Loading...
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 SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 1 1 Temp Reso #8750 Page 3 September 1, 1999 SECTION 4: If any clause, section, other part or application of this Resolution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