Loading...
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