HomeMy WebLinkAboutCity of Tamarac Resolution R-85-2721
2
3
4
5',
Introduced byQ
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R - 9.5 -,e7�
A RESOLUTION AWARDING A BID FOR
TAMARAC-PUBLIC WORKS FACILITY -FUEL STORAGE
FACILITY -OVERFLOW PROTECTION AND MONITORING
NSTALLATION BID #85-29
Temp.# 3753
b L,r,LL I
WHEREAS, The City Council authorized the Administration
8 o go to bid at its meeting on July 24 198 5 , pnd,
9 WHEREAS, bids were advertisied in the Fort Lauderdale News
10 a newspaper of general circulation in Broward County on August 9
11 and August 16 , 198 5 , and
12 Whereas, bids were opened on August 26 198 5, and
13 Whereas, Sanchez Petroleum Equipment, Inc. is the
14 lowest fully responsive and responsible bidder.
15 NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY
16 DF TAMARAC, FLORIDA:
17 SECTION 1: That the bid of Sanchez Petroleum Equipment,Inc
18
20
21
22
23
the amount of $6,200.00 , is hereby approved.
SECTION 2: This Resolution shall become effective
ediately upon adoption.
ASSED, ADOPTED AND APPROVED this //Z&
198 5
24
25
26
27
TTEST:
28
29 d
kg'ST. CITY CLERK
3b
HEREBY CERTIFY that I have
1approved the form and correctness
f this RESOLU ON.
,2
33 ,,, ,,,.,
34
35
36
MAYO
RECORD OF COUNCIL VOTE
MAYOR:
KRAVITZ
DIST 4:
C/M STEIN
DIST 3:
C/M GOT TESMAN
DIST 2:
C/M MUNITZ
DIST 1:
V/M MASSARO
CITY OF TAMARAC
❑ Fixed price bid
❑ Request for Proposal
TRIO N0: 8 5 - 2 9 (This is not an order)
(All blanks must be filled in)
CMM(S) REQUIRED:
DATE:
PAGE NO.: 1 ° f 2
V-m1r:1t1A'• coo
TAMARAC - PUBLIC WORKS FACILITY - Fuel Storage Facility -
protect' 4210
USING ACTIVITY:
11ihl i t- Works Ayer: Michael R. Couzzo, Jr. 4%one (305) 722 #9=
BIDS MUST BE S(1BMRTED ON BEFORE 0 P.M. S�« August 26, 1985
En Sbndard Time or Eastern Standard DaMight Bearings TWO as applicable. The official W" shall be ssrecorded
anach*9 thethe datte/ ime
lRecording Clock in t o City Clark's Office, IN will be the sole rasponablity of the bidder to snowill "t his Proposal�
City
'Cleric, City of Tamarac on or before closing hour and date shown above.
Tt* Legal _ tlorts, Addendun+s, and any
.ache pertinent form a part this na�Poeal � by �f � �t ^Mefi� s� hen/of�itiona. $pe�clRca
ANTI -COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared his bid with other bidders and has not
colluded with any other bidder or parties to a bid whatever. (NOTE No premiums, rebates of gratuities permitted either with, prior to, or arter any
delivery of materials. Any such violation will result in the cancellation and/or return of materiala (as applicable) and the removal from B10 Listlsl
TOTHE PURCHASING OFFICER OF THE CTI OF TAMARAC: We 0). the below signed hereby agree tofurnish the following articles) or service(s)
at the prices) and terms slated subiect to all instructions, conditions, specifications, and all attachments hereto. We (I) have read all attachments
including the specifications and tufty understand what is required (By submitting this signed proposal, we p) eicially accept a contract ri approved
by the le orlaudi suchacceptance
OPPtancet Coy Auditors a" applWaN nd businaWsss1ortioi+►�t�j records peMnent tend we a)a rereby sulting order or acntract )ree that we will e
�►altable for audit !o apPrnPrV
tAII pdoes to be quoted F.O.B., Buyers Destination Tamarac, Florida (Delivered at the applicable City address indicated onthe Purchase Order)
FAILURE TO OUOTE: if you �� may to roeas return
from our bid quotation mailing list.
to reason thereon and request that your name be retained on our
Mmailing list, otherwise. your
Bids are firm for acceptance within W days after bid opening date—.� YeS--�--no -w Other.
TERMS: % . ,—Days or by ��4�- of Month (To apPy on date of delivery and
aceptance of material.)
if awarded ALL ITEMS BID HEREIN (when spplicsbie), an additional DISCOUNT OF ti� ti
.is offered in addition to any terms offered above.
IDEIJVERY: ) calendar days after receipt of Purchase Order (City reasnrss the right to consider
delivery time as a vital consideration when making or recommending award).
�YARIANCE$: stars cirri variations to apecllicationa, tarrrrend/or vondltior>< rn Ir# r�aCe or refsranns herein so variamms contained on other pages of this
Proposal Form or in any bid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PART OF THE
BID SUBMITTED UNLfcSS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUTAN. NO SEPARATE
OR ACCOMPANYING DOCUMENTS OR Lf: rTERS wu.L BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED BID, AND THE CITY WILL NOT BE BOUND IN
VANYMANNER WHATSOEVERBYANYVARIATION OREXCEPTION ORLIMITATIONNOT SPECIFICALLYLISTEDWITHINTHE BID DOCLUENTS.ALLPRICI S
WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TADS SPECIFIC EXCEPTION THERETO
AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFEREN= IN THIS COLUMN. M no sdlanrrA M oantarned in to apace, it Is hereby
rmplred that your bid aompliaa with Vie full some of this Bid Invtfatron.
M Purchase Order Payment or Future bids are to be mailed to other than proposers address shown below, please complete the
following:
Mail Purchase Order to: Mall Payment to: Mail Bide to:
Telephone No.: 3�'� ��S^ - S~ w/Area Cade
PROPOSAL SUBMI I I BY:
NAME (Printed): � i � Tiffe: L � S
1 tared Tar In mu, ��
CompanyAlas Reo4
.
Address: 34� u� ✓! /.-'i r f�� E 3
SIGNATURE:
Telephone No.: ram'.
DATE:��rC` Indicate Which: Corporation:
., -
Enclosed RNemwes Applicable to Propaaal: Partnership:
kwftation To Bid - F1
Index of General Provisions Cimuses - F2
General Provisions - F3
Rietain one copy for your files)
:BIDDERS MOTE: Both sides of this Form require sgneture.
a.=
Individual:
Other:
SPECIFICATIONS AND BID SCHEDULE
99
Invitation To Bid Bid N . —
Date
CITY OF TAMARAC
6811 N.W. Bath Avenue Page No. 2 of 2
Tamarac, Florida 33321
All prices to be quoted F.Q.B. Tamarac, Florida, Delivered and unloaded at applicable city destination as indicated b•)iow.
The following special conditions (if checked) apply to this bid.
1_....I BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, a certified check or bid
L�..l bond in the amount of five (5) per cent of the bid, which shall be forfeited to the City in the event the Bidder, to whom the business is
awarded, shall fail or refuse to oomph with the specifications of the bid. Checks will be retumad promptly to unsuccessful Bidders
after award of bid. Failure to submit this bid bond with the bid could cause ro}ection of the bid.
1' Y 1 PERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to furnish bonds covering the
LJ .faithful performance of the contract and the payment of all obligations arising thereunder in such form and amount as the City may
prescribe and with such sureties secured through the Bidder's usual sources as may be agreeable to the parties, tt such bonds are
stipulated, the premiums shalt be paid by the Bidder. The Bidder shall deliver the required bonds to the City not later than the date
of execution of the contract.
QUANTITY
DESCRIPTION
UNIT PRICE I EXTENDED PRICE
4 * to furnish all materials and labor to install 7z/�-v Cie,,������•et
(4) four 2" fuel monitoring wells, to include °
drilling and pea rock.
4 * to furnish all materials and labor to install �p actor �yyQn(
(4) four, O P W #233 V M S overfill protection
devices.
All work is to be performed in accordance
within the attached drawings - sheets
#1-4, D-G-1 and 2, prepared by James
M. Montgomery, Consulting Engineers, Inc.
Deliver To
Am
1
I
Bidders SiSnature Date � e26 J
Title
Company Name
Address
BIDDERS NOTE: Both Sides of this form require sip wWre.