HomeMy WebLinkAboutCity of Tamarac Resolution R-90-185Temp. Reso. #5842
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-90- i15
A RESOLUTION AWARDING A BID FOR CITY OF
TAMARAC PUBLIC SERVICE ADMINISTRATIVE
COMPLEXi BID NO. 90-171 AND PROVIDING
AN EFFECTIVE DATE.
WHEREAS, bids were advertised in the Fort Lauderdale
News/Sun Sentinel, a newspaper of general circulation in Broward
County on Monday, June 11, 1990 and Monday, June 18, 19901 and
and
WHEREAS, bids were opened on Thursday, June 28, 19901
WHEREAS, Caldwell -McKnight Construction Company, Inc.,
is the lowest fully responsive and responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF
TAMARAC, FLORIDAi
SECTION It That the bid of Caldwell -McKnight Construc-
tion Company, Inc., in the amount of $2,127,900.00 for City of
Tamarac Public Service Administrative Complex is HEREBY APPROVED,
funding to come from Account #325-656-519-623, Public Service
Administrative Complex.
SECTION 2: That the appropriate City officials are
hereby authorized to execute any and all documents in connection
with the awarding of this bid.
SECTION 3: This Resolution shall become effective
#mediately upon adoption.
PASSED, ADOPTED AND APPROVED this day of , 1990.
NORMAN PABRAMOWITZ
MA
ATTEST:
&4_4CAROL A. EVANS
CITY CLERK
I HEREBY CERTIFY that I have
approved this Resolution as
to form.
ALAN F. RUN
INTERIM CITY ATTORNEY
RECORD OF COUNCIL VOTE
MAYOR—_ ABRAMOWITZ 6 is ,,
DISTRICT 1:
C/M ROHR
DISTRICT 2:
C/M SCHUMANN
DISTRICT 3:
VIM HOFFMAN
DISTR,CT4:
CIM BENDER
N
4. io - 185"
CALDWELL--McKNIGHT
CONSTRUCTION COMPANY, INC.
1000 S. ANDREWS AVE. • P.O. BOX 22888
FORT LAUDERDALE, FLORIDA 33335
(305) 522-1000
June 28, 1990
2:00 P.M.
City Clerk
City of Tamarac, Florida
7252 Northwest 88 Avenue
Tamarac, FL
The undersigned, hereinafter called "Bidder", having visited
the site of the proposed project and familiarized himself with
the local conditions, nature, and extent of the work, and having
examined carefully the drawings, specifications, and other Con-
tract Documents, with the Bond requirements therein, proposes
to furnish all labor, materials, equipment and other items,
facilities, and services for the proper execution of
Public Service Administrative Complex
Project No. 1690
in full accordance with the drawings and specifications prepared
by the firm of
Scharf & Associates Incorporated
3407 Northwest Ninth Avenue
Suite 200
Fort Lauderdale, Florida 33309
and if awarded the Contract, to complete the said work within
335 calendar days,
for the followin/gg bid/prices:
BASE BID: �Luo /�/i��+�. Qn.,C` Trv�/ �i� �/ vr"'�►.•
' ae
vv Dollars ($ '
Alternate Bid Items: The following Alternate bid Items are
submitted in accordance with the Contract Documents:
a0
Alternate
No.
1:
Delete
sprinkler system
Deduct
$ zgqtv0
Alternate
No.
2A:
Delete
gate operators
Deduct
$ 0490
o•
Alternate
No.
2B:
Delete
chain link fencing
Deduct
$ 45? $ 4oD
and gates
Alternate
No.
3:
Delete
Utility/Engineering
Deduct
t!
$ Ov0
medial
bin structure
•e
Alternate
No.
4:
Delete
fuel island canopy
Deduct
$�_4Oot7
structure
N
CALDWELL—McKNIGHT
CONSTRUCTION COMPANY. INC.
Alternate No. 5:
Delete Utility/Engineering Deduct
$ $ DOD
shed
dr
Alternate No. 6:
Provide wall covering in lieu Add
$ OmD
of painted walls
Alternate No. 7:
Provide engineered fuel island Deduct
$ 7 amo .�
canopy structure in lieu of base
bid fuel island canopy structure.
Alternate No. 8:
Provide smooth scored block Deduct
$ 4900
in lieu of split faced
scored block.
There is enclosed a Bid Bond in the amount of not less than
five percent (5%) of the Base Bid, as a guarantee for the
purpose set out in your Instructions to Bidders.
The Bidder hereby agrees that:
a) The above Base Bid shall remain in full force and effect
for a period of sixty (60) calendar days after the time of
the opening of this bid and that the bidder will not revoke
or cancel this bid or withdraw from the competition within
sixty (60) calendar days.
b) In the event the contract is awarded to this Bidder,
he will enter into a formal written Agreement with the Owner,
in accordance with the accepted bid within ten (10) calendar
days after said contract is submitted to him and will furnish
to the Owner a Performance Bond and Labor and material Payment
Bond, AIA Document A312, with good and sufficient sureties,
satisfactory to the Owner, in the amount of 100% of the accepted
bid. The Bidder further agrees that in the event of the
Bidder's default or breach of any of the agreements of this
bid, the said bid deposit shall be forfeited as liquidated
damages.
Acknowledgement is hereby made of receipt of the following
addenda issued during the bidding period.
Addendum No. 1 Dated June 18, 1990
Addendum No. 2 Dated June_26_, 1990_
Cald - gKni ru tion Co , Inc.
D. F. McKnight - President
Dated this 28th day of June, 1990.
I
n
CONSTRUCTION MANAGEMENT SERVICES, INC.
�-
10 Fairway Drive • Suite 301 • Deerfield Be** Florida 33441 & 3050481-1611 • FAX 305.427-3142 of 8'
Mr. Michael Couxzo, Director
July b, 199e �c,
Tamarac Public Works
Tamarac, Fla. 33321
Res public Service Administrative Complex
Dear Mike:
As you ere aware, the above project was publicly laid on June 26,
1990. The results of said bid indicate that Caldwell McKnight
Construction Co. Inc. is the apparent low bidder.
Since that time, we have finalized the contract amount (based on
alternates) with Caldwell McKnight and are now advising you that
the contract amount is t2,127,900.
We therefore recommend that the City enter into a Contract with
Caldwell McKnight for the )AMP sum indicated above and request
that this item be include:! on the next Council agenda for formal
approval.
In addition, we are in the process of finalizing the Contract
Documents which will be submitted to the City prior to the
Council meeting for the appropriate signatures after Councils
approval.
Should you have any questions
not hesitate to contact me.
Resp ti." yours,
K.A.P. Emery
President
KAPE/djb
cc: J. Kelly
concerning this matter, please do
Quantity Surveyors -Construction Managers