Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-295k Temp Reso #8389 Page 1 September 17, 1998 Revision 1 -- 10/6/98 City of Tamarac, FLORIDA RESOLUTION NO. R-98 .:_ 9 5/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #98-34B ENTITLED "FURNISH, DELIVER AND DISCHARGE OF QUICKLIME" FOR A PERIOD OF ONE YEAR WITH TWO ADDITIONAL ONE YEAR OPTIONS TO RENEW, ISSUED ON BEHALF OF THE BROWARD COUNTY COOPERATIVE PURCHASING GROUP TO CHEMICAL LIME COMPANY; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac served as "lead agency" for the Broward County Governmental Cooperative Purchasing Group bid for the furnishing, delivery and discharge of Quicklime for a period of one year with two additional one year options to renew. Fourteen agencies will utilize this bid to purchase more than 63,000 tons of Quicklime; and WHEREAS, The City of Tamarac publicly advertised Bid #98-34B for the furnishing, delivery and discharge of Quicklime in the Sun -Sentinel on August 9`" and August 16th, 1998; and WHEREAS, Twelve (12) vendors were solicited and four (4) bids were opened and reviewed to determine cost and responsiveness to the City's specifications; and Temp Reso #8389 Page 2 September 17, 1998 Revision 1 — 10/6/98 WHEREAS, Chemical Lime Company submitted the lowest responsive, responsible bid at a price of $88.00 per ton. A copy of the Bid and tabulation being hereto attached as Exhibit "A", and; WHEREAS, sufficient funds are available from the Utilities Department Operating funds; and, WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager that Bid #98-34B be awarded to Chemical Lime Company as the lowest responsive and responsible bidder; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to authorize the award of Bid #98-34B for the furnishing, delivering and discharging of Quicklime 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 award of Bid #98-34B to Chemical Lime Company on behalf of the Broward County Purchasing Cooperative Group is HEREBY approved. SECTION 3: There are sufficient funds available from the Utilities Operating funds. Temp Reso #8389 Page 3 September 17, 1998 Revision 1—10/6/98 SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of r--,c,- �-c t A 998 ATTEST: lllac-t�wl CAh6L GOL , CMC/AAE CITY CLERK I HEREBY CERTIFY that I Have approved this RE.SOLJTION as to f�rm. MITCHELL S. I CITY ATTORN r:Agendas/Temp Reso/quicklime/aml RECORD OF COMMIS MAYOR SCHREIBER DIST 1: 90 IM. AYE DIST 2: VIM MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Exhibit A W 2 U U) W7 2 a CV Z @ O aO t- rn rn m N U O m Q a) E J 2) (ff O:� O C W O Q Q Q = Q U E co aO co aO a0 CA 00 cO } 2 Z Z Z � Z Eli} 6'? 69 69 CV U C ro Q O U ❑ � E O z 9 ro L c mcc ==z� N � C coM N 0 O O O (7 ` 7 m to r O .., V tn_ O vrawtIT O d C7 O = •- o CV M C)n �C+ ¢ z a m fa � 6Fi 69 (V Ca CJ CD O a p _ r--O, b4 co M = 2 N M (D (O } 7 0)m❑ � n U) W U) W 0 C N C N CD O o QCD 0 Z 0 Z� LO LD Z N } O Q ("7 m C7 co .� 6 (V CD CV N 69 6Fi 6Fi 64 ❑ 0) Nr 69 � 6A 69 6g N Y Y N amp `Y �Y p -he t] U U Z X X X X V 2 m co co to N N N j ~ U O .N U) N N ' U z 4 0 ro U CD ro U LU w m m m Z C• O OI ❑ z L U- Q% N Q) QI N 'Q co L Q% c C C C C a an.a N M�> c -Tc Ctl au U E �. O N X m -0 ro 7 N ( C (u ❑❑❑❑ N ZZ� mZZM 11 �QUti© U- (fl(Ylmm Q❑ Z 0 to CV w N W O W �- Z O a 0. Z_ (n 0 O C? C) O 7 N as N 'O 0 w 04 •� (U d G C O U N V c: E 'G C Z ro 7U TEMP i2c-so 8389 1''I Exhibit A REQUEST FOR BID 67 OR I —Re, BID # 98-34B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 7Er�P 12Esv 010 BROWARD GOVERNMENTAL COOPERATIVE 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. 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 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 954f786- 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 4:0013M 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 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 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,