HomeMy WebLinkAboutCity of Tamarac Resolution R-85-2571
2
3
4
5
7
8
9
10
11
12
M NCR
14
15
16
17
18
20
21
22
23
24
25
26
27
28
29
Introduced by Lq Temp.# 3724
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R � 7
A RESOLUTION AWARDING A BID FOR
18-.INCH FORCE MAIN, TURNPIKE
CROSSING AND PUMP STATION
MODIFICATIONS - BID #85-27
WHEREAS, The City Council authorized the Administration
to go to -bid at its meeting on June 12 , 198 5 ,sand,
WHEREAS, bids were advertisied in the Fort Lauderdale News
a newspaper of general circulation in Broward County on June 18
and July 1 , 198 5 , and
Whereas, bids were opened on July 15 198 5, and
Whereas, Lanzo Construction Company is the
lowest fully responsive and responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY
OF TAMARAC, FLORIDA:
SECTION I: That the bid of Lanzo Construction Company
in the amount of $246,070.00 is hereby approved.
SECTION 2: This Resolution shall become effective
immediately upon adoption.
PASSED, ADOPTED AND APPROVED this 629 day of
19$ 5
ATTEST:
24'-"�f
ASST. CITY CLERK
I HEREBY CERTIFY that I have
approved the form/And correctness
of this RESOLUTIEN.
• ;.-0M
RECORD OF COUNCIL VOTE
MAYOR: KRAVITZ
FIST 4: C/M STEIN
DiST 2: C/fk�1
r,
DIST 1: V/M MASSARO
i
1710-23
PROPOSAL
(BID FORM)
Proposal of Lanzo Construction Co {Contractor)
Name
1900 N.W. 44th. Street, Pompano Beach, Florida 33067
res s
to furnish and deliver all materials and to do and perform all work in
accordance with the Contract Documents for the Project entitled:
18-Inch Force Main, Turnpike Crossing
and Pump Station Modifications
ftgineer's Project No. 1710-23
TO: City of Tamarac
5831 N.W. 88th Avenue
Tamarac, Florida 33321
1.
2.
The undersigned BIDDER proposes and agrees,. if this .Bid; is I accepted, to,
enter into'an Agreement with OWNER in the form included in the Contract
Documents to complete all Work as specified or indicated in the Contract
Documents for the Contract Price and within the Contract Time indicated in
this Bid and in accordance with the Contract Document.-.;
BIDDER allccepts a : of . ,the.` terms and. conditions of : the Instructions to
Bidders,` including^,wlthout limitation those dealing with the, disposition
of Bid Security, This Bid will remain open for sixty days.after the:day.'..
of Bid opening. BIDDER wilt .sign the Agreement and`submit.'the Contract
Security and other documents required by the Contract Documents within
fifteen days after the date of OWNER Ia Notice of award.;
3. In submitting this Bid, BIDDER represents, as more fully set forth in the
Agreement, that:
a. BIDDER has examined copies of all the Contract Documents and of the
following addenda:
Date
A10 W /
Number
(receipt of all of which is hereby acknowledged) and also copies of
the Advertisement or Notice to Contractors and the Instructions to
Bidders;
238e/174P/032985 P-1
1710-23
b. BIDDER has examined the site and locality where the Work is to be
performed, the legal requirements (federal, state and local laws,
ordinances, rules and regulations) and the conditions affecting cost,
progress or performance of the Work and has made such independent
investigations as BIDDER deems necessary.
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 a corporation
to refrain from bidding; and BIDDER has not sought by collusion to
obtain for himself any advantage over any other Bidder or over OWNER.
4. BIDDER Will complete the Work for the following price(s):
SCHEDULE OF BID PRICES
ITEM DESCRIPTION UNIT PRICE TOTAL BASED ON
EST.QUANTITY/UNIT ,..(WORDS) FIGURES) EST. QUANTITY
N0. PRICE WO„ _ ^
1 Selling, Delivering & Installing:
1,070 L.F. of 18-Inch Ductile
Iron Pipe Force Hain.
Price Per Linear Foot:
Dollar a,
o------�-_- --__-- - Cents $ 42. 4�,940
2 -Selling, Delivering & Installing
Material for.100 L.F. of Type 2
Foundation.
Price Per Linear Foot:
---------------------Dollars
------------- -----� _-- at
3 Selling, Delivering and Installing
Two Air. Relief Valves and Manholes
Price Per Valve:
_fie Thousand Six Hundred Dollars
Fifty- ----
No --------------------------- Cents
P-2
238e/174P/042985
1650. $ 3,300.
1
P.
ITEM
N0.
1710-23
SCHEDULE OF BID PRICES
DESCRIPTION UNIT PRICE TOTAL BASED ON
EST. UANTITY/UNIT PRICE (WORDS) FIGURES) EST. QUANTITY
4 Selling, Delivering & Installing
All Materials and Equipment for
Highway Crossing.
Lump Sum Price:
Thirty One Thousand -------- Dollars
No--- ------ ------------------- Gents
5 Selling, Delivering & Installing
All Materials and Equipment for
1 Canal Crossing.
Lump Sum.Price:
Thirty Thousand----------- Dollars
No ---------------------------Cents
b Selling, Delivering & Installing
5 C.Y. of Concrete Encasement
- Price Per Cubic Yard:
31,000. $ 31,000.
$ 30,000. $ 30,000.
Qne.Hundre ---= -------- Dollars
No- -- ----------Cents $ 100. 500.
si
l�fting, Delivering & Ins
rr`. A11.Materials for 1,210 L.F. of
Surface Restoration.
4.`.' Price Per Linear Foot:
-+wee ---------------------- Dollars
A
No-------------------------- Cents
8 Selling, Delivering & Installing
Materials and Equipment for
Modifications To Pump Station No. 3
Lump Sum Price:
AIM i-
-Fifty Thousand Live HunakWrs
No---------------------------gents
238e/174P/032985
,P-2.1
$ 3.50 $ 4,235._---
1710-23
SCHEDULE OF BID PRICES
ITEM DESCRIPTION UNIT PRICE TOTAL BASED ON
NO. EST. QUANTITY/UNIT PRICE (WORDS) FIGURES) w EST. QUANTITY
9 Selling, Delivering & Installing
Materials and Equipment for
Modifications To Pump Station No. 4
Lump Sum Price
Ni�C, TZ
Fifty 'fie Thousand Five HufiWars
No --------------------------- Cents $ $
10 Performance Bond Premium and
Consideration for Indemnification
to Owner and Engineer
Lump Sum Price:
ZeLvg Mousand Five HundrWlars
N-------------------------- Cents $ 12,500. �_ 12,500.
24(3r t7S' r
TOTAL BID PRICE ............... .
TOTAL BID PRICE IN FIORDS: Two Hundred Thous
I1
P-2.2
238e/174P/042985
11
1710-23
5. BIDDER agrees that the Work will be substantially completed within 100
calendar days after the date when the Contract Time commences to run, and
completed within 120 calendar days after the date when the Contract Time
commences to run.
BIDDER accepts the provisions of the Agreement as to liquidated damages in
the event of failure to complete the Work on time.
6. The undersigned agrees as follows;
.5-
Accompanying this Proposal is a cashier's check or bid bond (i9x of Total
Bid Price) for $ 5% of Bid payable to City of Tamarac which is to
be forfeited if, in the event that this Proposal is accepted, the
undersigned shall fail to execute the contract and furnish satisfactory
Contract Security under the conditions and within the time specified in
the Instructions to Bidders; otherwise, said cashier's check or bid bond
is to be returned as provided herein.
7. Communications conerning this Bid shall be addressed to the address of
BIDDER indicated below.
8. The terms used in this Bid which are defined in the General Conditions of
the Construction Contract included as part of the Contract Documents have
the meanings assigned to them in the General Conditions.
SUBMITTED on Jul 15 , 19 85
a. (If an individual, partnership, or non -incorporated organization)
Signature of Bidder
By
Address of Bidder
P-3
238e/174P/032985
1710-23
b. (If a corporation)
Signature of Bidder��
BY 'Alessandro
Name
Title
Business Address 1900 N.W. 44th. Street
P2E2Mo Beach F1. 33067
Incorporated under the laws of the State of Florida .
P-4
238e/174P/032985
12-
1
F1
1
PRINCIPAL MATERIAL MANUFACTURERS
1710-23
This proposal is being submitted by the hereinafter stated Contractot who
proposes to perform work specified herein and shown on the Plans. The Bid
Prices shown on the preceeding page(s) have been calculated and tabulated
using basic material prices. The following is a list of material
manufacturers whose materials said Contractor proposes to furnish if awarded a
Contract for the work specified herein and shown on the Plans. It is
understood that the following list is not complete but includes the names of
manufacturers of the principal components of said project. It is also
understood that if awarded a Contract, the Contractor will furnish the
materials of the manufacturers stated herein and that if for any reason
whatsoever the Contractor wishes to substitute material of another
manufacturer, he shall request permission in writing from the Engineer stating
fully the reasons for making such a request prior to ordering same.
1. Force main Pipe and Fittings: 4 M 14 / e A Al
2. Canal Crossing Structure: E n/ E /2 L R e-4S T
3. Impellers: s M i 7— H f L o V F L E S S
4. Motors:
fJ n/ M w o 1•✓ nl
5. Highway Crossing Casing: p Q E ^/ C,
238e/174P/042985
P-5
/2- 9s.,�s7
n
LAINZO
' CON5TRUCTION
COMPANY
BID #85-27
City of Tamarac
5811 N.W. 88th. Avenue
Tamarac, Florida 33321
Attn: Mr. Robert Foy
Rural Route 2, Box 904
Pompano Beach, FL 33067
(305) 979-0802
July 18, 1985
RE: Bid Proposal for 18" Force Main, Turnpike Crossing and
Pump Station Modifications
Engineer's Project No. 1710-23
Bid July 15, 1985
Dear Foy:
We accept the fact that our Item No. 7 on the above referenced
bid proposal, was $3.00. This will make the extended total for
that Item $3,630.00. The Grand Total is now $246,070. A
JD/rc
28135 Groesbeck Highway
Roseville, N 48066
(313) 775-7566
Y,
n (D'Alessandro
istant Secretary
iUL 181985 4t,
TppApR11C CIiY ENGINEER
5355 Mann Road, P.O. Box 1256
Winter Garden, FL 32787
(305) 877.6430