Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-2681 Temp Reso # 9156 Page 1 October 4, 2000 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000- A 1,11 k A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #01-02B ENTITLED "FURNISH, DELIVER AND DISCHARGE OF QUICKLIME" FOR A PERIOD OF ONE YEAR WITH FOUR ADDITIONAL ONE YEAR OPTIONS TO RENEW, ISSUED ON BEHALF OF THE BROWARD COUNTY GOVERNMENTAL COOPERATIVE PURCHASING GROUP TO CHEMICAL LIME COMPANY; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH CHEMICAL LIME COMPANY AS PART OF SAID AWARD; 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 "Furnish, Deliver and Discharge of Quicklime" for a period of one year with four additional one year options to renew and fourteen governmental agencies will utilize this bid to purchase more than 59,000 tons of Quicklime; and WHEREAS, the City of Tamarac publicly advertised Bid #01-02B for the "Furnish, Deliver and Discharge of Quicklime" in the Sun -Sentinel on September 17th and September 24th, 2000; and Temp Reso # 9156 Page 2 October 4, 2000 WHEREAS, twenty two (22) vendors were solicited and four (4) no bids and two (2) bids were opened and reviewed to determine cost and responsiveness to the City's specifications; and WHEREAS, Chemical Lime Company submitted the lowest responsive responsible bid at a price of $ 102.26 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 #01-02B for the "Furnish, Deliver and Discharge of Quicklime" be awarded to Chemical Lime Company for a period of one year with four (4) additional one (1) year renewal options, 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 #01-02B for the "Furnish, Deliver and Discharge of Quicklime" to Chemical Lime Company on behalf of the Broward County Governmental Cooperative Purchasing Group. 1 11 1 Temp Reso # 9156 Page 3 October 4, 2000 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 #01-02B for the "Furnish, Deliver and Discharge of Quicklime" to Chemical Lime Company on behalf of the Broward County Governmental Purchasing Cooperative Group, a copy of Bid 01- 02B attached hereto as Exhibit "A", is HEREBY AUTHORIZED. SECTION 3: The appropriate City officials are hereby authorized to execute an agreement with Chemical Lime Company as part of said award, a copy of which is attached hereto as Exhibit "B". SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. 1 1 1-1 Temp Reso # 9156 Page 4 October 4, 2000 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 ATTEST: MARION SWE SON, CMC CITY CLERK I HEREBY CERTIFY that I Have approved this RESOLUTION as to form. rye MITCHELL S. KRAF CITY ATTORNEY aa7wzl.' 2000. , -1'14 " • O- 11 r•- I I r � fx1 N O O m W J Y U D a U- w 2 w J W 2 co 0 Z N D O L J N U') co N co co CD CD CD co m co M co co CD O co ccoo � O 'Cp u7 L 6R 6$ bg 69 6g 63 6f} 69 69 = N co co co N N co N co ca W co coN co 00 co co co co co U-) Cc ` U. 6F} 69 64 d} VF 603 6g to),64 M Z Cl (D O O O O O O O O O O C) O C7 O O Q Cl p O<- M.. U) r-- U) T- LO r U') m m U') r U') T U') r Lf) 6g 64 69 69} 69 69 6F} 61:3. 64 64 CDc�� co co co co J CO M 1— C) C)O Q O O O O C) O C) U') LU r 63 69 £F} 69 6F} 64 6Fy y} � _ m co O N co N N N N LD L6 L6 Co CD L6 (D CD (o (6 = w 69 69 64 6F} 6Fi 64 69} V). 6*} 7 Co J Z ii a O p o 0 0 0 0 0 0 q o rn rn rn 0) rn rn rn rn rn tfj 69- 69- V), 69 6*} 693 69 6F 69). U UO... Q IT C) GND r CV U') C) Nr O Cc i N �-- N CN N C)o (.0 as (3) C- O � CO C N U m .. co •-..I w-+ co co a) -p � O U C 7M t M❑ aO C� (� `'Mfg N _� LI.. O a) u- "C Ned cu ����() p (D C -0 a) E Q M � co co C c� (B � M .0 M G M f!1 a)�G_' N JCOJ CD l L 0� C N m"J('Y)rnM r M �CY)�M a) co LL (n N N� 7 CO t LU� Lla = O LL a) �� r C LJ :-j RiJ� U UCn Z E O a L u Z m U) N T C) L- N U m Z m (� -o (a C ❑o ❑ �o � � Er- E� co'5� �C) E QNJr�N�r_Ll.(h�ct o m a m co - a) aD n o co � cpao❑c-❑r`� r` (u u7 ca ao cn o LLQL o c ❑- ar O LL .. CU 4 CCf N � co O U -O O 7 N O E E rOn vOi v v m m h. 2 N rl a C 0 C v) 2 W z o0 00oa mo Qw U U U U U0 U0 U Zi6c'� C CL D a m N CO CO m W J Y W IX 2 ❑ W J W 2 0 CA CD Z N ILL o J co N LO O0 co N cn 00 co N co N co N LO 00 cD N cD N co N co CV (D N a �- co co cli co CD m C6 M 6 cM 6 Cf) 6 co M Cl) (o M C6 m C6 m ce) CM O1- r r r e— r r r T-- r r r r H 64 69 64 69 64 64 69 64 �{} 69 69 69 69 H 2 co (V U') 00 Co N u') 00 co N Co N co N Ch OR CD N co N co N co N co N W C6 co N 00 6 oo N 00 co LO ao LO 00 N ao LO co eta ao to 00 to ao LO 00 U. 69 69 64 6'3 64 64 6) 64 69 6r+ 69 bg t4 Z 0 O 0 C) CD o 0 C� 0 C] o C) C) C) 0 CO 0 0 0 C) U� O p Or I-- Un r LO r to r 0 r CC7 e— LO r LO r cn r W) r LO r cn r V) e- u7 69. 69 64 69 64 64 69 64 6% 69 6c} 64 69 J It CO It m lqr (o Nr m co N co N co N It M �r m qT m v Cf) co N co N o v o a o o Q a Q o a a 0 O LU H 64 6F3 64 V)} 69 64 Vy 69 61). 64 64 69 64 ~ = co C,� v CeM lqr Cl CD N CD N co CV IT C? It M qT CM IT Ci Co N co N Cal 11) CCU CD CD CD LO U') LO LO Co co W U- 64 dg Ef3 69 64 69 64 64 64 69 69 64 64 Z 0 C) CO CO o C) C] 0 a o CO C) C] C) CO o o 0 0 C7 C] C? 0 o 0 CD 0 I- CD CD CD 0) CD CD (D CD CD C) CD CA (6 cm CD 0) CO m (D CD co CD CD 0) co W 69 Ve - 69 64 CA 64 64 6F} 64 6F} 64 64 69 64 LU (' Q O O 0 Q d o 0 N 0 It C7 0 Cn O M C) C) 0 co CD N C7 " 00 CD Cn Co N LO Ch a LO CD It r C7 t- Ce co m Qco N co co co co N C`) co co CD ((DD a)a) p clq T--• V- f` 'a J LL +- N--a O C: CO co v J = cM C3 =3 C= =3 C: CO() co f` M c) �, Oco co N0 D7 'C7 >N C� Cn a) U) >0 ¢ J � (p > Q CY7 > Q > Q � 7 M N M ce)O M CO m C7 � Y J C) U �� m N C) �� m LL a4-(h V Ce)M CO LL ¢ � V- Na cD � N LL N >~ N (J) u- �QLJL 7 OoJ C) V- � Wes- W �-oa _0 © c C0 C I� CM CAD M � O 0' m f� CD CD a) xU) `r �� L NSW N ob r (D w N p o arZ Z wCO =Z mZCOZ -J�-J u) N tnZ �❑i [A � 0U) 0 C= O ❑ r C) O "C) � CO m Eoo C> J r o EO 0 C) C� •� CO •� C) O (DNJ r CO NC)_j CO (a W) m Z w e-- QMJ �Ll� lColoM❑ CU CO M❑LL.d•li� coJt()=tt rU-C%4 = U-c LLUt co am ❑ N m I ' I I �. a o c c c O c a� > A > (D CC coa J J J -¢ c o O U O U U O U t� '- o m ❑ `� ❑ m o t V -a d -o a 72 a -o 0 Z O y-- Oo ❑ U- ti U- = 2 3 c c o 0 0 0 0 0m H3 ¢ m N m m � c¢ U t- I U 10 U REQUEST FOR BID 0 �z BID # 01-02B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 -� QF TA4 �ZORIOP 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.tamarac.org CITY OF TAMARAC INVITATION TO BID BID NO. 01-02B 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 Wednesday, October 4, 2000 at 2:00 p.m., at which time bids will be publicly opened and announced for: FURNISH, DELIVER AND DISCHARGE OF QUICKLIME The attached Invitation for Bid represents a cooperative procurement for the Broward Governmental Cooperative Purchasing Group. The Governmental Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. 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. 01-026, Furnish, Deliver and Discharge of Quicklime opening on Wednesday, October 4, 2000 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. �"dZLL / "_ 11'/ Anne M. Lodato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, Sunday, 9/17/00 9/24/00 Equal Opportunity Employer BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP (BROWARD CO-OP) TO OUR PROSPECTIVE CONTRACTORS: 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 Governmental 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 Coo erative 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 this 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. 01-02B 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 Rosario 954/357- 2,600 1AW&P 7 Lakes, FL 33319 Gamez 6087 Broward County — 1390 NE 50th Pompano Beach, Rosario 954/357- 4,000 2AW&P Street FL 33064 Gamez 6087 Broward County — 4980 SW 40th Ft. Lauderdale, Rosario 954/357- 800 3AW&P Avenue FL 33312 Gamez 6087 Broward County — 2401 N Powerline Pompano Beach, Rosario 954/357- 600 D-4W&P Road FL 33069 Gamez 6087 City of Coral 3800 NW 85th Coral Springs, FL Ray Mathias 954/344- 5,200 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- 3,500 Beach FL 33442 Council 4380 City of Fort Fiveash Plant Ft. Lauderdale, Marsha Perri 954/761- 10,500 Lauderdale 4321 NW 91h Ave FL 33309 7816 City of Fort Peele-Dixie Plant Ft. Lauderdale, Marsha Perri 954/761- 1,600 Lauderdale 1500 S State Rd 7 FL 33312 7816 City of Fort G.T. Lohmeyer Ft. Lauderdale, Marsha Perri 954/761- 3,500 Lauderdale (2) 1765 SE 181h St FL 33316 7816 City of Hallandale 215 NW 6th Hallandale, FL Hal Elsassu 954/457- 1,605 (3) Avenue 33009 1610 City of Hollywood 3441 Hollywood Hollywood, FL Tom Fenton 954/921- 3,400 Blvd. 33020 3290 City of Lauderhill 2001 NW 49th Lauderhill, FL Ruby Levy 954/730- 1,825 Avenue 33313 3044 City Of Margate 1001 West River Margate, FL Connie Guzzi 954/972- 2,400 Drive 33063 6454 City Of Miramar 2600 SW 661h Miramar, FL Maggie 954/967- 500 Terrace 33023 Palomino 1550 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 3,500 City of Pompano Beach 301 NE 12th Street Pompano Beach, FL 33060 Leeta Hardin 954/786- 4098 4,440 City of Sunrise 4350 Springtree Drive Sunrise, FL 33351 George Wood 954/572- 2275 5,000 City of Sunrise 8700 SW 19th Place Davie, FL 33324 George Wood 954/572- 2275 1,200 City of Sunrise 15400 Watermill Road Davie, FL 33331 George Wood 954/572- 2275 240 City of Tamarac 7803 NW 61st Street Tamarac, FL 33321 Anne Lodato 954/724- 2450 2,000 TOTAL TONNAGE ALL LOCATIONS 59,304 TONS TOTAL OF 22 DELIVERY LOCATIONS 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. Thank You, 1-1g;J , Anne M. Lodato, CPPB Senior Buyer ACKNOWLEDGED BY: Company Name Authorized Signature / Title 4 CITY OF TAMARAC INSTRUCTIONS TO BIDDERS BID NO. 01-02B 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: Wednesday, October 4, 2000, 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 (blue forms only) 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. 5 4. PUBLIC ENTITY CRIMES STATEMENT: 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. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor 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 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. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City address. All delivery costs 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. 10. 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. 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. 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. 7 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 to, 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. 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 insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain 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: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Aggregate $1,000,000 F Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self - insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 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 negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 9 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 Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed 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 its 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. 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor, The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 10 SPECIAL CONDITIONS BID 01-02B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME 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 contract shall be for an initial period of one (1) year. Operations are to begin on approximately October 31, 2000, or as close to that date as possible pending award of the bid by City Commission. The City reserves the right to extend the contract for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications 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, it is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. 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 shall submit with bid, a complete history of all citations and/or violations, notices and dispositions thereof. 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. 11 3. PRICING Freight prices quoted shall be F.O.B. destination, according to the 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 adjustments during contractperiod: No price increase will be accepted during the initial contract period with the exception of fuel and rail rates. Renewal terms allow fora request for an increase at the time of renewal based on Vendor's freight cost increase not to exceed 5%. A written request must be submitted to Purchasing for approval of any increase prior to 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. IiK 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. 8. 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 01-02B 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. (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 Slaking As covered in AWWA Specifications, B-202-93, Section 5.5 except with a US No. 100 sieve. (F) Three Pebble Sizes Re uired (Agency 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". 14 Chemical Lime A Lhoist Group Company October 2, 2000 Purchasing & Contracts Manager City of Tamarac, Broward County, Florida Purchasing Office 7525 NW 88th Avenue Tamarac, Florida 33321-2401 Subject: Bid No. 01-02B, Furnish, Deliver and Discharge of Quicklime To Whom It May Concern: Thank you for including Chemical Lime Company in your Invitation to Bid for Quicklime. Enclosed is the completed bid document with all requested attachments. We have also enclosed an emergency phone list for your convenience and a self-addressed stamped envelope for a copy of the bid results. Also, please enclose a copy of your bidders list. Should you have any questions or need additional information, please do not hesitate to call. Sincerely, Mark Milner Commercial Manager MM/v encls. Chemical Lime Company 31 Inverness Center Parkway, Suite 425 Birmingham, Alabama 35242 Phone: (205) 981-5200 - 1- (888) 605-7783 Fax: (205) 437-9240 COMPANY NAME: (Please Print): Phone: (205) 981-5200 Chemical Lime Company of Alabama, Inc. Fax: (205) 981--5220 BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the DETAILED SPECIFICATIONS and then properly filly out the BID FORM (Attachment "A"). 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized). 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D") 5. Fill out the REFERENCES PAGE (Attachment "E"). 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") 7. Include Proof of Insurance. 8. Carefully read the AGREEMENT documents attached. 9. Submit ONE ORIGINAL (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. 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. 15 Submitted by: ATTACHMENT "A" BID FORM FURNISH, DELIVER AND DISCHARGE OF QUICKLIME BID NO. 01-02B Chemical Lime Company of Alabama, Inc. October 2, 2000 (Bidder) (Date) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88`h Avenue, Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the " Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 16 ATTACHMENT "A" BID FORM FURNISH, DELIVER AND DISCHARGE OF QUICKLIME BID NO. 01-02B We propose to furnish the following inconformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. To assure continuity of supply, it is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. QUICKLIME (Bidder may bid on any or all delivery address) AGENCY DELIVERY ADDRESS ANNUAL QUICKLIME FREIGHT TOTAL COST USAGE $ PER TON CHARGE DELIVERED Broward County -- 3701 N State Road 7 2,600 1AW&P Lauderdale Lakes 96.00 5.34 101.34 FL 33319 Broward County - 1390 NE 50th Street 4,000 2AW&P Pompano Beach, FL 33064 96.00 5.34 101.34 Broward County - 4980 SW 40th Avenue 800 3AW&P Ft. Lauderdale, FL 96.00 5.34 101.34 33312 Broward County - 2401 N Powerline 600 D-4W&P Road, Pompano 96.00 5.34 101.34 Beach,FL 33069 City of Coral 3800 NW 85th Avenue 5,200 Springs (1) Coral Springs, FL 96.00 6.26 102.26 33065 Town of Davie 3500 NW 76th Avenue 654 Davie, FL 33314 96.00 6.26 102.26 Town of Davie 3790 SW 64th Avenue 240 Davie, FL 33314 96.00 6.26 102.26 City of Deerfield 360 Goolsby Blvd., 3,500 Beach Deerfield Beach, FL 96.00 5.34 101.34 33442 City of Fort Fiveash Plant 10,500 Lauderdale 4321 NW 9`h Ave 96.00 5.34 101.34 Ft. Laud., FL 33309 City of Fort Peele-Dixie Plant 1,600 Lauderdale 1500 S State Rd 7 96.00 5.34 101.34 Ft. Laud., FL 33312 City of Fort G.T. Lohmeyer 3,500 Lauderdale (2) 1765 SE 181h St 96.00 5.34 101.34 Ft. Laud., FL 33316 IVl AGENCY DELIVERY ADDRESS ANNUAL QUICKLIME FREIGHT TOTAL COST USAGE $ PER TON CHARGE DELIVERED City of Hallandale 215 NW 6th Avenue, 1,605 (3) Hallandale, FL 33009 96, 00 6, 26 102.26 City of Hollywood 3441 Hollywood Blvd,. 3,400 Hollywood, FL 33020 96.00 6.26 102.26 City of Lauderhill 2001 NW 49th Avenue 1,825 96.00 5.34 101.34 Lauderhill, FL 33313 City Of Margate 1001 West River Drive 2,400 96.00 5.34 lol , 34 Margate, FL 33063 M City Of Miramar 2600 SW 66th Terrace 500 96.00 6.70 102.70 Miramar, FL 33023 City Of Pembroke 7960 Johnson Street, 3,500 Pines Pembroke Pines, FL 96.00 6.26 102.26 33026 City of Pompano 301 NE 12th Street 4,440 Beach Pompano Beach, FL 96.00 5.34 101.34 33060 City of Sunrise 4350 Springtree Drive 5,000 Sunrise, FL 33351 96, DO 6, 26 102.2fi City of Sunrise 8700 SW 19th Place 1,200 Davie, FL 33324 96.00 6.26 102.26 City of Sunrise 15400 Watermill Road 240 96.00 6.26 102.26 Davie, FL 33331 City of Tamarac 7803 NW 61st Street 2,000 T Tamarac, FL 33321 96.00 6, 26 102.26 * ALL FREIGHT COSTS ARE SUBJECT TO FUEL SURCHARGES. 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. Quicklime Price Per Ton for any of the following three sizes. Sizes specified by agency. Pebble Size 3/8" X 1/2" Delivered by Truck Pebble Size 1/8" X 3/8" Delivered by Truck Pebble Size 3/8" X 3/4" Delivered by Truck If rail car is pulled for safety compliance, will vendor deliver trucked lime at rail price? YES x NO Chemical Lime Company of Alabama, Inc. Company Name Authorized Signature im ATTACHMENT "A" BID FORM FURNISH, DELIVER AND DISCHARGE OF QUICKLIME BID NO. 01-02B 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 hours. Is this per I.C.C. regulation for public carrier trucks? YES X NO Is this free time allowed for company owned or leased trucks? YES N/A Np N/A After expiration of free time period, demurrage charges if assessed will be established at the rate of: $ 7.50 per hour for each of the first ;4 hours. N/A N/A $ per hour for each of the next hours. N/A N/A $ per hour for each of the next hours. $ N/A per hour for each of the remaining N/A hours. FREE UNLOADING TIME AND DEMURRAGE CHARGES Rail demurrage charges per I.C.C. regulation in effect September 1, 1994, subject to regulatory revisions. Allowable free time N/A hours after first 7:00 AM after siding placement. 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 N/A $ per hour for each of the next hours. $ N/A per hour for each of the next N/A hours. $ N/A per hour for each of the remaining N/A hours. 19 ATTACHMENT "A" BID FORM FURNISH, DELIVER AND DISCHARGE OF QUICKLIME BID NO. 01-02B FUEL ADJUSTMENT CONTINGENT: 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: b) c) Diesel Price per gallon at bidder's normal point of supply: $ 1- 60 Name and Address of fuel supplier: chevron and Amoco/BP Port Everglades, FL /Gal. 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: 45 %. 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 31 Inverness Center Parkway, Suite 425 Address Birmingham, AL 35242 City, State, ZIP N/A Contractor's License Number Authorized Signature Mark Milner Typed/Printed Name Phone (205) 981-5200 Fax (205) 981-5220 Telephone & Fax Number 63-1002780 Federal Tax ID# 20 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: Net 30 Delivery/completion: ** calendar days after receipt of Purchase Order ** 48 Hours Advance Notice For Deliveries Is Requested. 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. N/A 21 ti ATTACHMENT "A" continued Bidder's Name: Chemical Lime Company of Alabama, 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: Gen. Conditions Section paragraph Variance See Attached 11 Tech. Specifications See Attached. Section paragraph -Variance (F) Section Variance Section Variance Attach additional sheets if necessary. 22 ATTACHMENT TO ATTACHMENT "A" OF BID PACKAGE 01-02B Variations to Certain Terms, Conditions, Specifications. ITEM 1. General Conditions, paragraph 11. Condition of Materials/Limitation of Liabilit . NEITHER PARTY SHALL BE LIABLE TO THE OTHER PARTY FOR ANY CONSEQUENTIAL OR PUNITIVE DAMAGES ARISING OUT OF THE PERFORMANCE OF THIS AGREEMENT, OR DEFAULT IN THE PERFORMANCE HEREOF, WHETHER BASED UPON CONTRACT, TORT (INCLUDING NEGLIGENCE OR STRICT LIABILITY), WARRANTY OR ANY OTHER LEGAL THEORY. SUPPLIER'S LIABILITY FOR DAMAGES SHALL BE LIMITED TO REPLACEMENT OF NON -CONFORMING PRODUCT OR REIMBURSEMENT OF THE PURCHASE PRICE FOR SUCH NON -CONFORMING PRODUCT. 2. Technical Specifications, paragraph (F). Product provided will conform to the properties represented on the attached Product Specification Sheets as in previous years. State of Alabama ) ss. County of Shelby ) Mark Milner ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT being first duly sworn, deposes and says that: (1) He/She is the Commercial Manager (Representative) , (Owner, Partner, Officer, Representative or Agent) of Chemical Lime Com anyo£ 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 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 By: Yd4401L MAL- Mark Milner (Printed Name Commercia Manager (Title) 23 ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Alabama ) ) ss. County of Shelby ) BEFORE ME, the undersigned authority, personally appeared Mark Milner 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 Mark Milner executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 29 day of September , 2000 aowc yuc'_ Mark Milner Cam., 2z. Q NOTARY PUBLIC, State of-ler:ida-at I wge Alabama a n A r, a Ca, '(--te il (Signature of Notary Public: Print, Stamp, or Type as Commissioned) ( x) Personally known to me or ( ) Produced identification Type of I.D. Produced ( ) DID take an oath, or ( x ) DID NOT take an oath. 24 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 M OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: 44L 044-,"' Mark Milner AUTHORIZED SIGNATURE (PRINTED OR TYPED) Commercial Mai TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 63-1002780 COMPANY NAME: Chemical Lime Company of Alabama, Inc. ADDRESS: 31 Inverness Centex Parkway, Suite 425 CITY: Birmingham, STATE: Alabama ZIP: 35242 TELEPHONE NO.: (205) 981-5200 CONTACT PERSON: Mark Milner FAX NO.: (205) 981-5220 25 ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: Chemical Lime Company of Alabama, Inc. Address: 31 Invern.,eCenter Parkway, -Suite 425, Birmingham. AL 35242 Inverness Street City State Zip Telephone No. (205 ) 981-5200 Fax No. ( 205) 981-5220 How many years has your organization been in business under its present name? 6 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? Allied Lime Company At what address was that business located? Mgntevalic2, Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes M No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No 0 If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ® of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ® No ❑ If yes, explain (date, service/project, bid title, etc) Numerous lime bids throughout the State of Florida and the Southeastern United States. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No C! If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No Iff If yes, explain: 26 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: City of Naples, FL Address 1000 Fleischmann Blvd. City/State/Zip Naples, FL Phone:941-434-4765Fax: Contact Thomas Milazzo 33940 Agency/Firm Name: Palm Beach Countx Utilities Address_ 50 S. Military Trail Suite 110 City/State/Zip West Palm Beach Phone:407-233-1500Fax: Contact Agency/Firm Name: City of Riviera Beach, FL Address P.O. Drawer 10682 City/State/Zip Riviera Beach, FL Phone: 561-845-418pax: Contact Veronique E. Rollford Agency/Firm Name: City of Lakeland, FL Address 1140 E. Parker Street FL Agency/Firm Name: Town of _Jupiter, _ FL_ Address: Jupiter Municipal Bldg. 210 Military Trail City/State/Zip Jupiter, FL Phone.561-746-5134Fax: Contact: Jon D. Parsons 33458. Agency/Firm Name: Collier County Government Address: 3301 East Tamiami Trail eneral Building rvices Buildi... .,e ..... 33415-3199City/State/Zip Naples, FL 34112 Phone: 941--774-8425Fax: 941-732-0844 Contact: Lyn M. Wood 33419 City/State/Zip Lakeland, FL 33801 Phone:941-834-678OFax:941-834-6777 Contact John Hilton Agency/Firm Name: City of North Miami Beach, FL Address: 17011 N.E. 19th Avenue City/State/Zip North Miami Beach, FL 33162 Phone305-948-2985 Fax:305-957-3522 Contact: Lynn Gribble Agency/Firm Name: City of Ocala FL Address: 2100 NE 30th Avenue City/State/Zip Ocala, FL 34478 Phone: 352-3 - Fax:352-351-6710 Contact: James Crosby YOUR COMPANY NAME Chemical Lime Company of Alabama, Inc. ADDRESS 31 Inverness Center Parkway, Suite 425 arm ng am, Alabama 35-242 PHONE:_ (205) 981-5200 ,..,_. FAX: (205) 981-5220 NFA 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. 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 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 above requirements. ou L ktz__ Chemical Lime Company of Alabama, Inc. Authorized Signature Company Name 28 Sep 27 00 10:43a p•4 09/26/00 16,53 FAX 954 724 2408 CITY-T�aAG-PURCHASING f� 002 Qitv of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321.2401 I Telephone: (954) 724.2450 Facsimiles (954) 724-2408 Website: www,tamor0c,0r9 September 26, 2000 ADDENDUM #1 FURNISH, DELIVER AND DISCHARGE OF QUICKLIMI5 810 NO.01.02B This addendum and the following information addresses and clarifies a question canceming the Bid. The following is the requested clarification to the bid package. PE®BLE S�' AGENCY DELIVERY ADDRESS Brpward Count —1AW&P 3701 N State Road 7 Laulderdale Lakes, FL 33319 118.318 Broward County -- 2AW&P 1I'll350 NB 50th Street Pom al Beach, FL 33064 1J8.3/8 1/8.318 Brovrard County -SAW#P 4980 SW 40th Ave Ft. auderdate, F h3FL133069 118.3/8 i� of Coral 5 awn of Davie own of Davie Aty of Deerfie, :it o��aL :ity of Fort La :itv of Fort La' of )1 N Poweriine Rd RonVano eac , 30 NW 65th Ave Coral $ rings, FL 33066 1 �u nvJ Td►I� r.Ya DoJld, rL a3i1n 1 56111111 SW 64th Ave Davie, FL 33314 D Goolsby Blvd Oftrft Bch, FL 33442. 1 �aaRh Plant 4321 NW 9'^ Ave Ft. Laud, Fl. 33309 1 ele-Dixie Plant 1500 S State Rd L Laud, FL 3:1:112 j T. I.ohnu er 1785 SE '18 St, Ft. Laude 1 5 !VW Avenue, Hallandale, FL 33009- p 201 NW 49th Avenue, LOW %-601West River Drive, Ma rSW 66 errace, Mirarr ke Pines 7960 Johnson Street, Pembr, o Beach 301 NE 12" Street Porn ann 4350 Spnngtree Dnve Sunris �5f�i p t7ame 1 /2 irhill, FL 33313 14116 -• uL ite, FL 33063 118-3/8 W. FL 33023 118-3/8 Ike Pines, FL 330261 118-3//8 Basch, FL 33060 1l8-3/8 a, FL 33351 116-3/8 'L 33324 1111 3/8 C of Sunrise 87L30 SW 1 ace 1/8-3/8 Ctermill City of Sunrise 15400 WaRcad, Davie, FL 3331 1/8-3le Cit Of amarac 7803 NW 61" Street, Tamarac, FL 33321 ave any All other requirements shall remain as specified in the original bid request I[ you h ques ions, p use call, urchasing Office at (954) 724-2450. Anne M. Lodato, CPPB Senior Buyer Please sign and include this page as part of your bid submittal. W�� Chemical Dime Company of Alabama, Inc. Authorized Signature Company Name Cquci opponunity EmpkWW INVITATION TO BID BID NO.01-02B 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 Rosario 954/357- 2,600 1AW&P 7 Lakes, FL 33319 Gamez 6087 Broward County -- 1390 NE 50th Pompano Beach, Rosario 954/357- 4,000 2AW&P Street FL 33064 Gamez 6087 Broward County — 4980 SW 40th Ft. Lauderdale, Rosario 954/357- 800 3AW&P Avenue FL 33312 Gamez 6087 Broward County -- 2401 N Powerline Pompano Beach, Rosario 954/357- 600 D-4W&P Road FL 33069 Gamez 6087 City of Coral 3800 NW 85th Coral Springs, FL Ray Mathias 954/344- 5,200 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 3331.4 Herb Hyman 954/797- 240 Avenue 1016 City of Deerfield 360 Goolsby Blvd. Deerfield Beach, Donna 954/480- 3,500 Beach FL 33442 Council 4380 City of Fort Fiveash Plant Ft. Lauderdale, Marsha Perri 954/761- 10,500 Lauderdale 4321 NW 91' Ave FL 33309 7816 City of Fort Peele-Dixie Plant Ft. Lauderdale, Marsha Perri 954/761- 1,600 Lauderdale 1500 S State Rd 7 FL 33312 7816 City of Fort G.T. Lohmeyer Ft. Lauderdale, Marsha Perri 954/761- 3,500 Lauderdale (2) 1765 SE 181' St FL 33316 7816 City of Hallandale 215 NW 6th Hallandale, FL Hal Elsassu 954/457- 1,605 (3) Avenue 33009 1610 City of Hollywood 3441 Hollywood Hollywood, FL Tom Fenton 954/921- 3,400 Blvd. 33020 3290 City of Lauderhill 2001 NW 49th Lauderhill, FL Ruby Levy 954/730- 1,825 Avenue 33313 3044 City Of Margate 1001 West River Margate, FL Connie Guzzi 954/972- 2,400 Drive 33063 6454 City Of Miramar 2600 SW 661 Miramar, FL Maggie 954/967- 500 Terrace 33023 Palomino 1550 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 3,500 City of Pompano Beach 301 NE 12th Street Pompano Beach, FL 33060 Leeta Hardin 954/786- 4098 4,440 City of Sunrise 4350 Springtree Drive Sunrise, FL 33351 George Wood 954/572- 2275 5,000 City of Sunrise 8700 SW 19th Place Davie, FL 33324 George Wood 954/572- 2275 1,200 City of Sunrise 15400 Watermill Road Davie, FL 33331 . George Wood 954/572-. 2275 240 City of Tamarac 7803 NW 61st Street Tamarac, FL 33321 Anne Lodato 954/724- 2450 2,000 TOTAL TONNAGE ALL LOCATIONS 59,304 TONS TOTAL OF 22 DELIVERY LOCATIONS Delivery Location Special Conditions: (1) Coral Springs — Must deliver between 8:00AM 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. Thank You, Anne M. Lodato, CPPB Senior Buyer ACKNOWLEDGED BY: Chemical Lime Company of Alabama, Inc. wr�'C�� I �w�w►e��:c.� 1Mc.v►a5er- Company Name Authorized Signature / Title 4 Chemical Lime A Lhoist Group Company Kr" Standard Product Specifications Small Pebble Hi -Cal Quicklime S ecification Number 01001601 Parameter * Analysis Method * Normal Range Sizing * Standard U.S. Sieve * 1/8" x 1/2" Bulk Density * Avg. Cubic Foot Wt. 571b / cu. ft. average Available CaO * ASTM C 25 * 92.0% min. 93.4% average L.U.Z. * ASTM C 25 * 2.0% max. 1.5% average MgO ASTM C 25 - C 1271 * 3.0% max. 2.00/oavera e SiO2 * ASTM 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 * ASTM C 25 - LECO 0.050% max. 0.020% average 3 min. Reactivi * ASTM C 110 * 40' C min. 52' C avera e 30 sec. Reactivity * ASTM C 110 * 25' C avera e Water Insoluble Residue * ASTM C 110 * (#30 mesh) 2.0% max. 0.8% average (Note: Total CaO may be determined b difference of the sum of the L.O.L. MgO, SiO. Fe & Al percentages. } AACORD ?�`xmxgc<ccaa;+atx•�wocorw,•,aucuow;xt� •`,�.�::�'� PRODUCER Aon Risk Services of Texas, Inc. 301 Commerce, Suite 2101 Ft- Worth TX 76102 INSURED Chemical Lime Company of Alabama, Inc. P.O. Box 479 Montevallo, AL 35115 DATE IMMIDO/Yy) 09/29/1999 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANY A CONTINENTAL CASUALTY CO COMPANY B COMPANY C COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH .RE5PEC7 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIVY) DATE (MMIDONY) LIMITS A GENERALUA89M GL195923503-99 10/01/1999 10/01/2000 GENERAL AGGREGATE a z a0 COMMERCIAL GENERAL LIABILITY CLAIMS MADE [K OCCUR OWNER'S & CONTRACTOR'S PROT A AUTOMOBILE uAalLITY A X ANY AUTO A ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY 7 ANY AUTO EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY THE PROPRIETOR/ n INCL PARTNERS/EXECUTIVE Ir"--(I OFFICERS ARE: EXCL BUA195.923520-99 BUA 195923548-99 BUA 195923565-99 WC195923484-99 10/01 /1999 10/01 /1999 10/01 /1999 10/01 /2000 1 0/01 /2000 1 0/01 /2000 PRODUCTS - COMP/OP AGG , a,000 a 31000,000 PERSONAL & AOV INJURY 4 11000,000 EACH OCCURRENCE a 1,000,000 FIRE DAMAGE (Any ono ftre) a 500,000 MID EXP (AnV one parson) COMBINED SINGLE UMIT a 5,000 a 1,000,000 BODILY INJURY (Per person) a BODILY INJURY (Per actWent) a PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT a a OTHER THAN AUTO ONLY: EACH ACCIDENT a AGGREGATE EACH. OCCURRENCE a a AGGREGATE a a 10/01 /1999 1 10/01 /2000 EL EACH ACCIDENT 1 a 1,000,000 1 EL DISEASE- POLICY LIMIT a 1,000,000 EL DISEASE _ EA EMPLOYEE a 1, 000, 000 DESCRIPTION OF OPERATIONSILOCATION8/4EHICLESISPECh%L ITEMS The City of Tamarac is additional insured as required by written contract. Broward Governmental Cooperative Purchasing Group 7525 N.W. 88th Avenue Tamarac, FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE FDUnRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR To MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. EXCEPT 10 DAYS NOTICE FOR NON-PAYMENT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABRRY OF ANY KIND UPON ]NE FOMPANY. ITS AGENT'S OR REPRESENTATIVES. OdaIl1263754 AuMORM REPREBENTA James M. Rutle FLORMA 10 JM S th Sers� _Gfttjae J Uyy 12,4994 ICI M L. BOOKOUT 4;HEMiCAL LIME COMPANY P.O. BOX 121874 FT. WORTH, TX 76121-1874 OF STATE Re: Document N1umbsr P34884 the Amendment to the ADpfication of a Fort' n Corporation for ALLIED LIME MPANY, INC. which changed Its name fr CHEMICAL LIME COMPANY OF LABAMA, INC., an Alabama corporation authorized to transact business in Florida, was filed on July 8, 1994. ShQuAd yynu have any questions regarding t1tis m=er, please telephone (904) 487-605Q, the Amendmern Filing Section, Darldne Connell Corporate Specialist Division of Corporation Letter Number: 694A00032212 I' Division of Corporations - P.O. BN* 6327 -Tallahassee, Florida 32314 .0 Northbrook, Illinois • (847) 212-a600 Melville, New York • (516) 2714200 Underwriters Laboratories Ine.® Santa Clara, California •(408) 985-2400 Research Triangle Park, North Carolina - (919) 549-1400 Camas, Washington*(360) 817-5500 CEE:il IFI OF MP E' CERTIP ICATE NUMBER: 030398-MH 17190 ISSUE DATE: 3 March 1998 Issued to: Chemical Lime Co. P.O. Box 121874 Port 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 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. 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 Only those products bearing the UL Classification Marling should be considered as being covered by UL's 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. Engineer: nderwrite �aboratories Inc. Review Engineer: �' Underwriters Labor ones Inc. 1 Matel-ial Safeiy Data Sheet May be used to.comply with.. OSHA's Hazard Communication Standard 29 CFR 1910.1200. Standard must be consulted for specific requirements. U.S. Department of Labor Occupational Safety and Health Administration (Non -Mandatory Farm) Form Approved OMS No. 1218-0072 IDENTITY (Quicklime, Lime, CaO) INatoBlank*was are•note*mtad.IfanyihmisnotappNcabib,arnc ' Calcium oxide ( all sizes) (UN-1910) II kdbrmadon is avariable, the vacs must be madmd to Indicate that Section- Man c—mes Name jEmergency elephone NumberChemical Lame Company Chemtrec 800-424-9300 Address (Number, StreetCity, State, and ZJP Ccde-b iTelephone Number for Information 3724 Hulen Street 1817-732-8164 Fort--%crth,• TX 76107 _ 11-Apr-99 - - !Signature at Preparer (optional) I i - Section If - Hazardous IngredientsiIdentity Information -- - Other Limits Hazardous Components (Specific Chemical Identity; Common Name(s)) OSHA PEL ACGIH TLV Recommended % (pptlonal) Cal ci=a oxide 13 0 5 - 7 8 - 8 Quicklime 5 .mg/m3 2 mg/=3 79 0$k Magnesium oxide 1309-38-4 periclase 15 mg/m3 10 mg/=3 6450 mg/kg - c5$ Calcium carbonate 1317-65-3 Limestone; 15 mg•/m3 10 mg/m3 c3% Silicon dioxide 14808-60-7 Quartz 0.1 mg/m3 -0.1 m9'/m3 _ c2$ L3350 oral/ rat - Section III - Physical/Cherrtical Characteristics - Boiling Point ,Specific Gravity (H20 = 1) i - 2850 °C ' 1.6-Z.8 g/cc Vapor Pressure mm g melting Point 1 N.A. 1 !2570 "C apor Density (AIR = vapors on rate N.A. i(Butyi Acetate = 1) . !N.A. plubility in Water Reactive with, wager to form Ca(CH)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) :F►ammable Limits 1LEE ;UEL Not applicable !Not applicable •nguishing Media Use extinguishing agent suitable for surrounding fire - Special Rrefighting 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 hest. - Section V - Reactivi Data Stability j Unstable i Conditions to Avoid - ' g ;Reacts with water to form Ca (OH) 2 and large amounts of heat. - Stable Reacts with Cat to form CaCO3. ncompatibility (Materials to Avoid) Acids: Reacts vigorously acid produces heat Malefic Anhydride. May react explosively _ 2. ry OrganIc ompoun y react to form exp oszve salts osp orous: May to= flammable products when heated Aluminum: May react to form hydrogen. gas- azarcous t5ecornpa5ition or Byproducm one iazardous May Occur Conditions to Avoid 'oiymerization- Will Not Occur Our Florida Sales Office is open Monday through- Fridays UM 5PIVL After 5P1V.1` Friday, and Holidays, our Sales Office numbers, are forwarded to a beeper. Florida Office: Main- Number: (863) 425-1544 (800) 695-5657 For assistance after SPM on weekdays, please call one of the following numbers: John Thompson Cell phone: (863) 712-8617 Elaine Pierce Cell phone: (863) 712-8615 Carl Anderson Cell phone: (863) 712-8614 Thank you, Chenik'al Lime Company Florida Sales & Operations Team Temp Reso #9156 Exhibit "B" AGREEMENT THIS AGREEMENT is entered into on C� // 2000, between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 881h Avenue, Tamarac, Florida 33321 ( hereinafter "City") and, Chemical Lime Company, an Alabama corporation with principal offices located at 31 Inverness Center Parkway, Suite 425, Birmingham, Alabama, (hereinafter "Contractor"), for the Furnish, Deliver and Discharge of Quicklime Bid No. 01-02B located atthe Tamarac Municipal WaterTreatment Plant, Tamarac, Florida 33321. The parties HEREBY agree to the following terms and conditions: Contractor shall furnish all labor, materials, transportation, equipment, and any other services required to furnish, deliver and discharge consistent with the terms and conditions in the Invitation to Bid, Instructions to Bidders, Special Conditions, and Technical Specifications of the City of Tamarac Bid No. 01-02B attached hereto as ExhibitA and incorporated herein as if set forth in full, for an amount not to exceed $204,520.00 annually. Any provision in this agreement that is prohibited or unenforceable in any jurisdiction shall as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceablity of such provisions in any other jurisdiction. This Agreement and attached Exhibit A constitute the entire agreement between the City and the Contractor. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. City of Tamarac, through its Mayor, and Chemical Lime Company through its duly authorized to execute same. CITY OF TAM RAC By: e Schreiber, Mayor Date: O /// ,/ 1, /-7 6�4 Jeff re iller, City Manager Date: `©L 0-6 ATTEST: Marion Swensn , CMC City Cleric ATTEST: Corporate Secretary Temp Reso #9156 Exhibit "B" Approved as to form and legal sufficiency: By: � [A:�41 yr) Mitchell S. Kraft, City Attorney C. �fCYn �CiGC Z4c�-6. ni ae- Company Name By: t Date: 6*Ve z Zow Temp Reso #9156 Exhibit "B" CORPORATE ACKNOWLEDGEMENT STATE OF `0Q02' �0* COUNTY OF C.< The foregoing instrument was acknowledged before me this 5 day of 4c2000 by IlCt011 Z. �HO�-r.�SaN (name of officer or agent, title of officer or agent) of (name of corporation acknowledging), &V A4-1-3A-r10 (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me ��.. _D4 r� -1W - �16 -,3�6 - U (type of identification) as identification and did (did not) take an oath. �Pav A&® Charlene A. Tributino $°\ �, Commission # CC 774548 Expires SEP. 13, 2002 NDED THRU �-iAF F� ATLANTIC BONDING CO.,1NC. Signatu gf NotaW Public — State of Print, Type or Stamp Name of Notary Public CjIdlChemical Lime A Lhoist Group Company David M. Reilly President and Chief Executive Officer October 10, 2000 Ms. Linda Flurry Manager, Purchasing & Contracts City of Tamarac 7525 Northwest 881h Avenue Tamarac, Florida 33321-2401 Re: Bid #01-02B City of Tamarac / Broward County Purchasing Co-op Dear Ms. Flurry: This letter is to certify that John L. Thompson, Florida Manager, is duly authorized to execute bid proposals, sales agreements and price quotations on behalf of Chemical Lime Company of Alabama, Inc. ("CLC"). The undersigned, as President and CEO, has full authority to sign this letter on behalf of CLC. n Sincckely, 22 THE STATE OF TEXAS § COUNTY OF TEXAS § David M. Retry, President and CEO This instrument was acknowledged before me on the 101h day of October, 2000, by David M. Reilly, President and CEO of Chemical ime Compan of Ahsama, Inc., an Alabama Corporation. Not P is for the Sta a of Texas Commission Expires: 9 -lo r% MARGIV ET FROWERS Chemical Lime Company : _' MY COMMISSION EXPIRES 3700 Hulen Street, Fort Worth, Texas 76107 �2002 Phone: (817) 732-8764 �0F TAMq LORIO.P Jeffrey L. Miller City Manager jeffm@tamarac.org City of Tamarac 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 • Facsimile (954) 724-2454 John Thompson Florida Manager Chemical Lime Company P.O. Box 1137 Mulberry, FL 33860 Dear Mr. Thompson: October 12, 2000 I am pleased to advise you that at its meeting on October 11, 2000, the City of Tamarac Commission approved a resolution authorizing the award of Bid #01-02B Furnish, Deliver and Disposal of Quicklime in an amount not to exceed $204,520.00 annually beginning October 15, 2000. Attached is the approved resolution along with the original agreement, which constitute the full agreement with the City. The Senior Buyer, Anne Lodato will be the City of Tamarac contact for this agreement. Please contact her at (954) 724-2443; however, if there should be any problems of serious consequence, I expect you to advise me directly and immediately. The City looks forward to working with you on this contract. Sincerely, effrey L. Miller c: Raymond Gagnon, Director of Utilities John Harvey, Water Plant Superintendent Lynda Flurry, Purchasing and Contracts Manager Marion Swenson, City Clerk /WNiRi iTi 1 I JLM/aml Equal Opportunity Employer City of Tamarac 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 - Facsimile (954) 724-2454 Jeffrey L. Miller City Manager jeffm@tamorac.org John Thompson Florida Manager Chemical Lime Company P.O. Box 1137 Mulberry, FL 33860 Dear Mr. Thompson: October 16, 2000 I am pleased to advise you that at its meeting on October 11, 2000, the City of Tamarac Commission approved a resolution authorizing the award of Bid #01-02B Furnish, Deliver and Disposal of Quicklime in an amount not to exceed $204,520.00 annually beginning October 15, 2000. Attached is the approved resolution along with the original agreement, which constitute the full agreement with the City. The Senior Buyer, Anne Lodato will be the City of Tamarac contact for this agreement. Please contact her at (954) 724-2443; however, if there should be any problems of serious consequence, I expect you to advise me directly and immediately. The City looks forward to working with you on this contract. Sincerely, //` h//f Jeffrey L. Miller c: Raymond Gagnon, Director of Utilities John Harvey, Water Plant Superintendent Lynda Flurry, Purchasing and Contracts Manager Marion Swenson, City Clerk Attachment JLM/aml Equal Opportunity Employer