Date:

Collier Mosquito Control District
600 North Road, Naples, FL 34104-3464
Administration: (239) 436-1000 / (239) 436-1005 (fax)
Hangar: (239) 436-1008 / (239) 436-1007 (fax)
www.collier-mosquito.org
BID #2009 - 02 “Mosquito Control Adulticides/Larvicides”


The Collier Mosquito Control District Board of Commissioners (CMCD) desires to receive Sealed Bids from qualified
firms for Mosquito Control Adulticides/Larvicides. The Bid responses shall be limited to the insecticides listed in the
Legal Notice and the Specifications section of the Bid package.

Refer to the Legal Notice contained in the enclosed Bid package for the time and due date for Bid submission.

If you have any immediate questions regarding chemical specifications, please contact Frank Van Essen at
(239) 436-1000; for procedural matters, you may contact Ms. Stacy J. Welch at (239) 436-1000 or by e-mail at:

We look forward to your participation in this Bid process.
cc: CMCD Board of Commissioners
File
Board of Commissioners:
Executive Director:
Spray Schedule: (239) 436-1010
Frank Van Essen, Ph.D.
Jacquelyn D. Fresenius, Chair
Immokalee Substation:
John
F.
Johnson,
Secretary
165 Airpark Blvd, Bldg A-1½
Linda M. Hartman, Treasurer
Immokalee, FL 34142
Jeanne E. Brooker
(239) 867-3200
Robert D. Geroy
INVITATION TO BID
Notice is hereby given that the Board of Commissioners for the Collier Mosquito Control District (CMCD) at the District Office, 600 North Road, Naples, Collier County, Florida, 34104-3464, will receive SEALED BIDS for furnishing the MOSQUITO CONTROL ADULTICIDES AND LARVICIDES listed below. Bids will be accepted until 12:00 p.m. on Monday, June 15, 2009. BACILLUS THURINGIENSIS ISRAELENSIS (B.t.i) Prior to submitting a proposal, BID DOCUMENTS must be obtained by calling (239) 436-1000 or by download from the District website: The Board reserves the right to reject any or all proposals and to waive any and all formalities. By order of the Board of Commissioners, Collier Mosquito Control District, Naples, Florida. Jacquelyn D. Fresenius, Chair June 1, 2009 Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc INSTRUCTIONS TO BIDDERS

BID SUBMISSION: The original copy of the Bid must be submitted in a sealed envelope with the Bid Number, Title, and
Due Date clearly stated on the envelope.
The Bid must be forwarded to the Collier Mosquito Control District, Attn: Stacy J. Welch, 600 North Road, Naples, Florida
34104-3464, up to 12:00 p.m., Eastern Standard Time, on June 15, 2009.
Bids received after the published deadline shall not be accepted and will be returned unopened. However, the CMCD
Board of Commissioners shall reserve the right to accept Bids received after the posted deadline under the following
conditions:


a) The tardy submission of the Bid appears inadvertent and;
b) The acceptance of said Bid does not afford any competing firm an unfair advantage in the selection process.
EXCEPTIONS TO INSTRUCTIONS OR CONDITIONS: Bidders taking exception to any part or section of these instructions
or conditions shall indicate such exceptions on their Bid. If no exceptions are indicated, it shall be interpreted as the
Bidder’s intent to fully comply with the specifications as written. Exceptions taken by Bidders may result in exclusion of
the Bid for consideration, depending on the extent of the exception(s).
PRINCIPALS/COLLUSION: By submission of this Bid, the undersigned, as Bidder, does declare that the only person or
persons interested in this Bid as principal or principals is/are named therein and that no person other than therein
mentioned has any interest in this Bid or in the insecticides to be supplied; that this Bid is made without connection with
any person, company or parties making a Bid, and that it is in all respects fair and in good faith without collusion or
fraud.
BID WITHDRAWAL: No Bid can be withdrawn after it has been submitted and received by CMCD unless the Bidder
makes his request in writing to the CMCD prior to the time set for the opening of Bids, or unless the CMCD fails to
accept it within sixty (60) days after the date fixed for opening.
BIDDER'S CERTIFICATION: Submission of a signed Bid is Bidder's certification that the Bidder will accept any awards
made to him as a result of said submission of the terms contained therein. All Bids shall be firm and valid for fifteen (15)
days after the Bid opening date.
TAXES: CMCD is exempt from Federal Excise and State of Florida Sales Tax. CMCD’s Tax Exemption Certificate Number
is 85-8012646311C-9.
OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: The CMCD encourages and agrees to the successful
bidder/proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other
governmental entities at the discretion of the successful bidder/proposer.
Additionally, bidders must be aware that, as a tax-supported government agency, CMCD is eligible to purchase items
under State of Florida Competitive Bidding Contracts or from any other government agency utilizing competitive
bidding, and may exercise this option if it is in the best interest of CMCD. If a similar product becomes available at a
price less than the awarded bid price by at least five percent (5%), CMCD reserves the right to purchase that product in
lieu of the bid material.
RELATION OF CMCD: It is the intent of the parties hereto that the successful Bidder shall be legally considered as an
independent contractor, and that neither he nor his employees shall, under any circumstances, be considered servants
Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc or agents of the CMCD, and that the CMCD shall be at no time legally responsible for any negligence on the part of said
successful Bidder, his servants or agents, resulting in either bodily or personal injury or property damage to any
individual, firm, or corporation.
EXPENSES INCURRED IN PREPARING BID: The CMCD accepts no responsibility for any expenses incurred in the Bid
preparation or presentation; such expenses are to be borne exclusively by the Bidder.
LOBBYING: All firms are hereby placed on NOTICE that the CMCD Board of Commissioners does not wish to be lobbied,
either individually or collectively, in reference to this Bid. Firms and their agents are not to contact members of the
CMCD Board of Commissioners for such purposes as meetings of introduction, luncheons, dinners, etc.
During the process, from Bid closing to final Board approval, no firm or their agent shall contact any other employee of
CMCD in reference to this Bid, with the exception of the Executive Director, the Director of Administration, or his or her
designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this Bid to the firm.
BID FORM: Each Bidder must sign and submit the Bid forms included in this Invitation to Bid.

SINGLE BID:
Only one Bid from a legal entity as primary will be considered. A legal entity who submits a Bid as a primary
or as part of a partnership or joint venture submitting as primary may not then act as a subfirm to any other firm
submitting under the same Bid. If a legal entity is not submitting as a primary or as part of a partnership or joint venture
as a primary, that legal entity may act as a subfirm to any other firm or firms submitting under the same Bid. If it is found
that a Bidder is in violation of this section, all Bids in which such a Bidder is listed will be rejected.

SIGNATURE OF BIDDER:
The Bidder must sign the Bid in the spaces provided for signatures. If the Bidder is an
individual, the words “Sole Owner” shall appear after his signature. If the Bidder is a partnership, the word “Partner”
shall appear after the signature of one of the partners. If the Bidder is a corporation, the signature required is the
Officer(s) or Individual(s) duly authorized by its by-laws or the Board of Directors to bind the corporation with the official
corporate seal affixed hereto.
REJECTION OR ACCEPTANCE OF BIDS: The CMCD Board of Commissioners reserves the right to waive any irregularities
in any Bid, to reject any or all Bids, to re-solicit for Bids, if desired, and upon recommendation and justification by CMCD
to accept the Bid which in the judgment of the CMCD is deemed the most advantageous for the public and the CMCD.
Any Bid which is incomplete, conditional, obscure, or which contains irregularities of any kind, may be subject to
rejection. In the event of default of the successful Bidder, the CMCD reserves the right to accept the Bid of any other
Bidder or to re-advertise using the same or revised documentation, at its sole discretion.
PROTEST PROCEDURES: Any actual or prospective respondent to this Invitation to Bid, who is aggrieved with respect to
the above, shall file a written protest with the CMCD prior to the due date for acceptance of Bids. All such protests must
be filed with the CMCD no later than 12:00 p.m. Eastern Standard Time on the advertised acceptance date for Bid
submission.
Sealed Bids will be opened publicly at 1:00 p.m. on Monday, June 15, 2009, and the award of Bid will be subsequently
made by the CMCD Board of Commissioners at its public meeting on June 16, 2009. All Bidders are welcome to attend
this public meeting. Any actual or prospective respondent who desires to formally protest the recommended Bid award
must file a notice of intent to protest with the CMCD within two (2) calendar days (excluding weekends and CMCD
holidays) of the date that the award(s) is/are made by the CMCD Board of Commissioners. Upon filing of said notice, the
protesting party will have five (5) days to file a formal protest.
Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc PUBLIC ENTITY CRIME: 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.
KEY PERSONNEL:
The personnel named in the Bid shall remain responsible throughout the Bid award period. No
diversion or replacement may be made without submission of a resumé of the proposed replacement with final
approval being granted by CMCD.
PROHIBITION OF GIFTS TO CMCD EMPLOYEES: No organization or individual shall offer or give, either directly or
indirectly, any favor, gift, loan, fee, service or other item of value to any CMCD employee or commissioner, as set forth
in Chapter 112.3148, Florida Statutes.
LICENSES: The Bidder, at time of Bid, shall possess the correct occupational licenses or other authorizations necessary to
supply the insecticides requested in this Bid package, pursuant to all applicable Federal, State and Local Laws, Statutes,
Ordinances, and rules and regulations of any kind.
TERMS OF AWARD: The pricing submitted by the successful Bidder(s) shall be effective from June 16, 2009, until re-bid
(bid period not to exceed one year).
DELIVERY: The Bidder shall state in the space provided on the Bid form a guaranteed maximum delivery time and
provide detailed ordering instructions. A current copy of the manufacturer’s Material Safety Data Sheet for the item(s)
delivered must be included with each shipment.
Due to the perishable nature of the Bti larviciding products, these products must be formulated no earlier than one year
prior to the ordering date. CMCD may require within one (1) year of delivery that the BIDDER supply formulation dates
and bioassay data on delivered lot numbers.

ADDITIONAL INFORMATION:
Questions related to this Bid packet should be directed to:
Stacy J. Welch, Director of Administration All questions must be in writing and be received no later than three (3) calendar days prior to the June 15, 2009 Bid acceptance date. Should any questions or responses require revisions to the Invitation to Bid as originally published, such revisions will be by formal amendment only. Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc BID SPECIFICATIONS FOR
DIBROM 14

General: The purpose of these specifications is to describe insecticides of desired quality. The price quoted shall be the
net cost to the District, F.O.B. Naples, Collier County, Florida.
Limits: This proposal shall be effective from June 16, 2009, until re-bid (bid period not to exceed one year). The District
shall requisition the insecticide as needed.
Quality: DIBROM 14 (87.4% Naled)


Active Ingredients: 1,2-Dibromo-2,2-Dichlorethyl Dimethylphosphate
Proposal: The undersigned, as Bidder, does declare that this proposal is made in accordance with these specifications,
and that no other persons other than the Bidder herein named has any interest in the proposal or in the contract to be
taken, and that it is made without any connection with any other person or persons making proposal for the same
insecticides, and is in all other respects fair and without collusion or fraud. The undersigned further declares that he will
furnish the necessary insecticides in accordance with these specifications and the prices stated shall remain in effect
throughout the bid period as defined above.
DIBROM 14

Bid Price Per Gallon

Individual/Partnership/Corporation (strike out word/s not applicable).
Company:
(attach ordering information, if necessary) Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc BID SPECIFICATIONS FOR
PERMETHRIN

General: The purpose of these specifications is to describe insecticides of desired quality. The price quoted shall be the net cost to
the District, F.O.B. Naples, Collier County, Florida.
Limits: This proposal shall be effective from June 16, 2009, until re-bid (bid period not to exceed one year). The District shall
requisition the insecticide as needed.
Quality: PERMETHRIN 30 - 30 (30%)
Active Ingredients: Permethrin (3-Phenoxyphenyl) methyl (+/-) Cis/trans-3-(2,2-dichloroethyl)-2, 2-
dimethyl cyclopropanecarboxylate
Quality: PERMETHRIN 31 - 66 (31.28%)
Active Ingredients: Permethrin (3-Phenoxyphenyl) methyl (+/-) Cis/trans-3-(2,2-dichloroethyl)-2, 2-
dimethyl cyclopropanecarboxylate
Proposal: The undersigned, as Bidder, does declare that this proposal is made in accordance with these specifications, and that no
other persons other than the Bidder herein named has any interest in the proposal or in the contract to be taken, and that it is made
without any connection with any other person or persons making proposal for the same insecticides, and is in all other respects fair
and without collusion or fraud. The undersigned further declares that he will furnish the necessary insecticides in accordance with
these specifications and the prices stated shall remain in effect throughout the bid period as defined above.
PERMETHRIN
PERMETHRIN
PERMETHRIN 30 - 30 (30%)
PERMETHRIN 31 - 66 (31.28%)
Container Size
Container Size
Cost Per Gallon
Cost Per Gallon
(# Gallons)
(# Gallons)

Individual/Partnership/Corporation (strike out word(s) not applicable).
Company:
(attach ordering information, if necessary) Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc BID SPECIFICATIONS FOR
BACILLUS THURINGIENSIS ISRAELENSIS (B.t.i.)

General: The purpose of these specifications is to describe insecticides of desired quality. The price quoted shall be the
net cost to the District, F.O.B. Naples, Collier County, Florida.
Limits: This proposal shall be effective from June 16, 2009, until re-bid (bid period not to exceed one year). The District
shall requisition the insecticide as needed.
Proposal: The undersigned, as Bidder, does declare that this proposal is made in accordance with these specifications,
and that no other persons other than the Bidder herein named has any interest in the proposal or in the contract to be
taken, and that it is made without any connection with any other person or persons making proposal for the same
insecticides, and is in all other respects fair and without collusion or fraud. The undersigned further declares that he will
furnish the necessary insecticides in accordance with these specifications and the prices stated shall remain in effect
throughout the bid period as defined above.
B.t.i. - Flowable Liquid Formulation
Due to the perishable nature of the Bti larviciding products, these products must be formulated no earlier than one year
prior to the ordering date.

Product
Amount of Active Ingredient per milligram of formulated product in International Toxicity Units only:_________________________ Container Size
(# Gallons)
Cost Per Gallon

# of Days for Delivery: ____________
Individual/Partnership/Corporation (strike out word/s not applicable).
Company:
(attach ordering information, if necessary) Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc BID SPECIFICATIONS FOR
BACILLUS THURINGIENSIS ISRAELENSIS (Bti)
GRANULES/PELLETS

General: The purpose of these specifications is to describe insecticides of desired quality. The price quoted shall be the
net cost to the District, F.O.B. Naples, Collier County, Florida.
Limits: This proposal shall be effective from June 16, 2009, until re-bid (bid period not to exceed one year). The District
shall requisition the insecticide as needed.
Proposal: The undersigned, as Bidder, does declare that this proposal is made in accordance with these specifications,
and that no other persons other than the Bidder herein named has any interest in the proposal or in the contract to be
taken, and that it is made without any connection with any other person or persons making proposal for the same
insecticides, and is in all other respects fair and without collusion or fraud. The undersigned further declares that he will
furnish the necessary insecticides in accordance with these specifications and the prices stated shall remain in effect
throughout the bid period as defined above.
B.t.i. – Granules/Pellets (400 ITU/mg)
Due to the perishable nature of the Bti larviciding products, these products must be formulated no earlier than one year
prior to the ordering date.

Product Name:____________________________
Amount of Active Ingredient per milligram of formulated product in International Toxicity Units
only:
Container Size
(# Pounds)
Cost Per Pound

Under 500 Pounds

# of Days for Delivery: ____________
Individual/Partnership/Corporation (strike out word/s not applicable).
Company:
(attach ordering information, if necessary) Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc DECLARATION STATEMENT
June 15, 2009 @ 12:00 p.m.
Collier Mosquito Control District Board of Commissioners 600 North Road Naples, Florida 34104-3464 RE: BID NO. 2009-02 - “Mosquito Control Adulticides/Larvicides”
Dear Commissioners: The undersigned, as Bidder, hereby declares that he has examined the Specifications and informed himself fully in regard to all conditions pertaining to the insecticides to be supplied. The Bidder further declares that only the persons, company or parties interested in this Bid or the contract to be entered into as principals are named herein; that the Bid is made without connection with any other person, company or companies making a Bid; and it is in all respects fair and in good faith, without collusion or fraud. IN WITNESS WHEREOF, we have hereunto subscribed our names on this ______ day of Firm’s Complete Legal Name
Z:\Admin\Word\Bids\Chemical Bids\2009\2009 Chemical Bid Package.doc

Source: http://www.collier-mosquito.org/pdfs/chemical_bid_packet.pdf

Cv 1/30/0

Allan D. Clifton Curriculum Vitae E-mail: alclifton@vassar.edu Education: Ph.D., University of Virginia, Psychology (Clinical) Dissertation: “Social Network Analysis of Self and Peer Perceptions of Pathological Personality” Committee: Eric Turkheimer (chair), Thomas F. Oltmanns, Timothy Wilson, Thomas Guterbock M.A., University of Virginia, Psychology (Clinical) B.A., Have

Proposition 65 no significant risk levels (nsrls) for carcinogens and maximum allowable dose levels (madls) for chemicals causing reproductive toxicity

Office of Environmental Health Hazard Assessment Proposition 65 No Significant Risk Levels (NSRLs) for Carcinogens and Maximum Allowable Dose Levels (MADLs) for Chemicals Causing Reproductive Toxicity Below is a list of NSRLs and MADLs that provide "safe harbor" for businesses subject to the requirements of Proposition 65. These NSRLs and MADLs are established in regulation in Tit

Copyright © 2014 Articles Finder