v
Classification and Follow -Up Service
The UL Classification Marking includes: the name "Underwriters Laboratories Inc." the word "Classified"; a control
number (may be alphanumeric) assigned by UL: a statement to indicate the extent of UL's evaluation of the product;
and, the product category name (product identity) as indicated in the appropriate UL Directory.
LOOK FOR THE UL CLASS IFICATION MARKING ON THE PRODUCT
Engineer:
nderwriter aboratories Inc.
Review Engineer:
w 4tories Inc.
Underwriters Labor
Y
0 Chemical Lime
A Lhoist Group Company
Standard Product Specifications
Small Pebble Hi -Cal Quicklime
Specification Number f010016011
Parameter
*
Analysis Nlethod
*
Normal Range
Sizing
*
Standard U.S. Sieve
*
1/8" x 1/2"
Bulk Density
*
Avg. Cubic Foot NN't.
*
571b / cu. ft. average
Available CaO
*
ASTM C 25
*
92.0% min. 93.4% average
L.O.I.
*
ASTM C 25
*
2.0% max. 1.5% average
MgO
*
ASTM C 25 - C 1271
*
3.0% max. 2.0%avers e
Si02
*
ASTNI C 25 - C 1271
*
1.5% mar. 0.5% average
Fe & Al compounds
*
ASTNI C 25 - C 1271
*
1.0% max. 0.7% average
Sulfur
*
ASTNI C 25 - LECO
*
0.050% max-. 0.020% average
3 min. Reactivitv
*
ASTM C 110
*
40' C min. 52' C average
30 sec. Reactivitv
*
ASTNI C 110
*
25' C average
Water Insoluble Residue
*
ASTM C 110
*
(#30 mesh) 2.0% max. 0.8% average
{ Note: Total CaO may be determined by difference of the sum of the L,0 1., %IgO, SiO, Fe & Al percentages. 1
Chemical Lime Company •
P.O. Box 479, Montevallo, Alabama 35115
Phone : (800) 388-8550 (205) 665-5000 Fax: (205) 665-5046
Material Safety Data Sheet
May be used to comply with
OSHA's Hazard Communication Standard
29 CFR 1910.1200. Standard must be
nsulted for specific requirements.
NTITY
alcium Oxide (Quicklime) (Lime) (CaO)
Section I
Manufacturers Name
Chemical Lime Company
Address (Number, Street, City. State, and ZIP Code)
3724 Hulen Street
U.S. Department of Labor
Occupational Safety and Health Administration
(Non -Mandatory Form)
Form Approved
OMB No. 1218-0072
Note: Blank spans are nor pemWed. it any item is nor applicable. or no
inramationisavaihble. the space must bemarked toindicate Mal.
Emergency Telephone Number
IChemtrec 800-424-9300
Telephone Number for Information
817-732-8164
Fort worth, TX 76107
Date Prepared
1-Feb-97
Signature of Preparer (optional)
Section II - Hazardous Ingredients/Identity Information
Hazardous Components (Specific Chemical Identity; Common Name(s))
Other Limits
OSHA PEL ACGIH TLV Recommended
% (optional)
Calcium oxide 1305-78-8 Quicklime
5 mg/m3 2 mg/m3
>90%
Magnesium oxide 1309-38-4 Periclase
15 mg/m3 10 mg/m3 6450 mg/kg
<5$
Calcium carbonate 1317-65-3 Limestone
15 mg/m3 10 mg/m3
c5$
Silicon dioxide 14808-60-7 Quartz
0.1 mg/m3 0.1 mg/m3
cl$
LD50
oral/rat
Section III - Physical/Chemical Characteristics
Boiling Point
Specific Gravity (H20 = 1)
2850 °C
3.3 g/cc
Vapor Pressure (mm g)
MMelting Point
N.A.
2570 °C
Vapor Density -Evaporation
rate
:N.A.
(Butyl Acetate = 1)
N.A.
Solubility in Water
Reactive with water to form Ca(OH)2 with
large amounts of heat pH-12.4
® 25 °C
Appearance and Odor
White or gray lumps and powder, odorless
Section IV - Fire and Explosion Hazard Data
Flash Point (Method Used)
Flammable Limits LEL
UEL
Not applicable
!Not applicable 'N.A.
IN.A.
Extinguishing Media
Use extinguishing agent suitable for surrounding fire
Special Firefighting Procedures
In large amounts Calcium oxide will react with water to produce heat and possibly steam.
Flood with excess water to remove heat.
Unusual Fire and Explosion Hazards
If calcium oxide gets wet, add excess amounts of water to remove heat.
Section V - Reactivitv Data
Stability ,Unstable Conditions to Avoid
Ix !Reacts with water to form Ca(OH)2 and large amounts of heat.
Stable
Reacts with CO2 to form CaCO3.
Incompatibility (Materials to Avoid)
Acids: React violently and produces heat Maleic Anhydride: May react explosively
Nitro Organic Compounds. May react to to= explosive salts- osp orous: may form
flammable products when heated Aluminum: May react to form hydrogen gas.
fHazardous Decomposition or byproEucts BOUe
Hazardous May Occur (Conditions to Avoid
Polymerization
Will Not Occur
x
Section VI - Health Hazard Data
Route(s) of Entry: inhalation! to ngesuon
Yes Yes Yes
Health Hazards cute and Chronic)
Mild to moderate corrosive: Avoid skin and eye contact as irritation will occur.
Inhalation will cause coughing, sneezing, or inflammation of the respiratory system.
Material in contact with wet skin could cause burning and corrosion.
arcinogerncl onograp s . OSHA Regulatefflr—
SiO2
Free crystalline silica is classified by IARC as "probably carcinogenic to humans"
igns and Symptoms ot Exposure
Skin or eye irritation; coughing or breathing problems.
Medical Conditions
Generally Aggravated by Exposure Respiratory problems, asthma
Dermatitis or skin or eye sensitivity.
Emergency and First Aid Procedure
Flush contaminated area with excess water. If eye contact, rinse eye with warm water
for 30 minutes, and seek medical attention immediately.
Section VII - Precautions for Safe Handling and Use
Steps to oe Taken in rase I Materialis Released or Spilleo
Protect skin from contact and avoid inhalation of dust. If material is dry pick up and
keep away from acids or organic materials. Place in steel drums. If wet add
excess water to remove heat.
Waste Disposal Method
Carefully add water and flush to sewer. Consult local, state, cr federal regulations.
Precautions to be I a en In Handling and Storage
Store in tightly closed containers. Do not store or ship in al=inum containers. Keep
dry and away from acids or other incompatible substances.
t er Precautions
Keep material dry, if material gets wet flood with excess water to remove heat.
Section VII( - Control Measures
aspiratory Protection peci yType)
NIOSR approved dust filter respirator in dusty conditions.
en i ation I LocalExhaust i pecta
,Vent to dust collector
Vent to meet TLV requirements
rotectrve Uloves
Clean dry rubber gloves
Uther Protective Clothing or gwpment
Full clothing to cover arms and legs, safety glasses or face shield.
Work/Hygienic Practices
Eye wash and shower station should be readily available.
References: Sax. N.I. & R.J. Lewis Sr. (1989) .Dangerous Properties of Industrial Materials', New York: van Nostrand Reinhold Co. Ltd. kdi phd
09/15/99 09:00 AX 8177326315 CHEMICAL LINE Q002
-SEP. -14' 99 (TUE) 16: 18 AON RISK SERVICES
TEL:8173392019
P. 002
4
. . . . . . .....•DATE MMMOMY)
co
ji.r.
'Imp VF
9 17-1310-0100 THIS CERTIFICATE 13 ISSUED AS A MATTER OF IWORMATION
Aon Risk Services of Texas, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CaffMCATE DOES NOT AMEND, EXTEND OR
301 Commerce, Suite 2101 ALTER THE COVERAGE AFFORDED RY THE POLICIES BELOW. I
COMPANIES-AEFORPING COVERAGE
Fr. Wall TX 76102 COMPANY 46 1
A CONTINENTAL CASUALTY CO
INSURE9 Chemical Lime COMPOI at Alabama, Inc.
COMPANY
P.O. Box 479
a
COMPANY
Montevallo, AL 33115
C
COMPANY
D
THIS IS To CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE G0N ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTI-M RESPECT TO WHICH TH15
CERTIFICATE MAY HE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DeSCRIDED HeMM IS SUBJECT TO ALL THE TEAMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE SEEN RIMUCED BY PAD CLNIMS.
cc
LYN
TYPE OF MSURANCE
POLMY Kum=
POLICY EMCTrvll
DAYEIMMIDD/W1
POLICY IKFMATION
OAr4tMMM0rrV)
llUlfTa
A
GENERAL
LIABILITY
UL195923503
10/01/1998
10/01 /18919
OMEFLAL AGGREGATE
PRO13UL-rg - CIMAPIOP AGO
6 3,000,000
COMMERCIAL 0ENCRAL LIABILMY
CLAIMS MALE :D —� OCCUR fX
PERSONAL & ADV INJURY
t 11000,000
EACH OCCURRENCE
GWft" III, CONTRACTOR'S PROY
FFG hAL4AGr. (Any Ana lira)
a 500,000
MCI) EKP IAAV one ftimni
III 5,000
A
AuTamoviLE
uAzLrrY
SUA196923548
1010111998
10/01/1999
X_
AM AUTO
COMIIII LWrr
a 2.,000,000
ALL OWN&D AUTOS
SCHEDULED AUTO$
0001ILYINJURY
(Per parmirs)
HIRED AUTOS
NON•OWHi0 AUTOS
BODILY NjUrry
Iry sadawdl
PROPERTY DAMAGE
a
GARAGE llAatLITY
AUTO ONLY -IRA ACCIIIARM
@
amw-rm.AN.,AUTO oNLy-.
ANY AUTO
EACH ACCIDENr
0
AGGREGATE
a
EXCSMS LIABILITY
EACH OCCURRENCE
I
VMIIAGLLA FORM
AGGREaATIF
0`17HIM THAN UVI51,1611.4A Pool"
A
womms campma,&TioN AND
0111PLOYERS'LIAMILITY
WC1 95923484
10/01/1998
10/01/1999
XLWM- ; 1091-1
II EACH ACCIDENT
1,000,000
PARTN=QADC9CL1T1 FX IN"
VE
_5LDisEme _POLICY L*Arr
11000,000
EL DISSAgE - EA EMPLOYER
is 1,000,000
I OMWEAS ARE: I 1EXCL
DISCHIP'nONGFDVMTIOMILOCATIONStVEHICLEIIMPFLCIALfflog City of Tamarac Is additional inwrad **nwpects to llahikty Be required
by written contract,
Workers' Compensation coverage Provided in aT1 &tate* except, monopoijeac states of NVND.DH,WA.WV.WY
Wv M, J ME.
SMMLD AMV CIF THE AXWE BESCRUMIe POUCIAS MR CAUCELLM ftff4:1RA THE
City of Tamarac EIGIGIII MI TMIGOF. THE MIMI COMPANY W" GROGAVOR TO MAIL
Ann,. Robert J. Fay, Or. Utilities 30 uITi
7525 N.W. 88th Avenue I= T n A m ICE TO THE CtI! HOLDIM NAMED TO ?HG LC".
Na MR NON-PAYMENT.
Tamurac, FL 33321 BUT FAILURE TO M UCH MMG SHALL tMPO= MO onuI 04 vAuLrry
OF ANY M=gM COMPANY. TSgp_ mpmscwrAttVTI
AUTH IF
1p
In" '.F -'5- WMMI.
04#291064
4ud . q (I 5 I --I -,I
08. 27 •99 02:17 FAX 9S4 72.1 2408 CITI TAMARAC-FCRCHASING
TEMP RESO 8750
EXHIBIT A
City of Tamarac
Finance Department, Purchasing Division
7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401
Telephone: (954) 724-2450 Facsimile (954) 724-2408
Webslte: www,tamorac.org
August 26, 1999
M. Oliver Booth
General Manager
Chemical Lime Company of Alabama, Inc.
P. 0. Box 1137
Mulberry, FL 33860-1137
Dear Mr. Booth:
Our contract with your company for the furnishing, delivering, and discharging of quicklime
is due to expire on October 14, 1999. As specified under Section 1 of the Special
. Conditions listed in Bid Number 98-34B, we have an option to renew the existing contract
for two additional one year periods on behalf of the Broward County Cooperative
Purchasing Group. This is the first year to renew the contract.
Please advise if a one-year extension would be acceptable to your company. Please
complete the appropriate area below and return this form to the Purchasing Division no
later than Thursday, September 2, 1999. If you have any questions, do not hesitate to
contact me.
Sincerely,
Anne Lodato
Senior Buyer
)C I hereby agree to a one-year extension of the subject contract. Q ta4,)A
I am unable to provide a one-year extension of the subject contract
' ature �7 ate
.au.l 0cccr4,-i'y Er r- 4-ve,
0 A Chemical Lime
1WA A Lhoist Group Company
•
August 31, 1999
Ms. Anne Lodato, Senior Buyer
City of Tamarac
Purchasing Division
7525 NW 88th Avenue, Suite 108
Tamarac, FL 33321
Subject: Extension for Bid # 98-34B
Dear Ms. Lodato:
The purpose of this letter is to request a price increase for Bid # 98-34B "Furnish, Deliver
and Discharge of Quicklime".
Effective January 1, 1999 the per ton rail rate from our plant in Calera, Alabama to our
distribution facility in Fort Lauderdale, Florida increased $0.78 (see attached letter).
Chemical Lime Company is requesting this increase be passed on to the Broward County
Governmental Cooperative Purchasing Group. The new lime price would be $88,78 per
ton delivered.
As always, Chemical Lime Company appreciates your business and looks forward to
working with you for another year. Please call me at (800) 695-5657 if you have any
questions.
Sincerely,
CHEMICAL LIME COMPANY
w , a rpxm�
Carl W. Anderson
Sales Representative - Florida
Chemical Lime Company
P.O. Box 1137, Mulberry, Florida 33860
Phone : (800) 695-5657 Fax : (941) 425-0686
/88 WED 1U:09 FAx 817 732 7847 CLC TRAFFIC
SEP 01 '99 04:47PM CSC ZMTERMODAL DALLA P,2/2
1= 4100 Alpha #600
Dollas. TX 75244
TRANPORMIQN (972) 716-4382
Stan Shepherd
Senior ACCount Monoger
September 1, 1999
John McMackin
Chemical Lime Company
3700 Hulen Drive
Ft Worth, TX 76107
Dear Xohn:
This will confirm that the crate on lime from Calera, Alabama to Fort Lauderdale,
Florida, now coveted in CSXT-C-68481(formedy CSXT-C-66633), was
increased by $0.88 cents per net ton* effective January 1, 1999.
*Note: Calculation based on 100 metric ton loading,
• Please advise if you have any questions or need additional information.
Sincerely,
Stan Shepherd
Senior Account Manager
0
Exhibit A
W
C�
Q
Z
U
m
0
W
m �
IT co ail
ocn
M Z
LL
W
Y
U
J
Q
o
C)
Q
a
a
C7
a
w
o
Q
Q
Q
Q
U
co
LU
0
z
Z
c
Z
00coODco
69
619.
di
69.1p
N
L
U
c
a
o
p
U
m
0
jE
Z
0
m
s
N
F�
=
2
G U
0
a
a
a
�
M
N
p
G
'O
N
t
$ U
0
0
It
C7
ITIT
C)
2
n
2
C
v
a
a
cti
efl
.-
to
6'i
69
N
a
C)
9
0
a
o
Ci
69
N
7j E
co
0
U)
C/)
N
C
C:
N
L
CDa
CD
L
C7
L
0
m
co
Q
0
W
W
r
N
N
Cl
C]
a
0
O
U
O
Z
O
Z
0)
�
Z=}
}
`�
p
D
p
V
m
cn
c+i
m
C
69
69
cV
C)
C]
0%
Vfl
69
64
69
69
N
Y
Y
U
U
�
r
X
f7
X
C7
X
C7
X
`
QI
N
la
Z
0
ap
CO
CO
-ODD
U"
`
N
'E
d) N
w V1
�
m
w'
co
c )
F
ny
r a)
E �
d.
N
N
N
�
j C-
r
0
F-
N
(!f
(N
(A
()
al
L)
'
U L
al .0
a)
d)
a)
a)
'�
O U
U
U-a)
C"
G
.0L
L
L
�.
U_
C
0
0
N
N
N
0
a
rn
c w
O
E
E
ca �
a
N
Oa0La=
Cv
I?
Y>
1)
3
U
m
0)Ezz=
(D w cu 3
o y1.LZZ�
I I
QQ 0 (U
[q
[m
m
Fn
�
2d
Q
w
LL C,
I I I Q
•
is