HomeMy WebLinkAboutCity of Tamarac Resolution R-85-4181
2
3
4
5
18 1
Introduced by 9 117W�
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R - - 4//F
A RESOLUTION AWARDING A BID FOR
3-ELECTRONIC FLOW MONITORS AND HARDWARE FOR
3" and 10" PIPE, 1-PROCESSOR AND l- 8�" x
11" PAGE PRINTER BID #85-37
Temp.#391b
WHEREAS, The City Council authorized the Administration
to go to.bid at its meeting on November 13 198 5 and,
WHEREAS, bids were advertisied in the Fort Lauderdale News
a newspaper of general circulation in Broward County on November 23
and November 30 , 198 5 , and
Whereas, bids were opened on December 3 198 5, and
Whereas, Techni-Quip, Inc. 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 Techni-- ui
in the amount of $18,998.00 is hereby approved.
SECTION 2: This Resolution shall become effective
20 immediately upon adoption.
21 PASSED, ADOPTED AND APPROVED this day of
22
198 5
23
24
25
26
27
1.'=EST:
28
29
CITY CLERK
I HEREBY CERTIFY that I have
approved the form nd correctness
of this RESOLUTI �.
33 C Y TTO EY
734
35
36
tn�Y t
RECORD OF COUNCIL VOTE
MAYOR: KRAVITZ
ezel-
DIST 4: C/M STEIN
617
[)IST 2: C001 F?;IJ NI I i Z
i:'Y'i�T 1: V/M MA,'SARO
" CITY OF TAMARAC
❑ Fixed price bid `` e7U`
d Request for Proposal IDATE:
8 5- 3 7 (This is not an order) PAGE NO.: ^' ^ N r ' I
BID NO:�
(All blanks must be filled in)
S) REQUIRED' 3--Electronic Flow Monitors and Hardward for 8" and 1.0"'
IYEM(' 4
Pipe, 1—Processor and 1-- 8 x Jill Page Printer
USING ACTIVITY
Video & Sealingf -,- William Greenwood phone (305) 722.59M
MUST SE SUBMITED TON OR BEFORE
2:00 P.M. ecember 3, 1985
F"em Standard Time or Eastem Su ndard Olryl19M SavhP Tw* as applicable. The oRiow time ahsll be as recorded yes the OfIKe ottthe City
Fleoording Clock In the City Clsrk's Office. it will be the We responsibility of tie bidder to ensure that his proposal
'Clerk, City of Tamarac Dn or before dosing four and date shown abase.
t to Bidden, Special Conditions, SpWMcatiaa, Addendums. and any
The � Ar;fvartiaement, Ir+vttatiarrtO$id, Gertarel Condltions, Irgltrvctions
.Other pertinent document form a part of this proposal and by raferenoe are made a part hereof.
ed or
ed his bid w"
rs and
not
oAlimolludedOwtth anyotherJotheAbidde� parts ; Thes to bidelow dwwha whatever. (NOTE N P r has not divulged
rebates of grWilliesrpermitted either will)
Dpnocto. or afters y
11 result in the canand/or cancellation aor ratum of materials (as &I plicable) and the removal from Bid List(s)delivery of materials. Any such violation w1
TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC, We 0). the below signed hereby agree tofumish the following article(s) or service(s)
at the price(s) and terms stated subiect to all instructions, conditions, specifications, and all attachments hereto We (1) have read all attachments
including the apCtlftGations and fully understand what is required (By submitting this signed proposal. we (I) officially aCCePl a contract H approved
Pr SRI.
by he City
ble f and
"hi, audit acceaPP anc Cth Auditorsarty applicable businn6ascopyers all the temis. conditions, and lW f nr► wUl S Of lareaords pertinent toopo, and we )a nr sutyb'rig order or contract that we will )e
1
GB prices to be quoted F.O.B.. Buyers Destination Tamarac, Florida (Delivered at the applicable Clly address indicated antfte Purchase Orde+.)
,FAILURE TO QUOTE: It you do not quote, please return quotation sheet, state reason thereon and request that your name be retained on our
"fling list, otherwise, your name may be removed from Dun bid malting list.
Bids are firm for acceptance within 60 days after bid opening data ZXXXX fires no .other.
TERMS: _9-Q - -
-Balance within 10 days of receipt of written re
% .... o.� — Days or by �_� Of Month (To
amty on date of delivery and
oppptance of material.)
awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF %
offered In addition to arty terms offered above.
DELIVERY: r,calendar days after receipt of Purchase Order (City reserves the right to consider
delivery time as a vital consideration when making or recommending award).
r pages 0! this
�prDw"'VARIANCES;rin�bid ftichrnilmt40VIRIATION5 EXC/oroondE T)ONNSBYYAoM BIDDDERRWLLBE� IDEREDORWILLBEsD�1EDTOBE�P 97OFTHE
BMITTEDUNLESSSUCHVARIATIONOREXCEPTIONISLISTEDWITHINT►EBID DOCLMrfENTSAND REFERENCEDINTHIS COLUMN NDSEpARATN
BID OR AGCOMQANYtNG DOCUMENTS OR SWILL BE CONSIDERED AS INCLIAED WITHIN A SLOW 1 1 BID. AND Thy CrrY WILL NOT BE BDUND IN
OR AGCOMPA"NG MANNER DOCUMENTSOEVER By ORVARIATIONLETT-tSWl L B EpTION ORUMITAT10N NOT SpECIF1CALl.YUSTED WITHIN THE BID DOCUMENTS ALLRRICES
AMYL BE CONSIDERED A5 FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO
AND USTS SUCH EXCEPTION FDA T THE BID DOCUMENTS AND REFERENCED IN THIS C UJMN. M no ��rri Is 001d�"� I^ Ge.1t rs I+s�eAy
fnpi*d pit your bid comvhes with the lull wove of sere aid kMtat0n.
No exceptions or variances.- bid per spec. See attached itemization
of items provided.
•S purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the
following:
"Mail Purchase Order to: Mall payment to: Mail Bids to:
Marsh-McBirney, Inc. Marsh-McBirney, Inc. Marsh-McBirney, Inc.
c1P RSn; r-3:nUpmont f; yrle
Gaithersburg, MD 20877 Gaithersburg, MD 20877 P. 0. Box 843
1epflaneMo"_ 13) 785_ .-w/AreaCade Palm Harbor, FL 33563
10POSAL SUBMITTED BY:
Title: President
NAME (Printed):
ComDawgAWlRa9KWadnWinPJW Techni- ui Inc. (Fla sales representative for MMI)
Address
p_ o. Box 843 Palm Harbor, FL 33563
SIGNATURE:
Telephone No., (813) 7 8 5- 4 9 0 4
DATE: 12 2 8 5 Indicate Which:
Enclosed ltaferences APPII to pirope"I:
kftritation To did - F1
Index of General Pravhioris pauses - F2
Ger►aral Provisions - F3
ptstain one copy for your 11"s)
-1 1DDERS NOTE: both sides of this Farm require sipr,atura:
Corporstion: XXXXXXXX
Pat, I.
Individual:
Qther:
SPECIFICATIONS AND BID SCHEDULE
Invitation To Bid
Bid No. 85-37
Dote
TY OF TAMARAC
01 N.W. Bath Avenue
IM C, Florida 33321
Ppe No. of
All prices to be quoted F.O.B.Tamarsc, Florida, Delivered and unloaded at applicable city destination as Indicated below.
The following special conditions (If ch*cked) apply to this bid.
j BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The C ty shall require from all Bidders, s certified check or bid
.JJ bond in the amount of five (5) per cent of the bid, which shalt be forfeited to the City in" event the Bidder, to whom the business is
awarded, shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptlyto unsuccessful Bidders
Oar sward of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. �
PERFORMANCE BONDS: The City shalt prior to the sxcution of the contract, require the Bidder to fumish bonds covering the
.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. If such bonds are
stipulated, the premiums shall be paid by the Bidder. The Bidder shalt deliver the required bonds to the City not later than the date
of execution of the oontract. .
CUANTITY I DESCRIPTION
3 FlowmonitOrs and hardware for the monitorin
lof 8" and 10" pipe.
Portable Processor
1 1 Portable Printer
Deliver To
An
Manufacturer must supply all equipment and
peripherals necessary for a total Flow
Monitoring system as specified in this offer
This flow instrument must be capable of
utilizina the sensed velocity and level
information from the aforementioned sensors
and Rrovide the user with flow data based
on„the continuity equation Q (flow) = v
(mean velocity) x Area by the following
technique:
a. The local velocity signal obtained
from the sensor will be modified by
an empirical equation that relates
the sensed velocity to the mean
velocity taking into account the
sensed level signal and the pipe
diameter.
b. The level signal will generate an
equivalent area signal for the
partially filled pipe based upon
known relationships between water
height, pipe size, and area.
c. The supplied equipment must form
the product of the aforementioned
mean velocity signal and area
resulting in a flow signal based
upon the equation Q= v' x A.
Shall be designed to operate in conduits size
from six inches to 99 inches.
UNIT PRICE: I EXTENDED PRICE
18,998.00
Bidders Si ature Date 12 / 2 8!
Title President
Corr,psny Name Techni-Quip, Inc .
Address P. 0. Box 843
Palm Harbor FL 33563
BIDDERS NOTE: Both Sides of this form require tipnatuhe.
BID PACKAGE INCLUDES:
One HX-20 portable processor compatible with MMI Model 260
flowmeters (FLO-TOTE®). includes 5 length Data Interrogation
interface cable and supporting software. One processor serves
multiple sites. Includes executive FLO-TOTES program, portable
processor carrying case, one box of HX-20 printer paper (five
rolls), two data cassettes, two HX-20 printer ribbon cartridges,
and one set of instruction manuals (including standard operations
manual and programming support documentation).
Three Model 260 portable open -channel flowmeters (16K memory)
sealed in a PVC watertight housing with a velocity/level sensor
to provide flow data. Each unit includes 30' sensor cable,
6-volt primary battery, profiling adapter, and instruction
manual.
Three stainless steel individual sensor mounting bands for
8" diameter pipe.
Three stainless steel individual sensor mounting bands for
10" diameter pipe.
One RX-80 printer (8k x 11 sheet size) with HX-20 interface
card and interface cable.
One day training session, upon delivery of equipment, for
City of Tamarac personnel.
One day training session, thirty days after delivery of equipment,
to insure equipment is operated and maintained IAW manufacturer s
recommendations.
One written report to City, following second training session,
with observations regarding City operation and maintenance of the
MMI FLO-TOTE ® flowmeters.
BID
PACKAGE
DOES NOT INCLUDE THE FOLLOWING EXTRA/OPTIONS,
BUT
PRICES ARE
PROVIDED FOR YOUR INFORMATION:
Spare primary
battery for flowmeter ................
$
$
10.00
55.00
20'
length
interrogation cable ......................
for HX-20
$
18.00
One
package
(three each) data cassettes ...
$
6.00
One
box (five
rolls) paper for HX-20 processor.......
$
6.00
One
ribbon
cartridge for HX-20 processor ............
$
15.00
One
ribbon
cartridge for RX-20 printer ..............