Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-93-1811 2 3 4 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Temp. Reso. # 6608 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-93-. / U / A RESOLUTION AWARDING A BID FOR CONSTRUCTION OF SEWAGE LIFT STATION #48, LAND SECTION 8, PROJECT NO. 89-31, BID #93-14; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County, Florida, on Wednesday, November 10, 1993 and Wednesday, November 17, 1993; and WHEREAS, bids were opened on Wednesday, November 24, 1993; and WHEREAS, Trio Development Corporation is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the bid of Trio Development Corporation, in the amount of $136,630.00 for construction of Sewage Lift Station #48, Land Section 8, Project 89-31, Bid #93-14, is HEREBY APPROVED. SECTION 2: That the funds are to come from Account #441-367--535-6HK entitled Extensions and Modifications. SECTION 3: That the appropriate City officials are hereby authorized to execute any and all contract documents in connection with the awarding of the bid. SECTION 4: This Resolution shall become effective immediately upon adoption. Q PASSED, ADOPTED AND APPROVED this AMday of ,1993. /YTH. 4. BENDER MAYOR ATTEST: CAROL A. EVANS, CITY CLERK IppER�BY CERTIFY hat I have 4ro ed this Re olution as to farm. / MAYOR S . F I]IST 1: Y_ N CITY ATTORN Y DIST. 2• C / N1 DIST. 3: C / M RECORD OF COUNCIL VOTE RE 4- �?J' /'?/ PROPOSAL CITY OF TAMARAC FLORIDA To the City of Tamarac, Florida, as the party of the first part. Proposal made by TRIO DEVELOPMENT CORPORATION as party of the second part, whose business address is 1701 N.W. 22nd COURT, POMPANO BEACH, FL. 33069 _ State whether Bidder is an individual, a partnership or a corporation Corporation If a partnership or corporation, give names of all partners or officers Lawrence R. Shortz Accompanying this Proposal is a bid security for 5% OF AMOUNT BID 5 OF AMOUNT BID From: PREFERRED NATIONAL INSURANCE CO. Name of Surety 1. The undersigned party of the second part, do hereby declare that we have carefully examined the Bid Documents relating to the above entitled project and have personally inspected the location of the work. 2. The undersigned do hereby offer and agree to furnish all materials to fully and faithfully construct, perform and execute all work in the above entitled matter in accordance with the Technical Specifications relating thereto, and to furnish all labor, tools, implements, machinery, forms, transportation, and materials necessary and proper for the said purpose at the prices named below for the various items of work. 3. The undersigned do hereby declare that the prices so stated cover all expenses of every kind incidental to the completion of said work and the Proposal therefor, including all claims that may arise through damages or other cauGes whatsoever. 4. The undersigned do hereby agree that we will execute a i Contract therefor, containing all the terms, conditions, provisions, and covenants necessary to complete the work, according to the Drawings and Technical specifications therefor, within ten (10) calendar days after the award of the Contract and notification of the acceptance of this proposal by the party of the first part, and if we fail to execute said Contract within said period of time, that the party of the first part shall have the power to i� rescind said award and also retain for the Owner the bid security accompanying his proposal which shall become forfeited as liquidated damages. x5. The successful Bidder, at the time of execution of the Contract, must deposit with the Owner a performance bond providing for the satisfactory completion of the work and a payment bond providing security for payment of all persons performing labor in connection with the Contract. Each bond shall be furnished in an amount equal to 100% of the amount of the Contract awarded. A maintenance bond in the amount of 50% of the final Contract price guaranteeing the repair of all damages d,.•e to improper materials or workmanship will also be required. The bond shall be written by a surety company that has a rating of at least A15 according to the Best Key Rating Guide and that is licensed to do business in the State of Florida. The bonds shall be executed by an Attorney -in --Fact for the surety company with a certified copy of his/her Power - of -Attorney attached to the bonds. Each bond shall remain in effect for one (1) year beyond the date of final completion and acceptance of the entire work to repair any defective work done under the Contract, and to pay valid claims for payment of labor and/or materials submitted after completion of the Contract. Forms for these bonds, Final Release of Lien By Contractor and Affidavit On Behalf Of Contractor shall be provided by the City and completed at the time of execution of the Contract. 5. The price for the work shall be stated in both words and figures in the appropriate place in the proposed form. In the event that there is a discrepancy between the price written in words and the price written in figures, the former shall govern. 7. Bid securities will be returned promptly to unsuccessful bidders after the award of the Contract. ■ it X P-7 11 0 L� 11 03 r`,9/ 8. The undersigned bidder acknowledges receipt of Addenda as listed below and agree that we will be. bound by all Addenda whether or not listed herein. Receipt Addendum No. Date Date Date Date Date Date is hereby acknowledged. Corporate Seal By: L. L \ LAWRENCE R. SHORTZ Title: PRESIDENT AcU=: 1701 N.W. „22ND COURT POMPANO BEACH, FL 33069 305--971-2288 Attest. License No. CG-C 011008 TION N F I I I fl I 9 -�.3 - �J'/ PROPOSAL SEWAGE LIFT STATION NO. 48 CITY OF TAMARAC, FLORIDA PUBLIC SERVICES - UTILITIES DIVISION PROJECT NO. 89-31 Notice To All Bidders Bidder agrees that any unit price listed is to be multiplied by the approximate quantity requirements in order to arrive at the total. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. Pay Estimated Item Quantity Description Total 1 525 Lin. Ft. Furnish all materials, labor and equipment . necessary to install 6 inch ductile iron, Class 52 Force Main piping at a per lineal toot price of: Dollars and O Cents ($ /LS) $4E9 O D 2 Lump Sum Furnish all materials, labor and equipment to install 6 inch ductile iron flanged plug valves, check valves, and tie-in to 20" FM, fittings and all appurtenances at the lump sum price of: -• _Yc Dollars and o Cents ($,/tea 'O/LS) $�d 3 Lump Sum Furnish all materials, labor and equipment to install pumps and motors, and all appurtenances at the lump sum price of: Dollars and Cents ($4e—/LS) f= lu �J F1 Pay Estimated Item Ouantity Description Total 4 Lump Sum Furnish all materials, labor and equipment to install Electrical conduits, wire and all connections including Wet Well Float Control System and all appurtenances at the lump sum price of: .v�� d �•vim l7v Dollars and o Cents ($ .���!_/ LS ) $ 4, 5 Lump Sum Furnish all materials, labor and equipment to install emergency pump by-pass piping and all appurtenances at the lump sum price of: r/Sd c/ Dollars and v Cents ( $ /0�9, Opp 4%LS ) $ /� pp® AM 6 Lump Sum Furnish all materials, labor and equipment to install Fosroc an the interior surfaces of the Wet Well at the lump sum price of: vs�►�d Dollars and Cents ($00/LS) $ 7 Lump Sum Furnish all materials labor and equipment to install electrical control cabinet concrete support, conduits, power supply and all appurtenances at the lump sum price of: •' �•� Dollars and ° cents ($ /4QQa /Ls) P-lo Pay Estimated Item Quantity Description Total 8 Lump Sum Furnish all materials, labor and equipment to install Modular Remote Terminal Unit (MRTU) at the lump sum price of: ,,-"Sr4d_ Dollars and v Cents ($&QOd /LS) $ �A 0�4 9 Lump Sum Furnish all materials, labor and equipment to install site landscaping and all appurtenances at the 113mp sum/price of: / •Y Dollars and am Cents ($ 30 /LS) $3a 10 Lump Sum Furnish all materials, labor and equipment to install 8' high chain link fence and gates at the lump sum price of: Dollars and 10 a Cents ($ pPQ /LS) $ .�, 00D 11 Lump Sum Furnish all materials, labor and equipment to construct 12' concrete driveway at the lump sum price of: Dollars and doo D Cents ($ /LS) $ Zn0� P--11 1 ,�7 - �3- 1 J/ Pay Estimated Item Quantity Description Total 12 Lump Sum Furnish all materials, labor and equipment to construct 7'-0" diameter wet well at the lump sum price: /Y Q of Dollars and Cents ( $ ee9 / LS) GRAND TOTAL BID FOR SEWAGE LIFT STATION 48, ITEMS 1 THROUGH 12 INCLUSIVE: .- $ (Figures) DEDUCTIVE ALTERNATE FOR PUMP STATION NO. 48 Pay Estimated Item Quantity Description Total DA-1 Lump Sum City provides electrical control cabinet to Contractor, complete with all components and the Contractor provides concrete base, conduits, Florida Power and Light power supply and completes all external and internal main power electrical connections at a lump sum savin s to the Ci y of: 117uA64m,�1,, Dollars and O Cents ($���a/LS) $'Ve r i P-12 �J 4-�.3-Jyl Pay Estimated Item Quantity Description Total INDEMNIFICATION I-1 Lump Sum Consideration to Indemnification for all work on Lift Station No. 48 at the lump sum price of: One Dollars and No Cents ($ 1.00 /LS) $1.00 Recapitulation of Proposal Lift Station No. 48 related work Items 1 through 11 Lift Station No. 48 Deductive Alternate item DA-1 Indemnification Item I-1 GRAND TOTAL BID FOR ALL CONTRACT WORK $ 1.00 $ ,2z/ (Figures) o ee.✓4�-- GRAND TOTAL BID (WRITTEN) THE ENTIRE WORK SHALL BE COMPLETED WITHIN NINETY 90 CALENDAR DAYS FROM DATE OF "NOTICE TO PROCEED". P-13 0 0 CLAIRMO( T=� B AS: M ON T ves 61115 45.` ;OVID cl, VAT-- TR 11 z i 1 9 kELFORT 2 -1 2- ' It 4-37f #0 "J'*00001D 1D oj \k W E S T W O O f, 57. 10 N.M TI 51 > leg" W. TO PL. NX ? CT orR , ID 70 ST, TA"R,!C I NA AC A 18-20 1. VL tv L-LAUCE COLONY WEST WE SOLE CounzE YGLAS Sp LAND S.Fe. S. Al L N. W & LIFT 5-7-At PA-10 So 21 4 r T LS V27 4.r VISUAL SUAL as as 0 GRAPHICSP.,CS -7) (109 io c ./-I —,,,/ 0 ,v", A) ll� Fi� /t7 5-7 / A. Ll