HomeMy WebLinkAboutCity of Tamarac Resolution R-98-367Temp. Reso. # 8486
Page 1
December 14,1998
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-98-367
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AWARDING THE PURCHASE OF
UNIFORMS FROM ARGO UNIFORM CO. G.N. BASED ON
THE TAMARAC BID 99-02B, AT A TOTAL COST NOT TO
EXCEED FIFTEEN THOUSAND ($15,000.00); FUNDING
FROM THE FIRE RESCUE FUND; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Fire Rescue Department must replace the worn and damaged
uniforms of its seventy-two certified firefighters; and
WHEREAS, the Fire Rescue Department has specified uniform requirements
that meet with National Fire Protection Association standard 1975; and
WHEREAS, Fire Rescue Department uniforms consist of shirts, pants, winter
coats, jumpsuits, belts, badges and patches; and
WHEREAS, the City of Tamarac published Invitation to Bid #99-02B in the Sun -
Sentinel on October 18, 1998 and October 25, 1998 for the purchase of uniforms; and
WHEREAS, eight companies were contacted but only Argo Uniforms Co. G.N.
bid ("Exhibit A"); and
WHEREAS, the reasons given for not bidding were as follows:
Life Safety International - Does not supply uniforms;
DeMils, Inc. - Only supplies Police Uniforms;
Hamilton Uniforms - Is located in Crosswick, NJ and has no local representative to send
the employees for measuring;
B & A Uniforms - Only supplies uniforms to the Medical Field;
Joy Insignia Inc. - Only makes the patches for the uniforms;
Gadol Co. - Could not fulfill our uniform specifications;
Temp. Reso. # 8486
Page 2
December 14,1998
D & R Uniforms - No bid due to our insurance requirements and they did not get good
enough pricing from their manufacturer to give us the prices they felt we would need;
and
WHEREAS, funds for this purchase have been budgeted in the Fire/Rescue fund;
WHEREAS, it is the recommendation of the Fire Chief and Purchasing/Contracts
Manager that this purchase be awarded to Argo Uniform Co. G.N.; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interests of the citizens and residents of the City of Tamarac that the City
purchase Fire Rescue Department uniforms from Argo Uniform Co. G.N.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
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.
SECTION 2: Argo Uniform Co. G.N. is awarded the purchase of uniforms,
at a total cost not to exceed $15,000.00. Pricing for items per attached bid ("Exhibit A")
SECTION 3: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
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.
Temp. Reso. # 8486
Page 3
December 14,1998
t.9'
PASSED, ADOPTED AND APPROVED this day of , 1998.
JOE SCHREIBER
MAYOR
ATTEST
CAROL GO CMC/AAE
CITY CLERK
RECORD OF COMMISSION
MAYOR SCHREIBER
DIST 1;. COw McKAYE
I HEREBY CERTIFY that I have approved this DIST 2: V/� M MiSHKpN
S LUTION as
M HELL!�.'V
CITY ATTORY
1
DIST 3: COMM. SUITTA
DIST 4: C�,. ROBEF
•
U)
O
w
z
h
z
❑ W
h
a
oa
m W
W
U
U)
w
Of
w
Of
LL
r1
J
H
O
h
x
ca
w
C]
a
J
H
0
h
x
CaaJ
LL�
w
0
rx
0.
J
h
0
N
ti
v
h
1
N
47
CDLO
O
W
O
az�
O
in.
c»c03,t%rtprer3v)
It').
Ito*
6-0.z
J
F-
z�
CLO
m
m
m
m
m
m
0Q=
Q
CD
C
N
N
N
N
N
0
Q
Y
N
N
N
N
N
(7
N
a
a
J
�
r
r
-
Or
r
0
Z
z
O
O
z
2
O
=
3
z
U
O
Wp
wcnX:
w(=j
W
0Q
�j�jww
Q
O
h
0:
—J-JWwh0
❑O
cwi)H�����
w[�
���c�taF-
ooOzz�z-j
w
hcncn
x
2
0
0❑
w
macn
a
(A
a
w U)
m
w m
�-
ti Z � z
Q.
o v w c
U ¢ E E
CN d
Z U U
US
O U
r C p
b
z
REQUEST FOR BID
•
BID # 99-02B
FIRE RESCUE DEPARTMENT UNIFORMS
FINANCE DEPARTMENT
PURCHASING DIVISION
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMARAC, FLORIDA 33321-2401
I-]
Mwaq �Jc
C-]
City of Tamarac
Finance Department, Purchasing Division
7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401
Telephone: (954) 724-2450 Facsimile (954) 724-2408
Website: www.tomarac.org
INVITATION TO BID
BID NO.99-02B
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, November 9, 1998 at 2:00 p.m., at which time bids will be
publicly opened and announced for:
FIRE RESCUE DEPARTMENT UNIFORMS
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. 99-02B, Fire Rescue Department Uniforms opening
November 9, 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 Jeff Moral at (954) 724-2436.
/W& zz�
Anne Lodato
Senior Buyer
E mail: annel@tamarac.org
Publish Sun Sentinel: Sunday, 10 / 18 /98
Sunday, 10 / 25198
i
C�
Equal Opportunity Employer
INSTRUCTIONS TO BIDDERS
BID NO.99-02B
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:
November 9, 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. BONDING: Not applicable for this bid.
3. 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.
2
4. 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 Is
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.
6. 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.
6. 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.
7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm. Payment will
be made only after equipment has been received, accepted and properly invoiced. Invoices
must bear the bid number and purchase order number. Cash discounts may be offered for
prompt payment; however, such discounts shall not be considered in determining the lowest net
cost for bid evaluation. 0
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.
8. 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.
9. 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.
10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free is
of charge to the City. If a sample is requested it must be delivered within seven days of the
3
request unless otherwise stated in the bid. Each sample must be marked with the bidder's name
isand 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.
11. 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.
12. 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.
13. 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.
14. 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.
15. 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.
16. 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.
4
17. 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.
18. 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,
incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City
for the acts and omissions of all employees working under its directions.
19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An
exemption certificate will be provided where applicable upon request.
20. 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.
21.OMISSION OF DETAILS: Omission of any essential details from these specifications will not
relieve the Bidder of supplying such product(s) as specified.
22. 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: 0
5
GENERAL LIABILITY PER OCCURRENCE AGGREGATE
Comprehensive $1,000,000 $2,000,000
Premises -Operations
Contractual Liability
Personal Injury
Explosion and Collapse
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.
23. 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
1.1
negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and
employees. 1 0
24. 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.
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.
25. 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.
.7
7
SPECIAL CONDITIONS
BID NO. 99-02B
FIRE RESCUE DEPARTMENT UNIFORMS
1. PURPOSE OF BID: To obtain fixed prices for Fire Rescue Department Uniforms for
an initial two (2) year period from approximately December 1, 1998 through November
30, 2000. The City reserves the right to renew this agreement for two (2) additional two
(2) year periods subject to vendor acceptance, satisfactory performance and
determination that renewal will be in the best interest of the City. All prices, terms and
conditions shall remain firm for the initial period of the contract and for any renewal
period.
The City of Tamarac also reserves the right to terminate this Agreement for any reason
or no reason.
2. REQUIREMENTS: Bidders must satisfy the following minimum requirements to be
considered responsive.
Bidder must submit samples of all clothing items proposed to the City of Tamarac,
Purchasing Division, 7525 NW 880' Avenue, Room 108, Tamarac, Florida prior to the
Bid opening, so that samples may be inspected both as to material, color and
construction. Samples to be identified by vendors name on each garment.
3. TIE BIDS: In the event there are two or more identical low bids which meet the bid
requirements in all aspects, the City shall award by the following order of preference:
A. Availability of sales representatives.
B. Proximity to the City
4. ITEM DESCRIPTIONS
A) Trousers
NOMEX IIIA
NFPA 1500 Compliant
Navy Blue
Topps Brand or Equal
B) Shirt, Short Sleeves
65/35 Poly/Cotton Blend
Velcro Pockets
White or Blue
Patches to be sewn onto the shirt
B) Shirt, Short Sleeves
41 Same shirts as above, but including
NOMEX IIIA compliance requirement
ANNUAL QUANTITY
150 Pairs
200 Each
200 Each
SPECIAL CONDITIONS
BID NO.99-02B
FIRE RESCUE DEPARTMENT UNIFORMS
4. ITEM DESCRIPTIONS
C) Shirt, Long Sleeves
65/35 Poly/Cotton Blend
Velcro Pockets
White or Blue
Patches to be sewn onto the shirt
C) Shirt, Long Sleeves
Same shirts as above, but including
NOMEX IIIA compliance requirement
D) Jumpsuits
NOMEX IIIA
NFPA 1500 Compliant
Navy Blue
Reflective Lettering on the Back to read:
Patches to be sewn onto the jumpsuit
E) Winter Coats
Navy Blue
Patches to be sewn onto the coat
F) Belts
Black Leather 1-1/2" Wide with Buckle
G) Patches
Paramedic or EMT Patches
H) Sewing of Patches
ANNUAL QUANTITY
21 Each
21 Each
20 Each
TAMARAC FIRE RESCUE
10 Each
30 Each
250 Each
NOTE: The City of Tamarac will provide the Tamarac Fire Rescue Patches to be sewn onto all
of the above garments, except the trousers and belt.
NOTE: The Bidder shall provide either the Paramedic or EMT Patches to be sewn onto all of
the above garments, except the trousers and belt.
•
LJ
0
r
L
COMPANY NAME: (Please Print):(' r p\ c'-�- U,J. (}
Phone:`%(7Y 05-7--)/6(Fax:
1
2
3
n
8.
9.
--- NOTICE-
BEFOR - SUBMITTING YOUR BID MAKE SURE YOU...
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 "F").
Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "G")
Include WARRANTY Information, if required.
Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope.
Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid.
N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection
of your bid.
11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted.
12. 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.
0 THIS SHOULD BE THE FIRST PAGE OF YOUR BID.
ire]
•
ATTACHMENT "A"
BID FORM, BID NUMBER 99-02B
FIRE RESCUE DEPARTMENT UNIFORMS
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 following bid
prices. The bid prices quoted have been checked and certified to be correct.
The undersigned declare to have specific and legal authorization to obligate their firm to the
terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to
Bidders, the Specifications, and other documents included in this bid request, and hereby
promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid
together with all guarantees and warranties thereto. The undersigned bidding firm further
certifies the product and/or equipment meets or exceeds the specification as stated in the bid
package; and also agrees that products and/or equipment to be delivered which fail to meet bid
specifications will be rejected by the City within thirty (30) days 4ofde'veZry.eturn of rejection
will be at the expense of the bidder.
C �
Company a -A thorized Signature
Address Typed/Printed Name
1 r, c Ft 1 P LL �jsz/ �lS7- -7(C/U S ��Z61 _ % 3
City, State, ZIP Telephone & Fax IYumber
Contractor's License Number Federal Tax ID#
11
•
0-
W
•
ATTACHMENT "A"
continued
ly-vclG� fi Z•b�
Bidders Name: p 6h�,'
NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall
be deemed non -responsive and ineligible for award.
TERMS: % DAYS:
_LLf -;�o
Delivery/completion: calendar days after receipt of Purchase Order
NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS
BID FORM must be submitted with the Bid.
IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION:
Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return
the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing.
12
ATTACHMENT "A"
10 continued.
Bidder's Name: / ft '2
Variations:
The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders,
the Special Conditions and any Technical Specifications in the space provided below -
Provided, however, that such variations are not expressly prohibited in the bid documents.
For each variation Listed, reference the applicable section of the bid document. If no
variations are listed here, it is understood that the Bidder's Proposal fully complies with
all terms and conditions. It is further understood that such variations may be cause for
determining that the Bid Proposal is non -responsive and ineligible for award:
Section Variance
Section Variance
• Section Variance
s Section Variance
Attach additional sheets if necessary.
C�
13
•
•
s
ATTACHMENT "B"
NON -COLLUSIVE AFFIDAVIT
State of
ss.
County of ', -���� )
being first duly sworn, deposes and says that. -
He/she is the r1 , (Owner, Partner, Officer,
Representative or Agent) of 6 /4n the Bidder that has
submitted the attached Bid; vy--�
(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 manner, directly or indirectly, sought by person to fix the price or prices in the
attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the
Bid price or the Bid price of any other Bidder, or to secure through any collusion,
conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any
person interested in the proposed work;
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder
or any other of its agents, representatives, owners, employees or parties in interest,
including this affiant.
Signed, sealed and delivered
in the presence of:
Witness
Witness
By:
Q IC F� T�
Printed Name)
(Title)
14
•
W
r�L
ATTACHMENT "B"
continued
NON -COLLUSIVE AFFIDAVIT
ACKNOWLEDGMENT
State of
ss.4
County of
BEFORE ME, the undersigned authority, personally appeared 3 e � � c- r"
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
executed said Affidavit for the purpose therein expressed.
WITNESS my hand and official seal this day of Uov. , 199e .
( ) Personally known to me or
( Produced identification
NOTARY PUBLIC, State of Florida at Large
(Signature of Notary Public: Print, Stamp, or Type
as Commissioned)
Type of I.D. Produced
) DID take an oath, or ( ) DID NOT take an oath.
SANDRA EBANKS
NOTARY PuBuc srATE OF 11jil IDA
COMMISSION NO, "WOJ2"
I MY COMMISSION F'Xr'
15
ATTACHMENT "C"
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation
to Bid. We(I) certify that we(I) have read the entire document, including the Specifications,
Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and
Conditions, and any addenda issued. We agree to comply with all of the requirements of the
entire Invitation To Bid.
Indicate which type of organization below:
INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION �Y'OTHER ❑
IF OTHER, EXPLAIN:
AUTHORIZED SIGNATURE: 26&
i
AUTHORIZED SIGNATURE (PRINTED OR TYPED)
TITLE
FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NOy�
COMPANY NAME: �����. (�_ uft'019+
ADDRESS: S .
J\
r1 i ';-- co r
CITY: �'�C� ��.:� I STATE: ZIP: uc
TELEPHONE NO..- �- �`7— �Oc7 FAX NO.:
CONTACT PERSON:
•
16
hJ
ATTACHMENT "D"
BIDDERS 91JAILIFICATION STATEMENT
The undersigned certifies under oath the truth and correctness of all statements and all answers to
questions made hereinafter:
Name of Company: L o�
Address: 16tV S
Street City State Zip
Telephone No. `% `�'S7-�/U(� Fax No.�`n/S- Y73 j
How many years has your organization been in business under its present name? years
If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious
Name Statute: NJ 4
Under what former names has your business operated?
At what address was that business located? _
Are you Certified? Yes Er$�e ❑ If Yes, ATTACH A COPY OF CERTIFICATION
Are you Licensed? Yes M No ❑ If Yes, ATTACH A COPY OF LICENSE
Has your compaW or you personally ever declared bankruptcy?
Yes ❑ No 0 f Yes, explain:
s
Are you a sales representative 0/ distributor ❑ broker ❑ or manufacturer ❑ of the
commodities/services bid upon?
Have you ever received a con Mct or a purchase order from the City of Tamarac or other
governmental entity? Yes Q' No ❑
If yes, explain (date, service/project, bid title, etc)
Have you ever received a complaint on a contract or bid awarded to you by any governmental entity?
Yes ❑ No LET If yes, explain:
Have you ever peen debarred or suspended from doing business with any governmental entity?
Yes ❑ No d If yes, explain:
L�
C7
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:
Address
City/State/Zip
Phone: "/ 5- 7-1'(`76 Fax:
Contact.
Agency/Firm 'Name:
Address
City/State/Zip
Phone: ��. �- :d Fax:
Contact }
Agency/Firm Name- �^ \
s
Address - i l
City/State/Zip. (C.Phone: �- - �5=%s Fax: ~6s7-'Ve -7
Contact c> z 7
Agency/Firm Name: )
Address
City/State/Zip Y%- '-5 1 7 7
Phone: r - - i/ Fax:
Contact
YOUR COMPANY NAME
ADDRESS 1 G`( )c ! C t
PHONE: 2 `/ `/ 7 �/�UL2-
ikl
Agency/Firm Name:
Address:. <
City/State/Zip L
Phone: ' - ! Fax: z iC - i a-ra
Contact: , r-,- :�
A envy/Firm Name:
Address: ` -'ZV Tl'vi,�
City/State/Zip C'e.-•,bc-ok• �Pt'CL „
Phone: 613 -3aD„! Fax:_ l - ';26;
Contact:_ Z-17 ke-- 1
A ency/Firm Name:
r(n 1 l - i rc
Address:
City/State/Zip rc
Phone: 1/`/- 5-le3 Fax:
Contact:ofy�
Agency/Firm Name:
a cq--c-rlc iz 1, -
Address: `/ c.-�
City/State/Zip Feei�? "3
Phone:"-??7d-I Fax: -�73 -
Contact: ,cat
C�n1-\or
FAX: 95-z/- Vmod - % -7 3c
s
ATTACHMENT "F"
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal certifying they have
a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects
all public entities of the State and becomes effective January 1, 1991. The special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs.
Whenever two or more bids which are equal with respect to price, quality, and service are received by
the State or by any political subdivision for the procurement of commodities or contractual services, a bid
received from a business that certifies that it has implemented a drug -free workplace program shall be
given preference in the award process. Established procedures for processing tie bids will be followed
if non of the tied vendors have a 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.
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
contendere 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 ve requir ents.
G Gv��
Authorize ignature Comp Name (ram,` -0�
`A..x .'IQLob 1151AV A7VA\C=7.\S.„\-)EpW=-==s
PRODUCER..............................................
Advanced Ins. Underwriters
5201 Ravenswood Road, #107
venswood Office Center
Lauderdale, FL 33312
NSURED -
Argo Uniform Ca -(Gold Nugget,
Inc. DBA)
1000 S. Dixie Hwy
Hallandale, FL 33009
COMPANY
ANational Grange Mutual
COMPANY
BZC INSURANCE COMPANY (PCA)
COMPANY
C
COMPANY
D
HIS IS TO CERTIFY THAT THE POLICIES OF INS�JRANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEp ABOvE FOR THE POLICY PEFtlOD-::•:<u;
INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TE1W 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 TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO LTR TYPEDF NSURANCE� POLICY N
CYEFFECTIYEIPOLICYEXPiRAT1
POLICY NUMBER j DATE(MM/DD/YY( I DATEIMM/DD/YYIL M TS
A GENERAL LASLTY BPG02433 103/23/98103/23/99 \=�A_Aa„-EaA-= s2 000 000
}{ CDC+w c A_ C,=r==A _'aa _ ,y
OD. -S-COV2;O=AG3 52,000,000
�_a vs vA�E j{ �cc $O\A_$ADV '--mzY S1,000,000
SEAC -OC $l OOO OOO
E \C_
--- DA.VAGE:Aiyp'I6t•e; $500 000
V?D=X2!A1yui.— n; 55 000
AUTOMOBILE L AB L TY
A\VA„-O COV-3 \EDS.\a_-- V " S
A__ OW\EDA„-OS
'OD _Y \ =Y
5C-ED.._SDA.."OS '�s•oerevn� � �
-~ \0\•OW\Z-DA -OS ?OD _Y \--2y
p :09, ace drt1; >
"O-=-YDAVA3=
S
GARAGE L AB L TY
�-
A--00\_Y-?AACC 0=\-
S
A\YA„-O
AC-Ac' D=\-
i
ExcESS L AB L TY
-
..Vaac--A :C;;V
�.--
T
A^.iZ EGA =
s
O--- --A\ V-?-- _A=O=V
�7
B WORKERSCOMPENSATONAND 19703012098
01/01/98 01/O1/99 X `$
;
EMPLOYERS L AB L TY
S"A-„`0=Y_ V
aAC-ACC -\-
$100
000
_
\.,_
DSEAS=-DO_ CY_ V -
s500
OOO
eXv_
OTHER
DSEASe•_AC-=Va_OYEE'S10O
000
DESCR PT ON OF OPERAT ONSILOCAT ONS/VEH CLES/SPEC AL TEMS
* EXCEPT 30 DAYS NOTICE FOR WORKERS COMPENSATION ONLY.
City of Tamarac
7525 NW 88 Ave
Tamarac, FL 33321
SHOULD ANYOFTHEABOVEDESCR.BED POL C ES BE CANCELLED BEFORE THE
EXPIRATION DATETHEREOF, THE SSU'NG COMPANYW LL ENDEAVOR TO MA L
] O*DAYSWRITTENNOTCETOTHECERTFCATEHOLDERNAMEDTOTHELEFT,
BUTFAILURETOMAILSUCH NOTICESHALL MPOSENOOBL.GATONORLASLTY
OF ANY KIND UPON THE COMPANY 1TS AGENTS OR REPREBENTATVES.
AUTHORIIEDREPRESENTATIVE
CITY OF TAMARAC
INTEROFFICE MEMORANDUM
FIRE RESCUE DEPARTMENT AC 98-45
TO: City Manager DATE: December 14, 1998
FROM: Fire Chief RE: Bunker Gear, Temp. Reso. # 8486
Recommendation:
Issue:
The department recommends the purchase of Uniforms from Argo Uniforms CO. G. N.
The department needs to replace worn and damaged uniforms.
Back round:
Firefighter's uniforms need to be replaced as they become worn or damaged. The City published Bid
#99-02B for the purchase of Uniforms. Eight bids were solicited besides the normal publication in the
newspaper. Only Argo Uniforms returned a bid. The remaining seven vendors declined to bid for
various reasons. Following is a list of vendors and their reason for not bidding:
Life Safety International - Does not supply uniforms
DeMils, Inc. - Only supplies Police Uniforms
Hamilton Uniforms - Is located in Crosswick, NJ and has no local representative to send the
employees for measuring.
B & A Uniforms - Only supplies uniforms to the Medical Field
Joy Insignia Inc. - Only makes the patches for the uniforms
Gadol Co. - Could not fulfill our uniform specifications
D & R Uniforms - No bid due to our insurance requirements and did not get good enough pricing from
their manufacturer to give us the prices they felt we would need.
Money for the purchase of bunker gear was budgeted in account # 120-4520-522.52-25
entitled "Uniforms and Accessories".
0
�X�v
:fir.
A a
C
a
A
=AX II
PRODUCER
Advanced Ins. Underwriters
5201 Ravenswood Road, #107
Ravenswood Office Center
Ft Lauderdale, FL 33312
NSUREo
Argo Uniform Co.(Gold Nugget,
Inc. DBA)
1000 S. Dixie Hwy
Hallandale, FL 33009
COMPANY
ANational Grange Mutual
COMPANY
8ZC INSURANCE COMPANY (PCA)
COMPANY
C
COMPANY
D
THIS IS TO ::.:::.......... •:::: s
CERTIFY THAT THE POLICIES OF INSILU CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERh4 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 TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPEOF INSURANCE POUCYNUMBER I POL:CYEFFECTIVEJPOLICY EXPIRATION
LTR
y. I DATEIMM/DO/YYI DATE(MM/DD/YV) L M TS
A GENERA LLABLTY BPG02433 !03/23/98 103/23/99 ti==A_ACei-n3A-=_�Q 000�000
X COMME-�A_.^,=\=�A--�A='_.�`I' -_A33 52,000 000
f_,..
CAA VS VA]c X DCC.P-=-SO\A-SADV %- Y .51..' 000, 000
—Dw\-;zSI00',--AC-oGSa-o- =AO- S1 000, 000
—..--. -- _ -]avA3iE:A,Y-gel .5500, 000mm
- V _D =X?;Any an. os,sDn; s5.000
AUTOMOB LE LAB L TY
A\YA., O
OOVR \=]S.N3_E_ Vt.-
S
A -_OW\ -]A --OS
-
?OD _Y \--;Zy
\0\•OW\=]A -OS
;'*.'xccdell;
lot
�~
}=O-E--/]AVA3=
S
GARAGELABLTV
A--OO\_Y-EAAOC]_=\-
i
A\Y A--0
0--== --A\ A„-0 0\ _Y.
EXCESS L AB L TY
=AC-O ===\O=
$
S
07--Z--A\ V?^=--A=O=V
3
B WORK ERSCOMPENSATONAND 19703012098
i01/01/98 101/01/99 X
EMPLOYERS L A 0 L TY
S-A---O=Y-V-S
$AC -ACC J=\-
$I00
, 000
\C_
DAa-\caSJ_Xz-'- V=
]Sc-_AS=•DO-CY_V-
S500,000
0"C_;S=Xc_
DSFAS- --AC-=V-_DY==- S100 1
000
OTHER
DESCR'PTON OF OPERAT ONS/LOCAT ONS/VEH CLES/SPECAL TEMS
* EXCEPT 30 DAYS NOTICE FOR WORKERS COMPENSATION ONLY.
....................................................................
SHOULD ANYOFTHE ABOVE DESCR.BEDPOL C ES BE CANCELLED BEFORE THE
City of Tamarac EXPIRATION DATETHEREOF,THE-SSUNGCOMPANYWLLENDEAVORTOMAL
7525 NW 88 Ave 10*DAYS WRITTEN NOTICE TOTHECERTFCATEHOLDER NAMED TOTHE LEFT.
Tamarac, FL 33321 BUT FAILURE TO MAIL SUCH NOTICESHALL MPOSENOOSL,GATONORLABLTY
OF ANY KIND UPON THE COMPANY, TS AGENTS OR REPRESENTATIVES,,
AUTHORIZED REPRESENTATIVE
CITY OF TAMARAC
INTEROFFICE MEMORANDUM
FIRE RESCUE DEPARTMENT AC 9845
TO: City Manager DATE: December 14, 1998
FROM: Fire Chief RE: Bunker Gear, Temp. Reso. # 8486
Recommendation:
Issue:
The department recommends the purchase of Uniforms from Argo Uniforms CO. G. N.
The department needs to replace worn and damaged uniforms.
Background:
Firefighter's uniforms need to be replaced as they become worn or damaged. The City published Bid
#99-02B for the purchase of Uniforms. Eight bids were solicited besides the normal publication in the
newspaper. Only Argo Uniforms returned a bid. The remaining seven vendors declined to bid for
various reasons. Fallowing is a list of vendors and their reason for not bidding:
Life Safety International - Does not supply uniforms
eMils, Inc. - Only supplies Police Uniforms
amilton Uniforms - Is located in Crosswick, NJ and has no local representative to send the
employees for measuring.
B & A Uniforms - Only supplies uniforms to the Medical Field
Joy Insignia Inc. - Only makes the patches for the uniforms
Gadol Co. - Could not fulfill our uniform specifications
D & R Uniforms - No bid due to our insurance requirements and did not get good enough pricing from
their manufacturer to give us the prices they felt we would need.
Money for the purchase of bunker gear was budgeted in account # 120-4520-522.52-25
entitled "Uniforms and Accessories".
0