HomeMy WebLinkAboutCity of Tamarac Resolution R-85-276� I
1
2
3
4
5
6
7
8
9
10
11
12
13 1
14
15
16
20
21
22
23
F12
"r4-V
26
27
28
29
30
31
32
04
34
Introduced by: V M Massaro Temp. Reso. #3758
Rev. 9/10/85
Rev. 9/11/85
CITY OP TAMARAC, FLORIDA
RESOLUTION NO. R-85-276
A RESOLUTION AWARDING A BID FOR TURNPIKE UTIL-
ITIES RELOCATION, TAMARAC UTILITIES WEST PRO-
JECT #84-09 BID #85-28 AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the City Council authorized the Administration
to go to bid at its meeting on June 12, 1985, and,
WHEREAS, bids were advertised in the Fort Lauderdale News
a newspaper of general circulation in Broward County on July 27
and August 3 & 10, 1985, and
WHEREAS, bads were opened on August 15, 1985, and
WHEREAS, the City Council wishes to reject all bids re-
ceived for bid item #1 upon the recommendation of the City
Engineer/Utilities Director in his memo of August 30, 1985
#E 885-774, and
WHEREAS, Lanzo Corporation is the lowest fully responsive
and responsible bidder for bid item #2.
-NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF
TAMARAC, FLORIDA:
SECTION 1: That all bids submitted for bid item #1 are
hereby rejected.
SECTION 2: That the bid of Lanzo Corporation in the
amount of $40,000.00 for bid item #2, is hereby approved.
SECTION 3: The appropriate City officials are author-
ized to execute any and all contracts required in connection
with this bid award.
SECTION 4: This Resolution shall become effective
immediately upon adoption.
PASSED, ADOPTED AND APPROVED this//-' day of
1985.
ATTEST:
ASSISTANT CITY CLERK
I HEREBY CERTIF
approved the fo
nes,9-of this ROE
othat I have
m and correct--
OLUTION.
•
MAYOR
RECORD OF COUNCIL VOTE
MAYOR: KRAVITZ
DI$T 4: C/M STEIN
DIST 3: C/M- GOTTESMAN
DIST 2: _C/MMMUNITZ
1 DIST 1: V/M MASSARO
1y 1
1�
V 65p.
PROPOSAL
ID FORM)
Proposal of Lanzo Construction Corq:>any, Florida
Contractor's Name
1900 N.W. 44th. street, Ponpano Beach, Florida 33064
Address
to furnish and deliver all materials and to do and perform all work in
accordance with the Contract Documents for the Project entitled:
Turnpike Utility Relocation
City of Tamarac
Engineer's Project No. 1710-22
TO: City of Tamarac
5811 Northwest 88th Avenue
Tamarac, Florida 33321
1. The undersigned BIDDER proposes and agrees, if. this Bid is 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.
2. BIDDER accepts all of the terms and
conditions of the Instructions to
Bidders, including without limitation
those dealing with the disposition
of Bid Security. This Bid will remain
open for sixty days after the day
of Bid opening. BIDDER will sign the
Agreement and submit the Contract
Security and other documents required
by the Contract Documents within
fifteen days after the date of OWNER's
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:
]late
Number
None
(receipt of all of which is hereby acknowledged) and also copies of
the Advertisement or Notice to Contractors and the Instructions to
Bidders;
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.
P-1
254e/165P/042585
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,
organization or corporation; BIDDER has not directly or indirectly
induced or solicited any other Bidder to submitfalse omr ur as
Bid; BIDDER has not solicited or induced any person,
corporation torefrain
afor himself any advantageDovera
sought
otherBidder
collusion to
or over OWNER.
4. BIDDER hereby acknowledges and agrees that up to the time of Notice to
proceed, the OWNER shall maintain the right to terminate the construction
of Item No. 1 as follows below without monetary compensation to the
BIDDER or expense to the OWNER.
5. BIDDER will complete the Work for the following price(s):
SCHEDULE OF BID PRICES
ITEM TOTAL COST
NO. DESCRIPTION
1 For selling, delivering and performing all work
including the provision of all tools, labor,
materials, equipment, incidentals, indemnification
to Owner and Engineer, performance and payment
bonds and any appurtenances necessary to complete
in accordance with the plans
and
certificationoo�thes�
the installation, testing and
encased 8-inch diameter D.I.P. sewage force main.
Ninety One 'Thousand Four Hundred Dollars
anc, en y ive________________
_ -- Cents
2 For selling, delivering and performing all work
including the provision of all tools, labor,
materials, equipment, {r�cidentals, indemnification
to Owner and Engineer, performance and payment
bonds and any appurtenances necessary to complete
in accordance with the plans and contract documents,
the installation, testing and certification of the
encased 12-inch diameter D.I.P. water main.
Forty Thousand -------------------Dollars
No------------------------------ Cents
131,475.
TOTAL BID PRICE ...........................
TOTAL BID PRICE IN WORDS: d
Seventy Five Dollars and No Cents --------------
P-2
254e/165P/042585
Ll
S. BIDDER agrees that the Work will be substantially completed within 120
calendar days after the date when the Contract Time commences to run, and
completed within 140 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:
' Accompanying this Proposal is a cashier's check or bid band (5% of Total
Bid Price) for $ 5%_at bid payable to the 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 conerniug 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 LLqust 15 19 85
a. (If an individual, partnership, or non -incorporated organization)
Signature of Bidder
By
Address of Bidder
0
I
P-3
I254e/165P/042585
0
b. (If a corporation)
Signature of Bidder
By
Vice President
Title
Business Address 1900 N.W. 44th. Street
P2=o Beach Florida 33064
incorporated under the laws of the State of
P-4
254e/165P/042585
Florida
L�