Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-85-420All ti 1 2 3 4 5 is 9 10 11 12 13 Introduced by Temp.# 3918 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R Fj= V2,0 A RESOLUTION AWARDING A BID FOR 5-TON HYDRAULIC CRANE - BID #85-39 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 Laudeidale 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, Hydraulic Maintenance, Inc. is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY DF TAMARAC, FLORIDA: SECTION I: That the bid of hydraulic Maintenance,__ Inc. in the amount of $29,021.50 , is hereby approved. SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this 198 5 . ATTEST: CITY CLERK I HEREBY CERTIFY approved the form of this RESOLUTI 33 C Y TTOTFtY 34 35 36 f/ day of -ix OF COUNCIL VOTE � tt I have IuA'YOR: KRAVITZ rd correctness DIET 4: C�STFIN \ DIST 3: C/M Gt)TTF,MAly FIST V/M IAA SARO CITY OF TAMARAC r, 0 Fixed price bid `` GSo• '� ! 63' Request for ProposalIDATE: (This Is not an order) BID NO..8 5 ` 3 9 PAGE NO.: (All blanks must be filled in) h ITEM(S) REQUIRED: 5-Ton Hydraulic Crane OSING ACTIVITY: - utility West Buyer: William Greenwood :pie (305) 722.59M BIDS MUST BE SUBMITTED ON OR BEFORE 2 = 0 0 P.M. December 3 19 85 etTirne Clock in the CityClerk's Oftlboe-I wil� d e sole reesspoonalbiiity of the c'able This b dder to ensurer that his*ne PrOPa+t reaches the ll be as riocoirded Otte d�tthe City It= Cixk 'Cleric, Ctty of Tamarac an Of before dosing hour and date shown above. The Leal Advertisement, Invttat►ofrto-Bid, General Conditions. Instructions to Bidders, SWisl Conditions, ", Adderdums, and any .other pertinent document form a part of this proposal and by reference are made a part hereof. ANTI -COLLUSION STATEMENT: The beb"" signed bidder has not divulged to, discussed or compared his bid with other bidders and has not colluded wtth any other bidder or parties to a bid whatever. (NOTE. No premiums, rebates of gratuities permitted either with, pnor to, or Otte, any delivery of materials. Any such violation will result in to cancellation and/or return of materials (as applicable) and the removal from BId List(s) TOTHE PURCHASING OFFICER OF THE CITY OF TAMARAC: We (1),the below signed hereby agree tofumish the following Orticle(s) or sennceis) .at the price(s) and terms stated subject to all instructions, conditions, cifi �tions, and all attachments hereto. We (1) have read aU attachments including the spectnccations and fully understand what is required mittin this signed proposal, we p) officially accept a Contract d aporoved by the City and such acceptance covers Aud6ttQtm IM WP1`�: busiinneesss or t nYwr Claw I records perundint to)a hereby r autUnprwd. or cont►aci 1e �watlabh for audit to appropriate City G►n prices to be quoted F.O.B., Buyers Destination Tamarac, Florida (Delihvred at the applicable Ctty address indicated on" Purchase Order) sFAILURE TO OIJOTE: If you do not quote, please return quotation sheet, state reason thereon and request that your name be retained on our "iling list, otherwise, your name may be removed from our bid mailing list. Bids are firm for acceptance within 60 days after bid opening data Yes gyres no other. TERMS: r % Ten Days or by-== - = of Month (To apply on date of delivery and aceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF Rrone 76 Js offered in addition to any terms offered above. si:.: aye Vora re el ,t oa C iass�,�. LIVERY: calendar days a er receipt of Purchase Order (City reserves the right to consider VE delivery time as a vital consideration when making or recommending award). VARIANCES: State any van %or* to spectric b0ft. terrru aridjer CC, Idttiorhe in this "ale ar ,vf rrnos heroin an vanances OCntarned on ~gages of this PrDPosei Fom+ or in"bid attachment NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PAR' OF THE IND Sj8Mn7ED UNLESS SUCH VARLATION OR EXCEPTION IS USTED wrrHIN THE BID DOCU*.qENTS AND WFERENCED IN THIS COLUMN NOSEFARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBMrrTED BID. AND THE CITY WILL NOT BE BOUND IN AWMANNERWHATSOEVERBYANYVARIATIONOREXCEPTIONORUMITATIONNOTSPECIF►CALLYLISTEDWTTHINTHEINDDOCUMENTS ALLPRICES WLL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION W rHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN.11 no O'talsrtMrd IS CCO, rued in the soece. II a 11e1eDh� rmplied that your bid 6Gnhplie11 WIM the fill 1110IMP111 d the Bid NvJftt0n. " No Variances tt •If 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: Mail Payment to: Mail Bids to: telisphom t►b.: w/Area Code OPOSAL SUBMrTTED BY: ME (Printed):, J, M, _Stephens Tide: President Company.*,*wl Repts%red Tine in F JLU TZ; d .1' "Tnintemnnnr Address: 6400 N,1^4 , 84 th Ave, Mi ami � F l.. 33 i.56 SIGNATURE: -- � Telephone No.: 305 I ��A 1.1 '6-35 Enclosed References APPIkaWe W Pralpcsal: krvitabon To Bid - Ft ttrdex of General Provisions Clauses -F2 General Provisions - F2 Mdicate Which: Corporation: Partnership. Individual: Other: x (Retain one copy for your Ales) -BIDDERS NOTE: Bath Ogees of this Form require slgr+sttrre: . SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No Date 85--39 -.tTY OF TAMARAC Al I N.W. BBth Avenue Page No. of "amarac, Florida 33321 Ail prices to be Quoted F.O.B. Tamarac, Fk>rlda, Delivered and unloaded at applicable city destination as Indicated below. The following special conditions M checked) apply to this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, a certified cheek or bid 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 comply with the specifications of the bid. Checks will be retuned promptly to unsuccessful Bidders after award of bid. Failure to subrnft this bid bond with the bid could cause rejection of the bid. 0 PERFORMANCE BONDS: The City shalt prior to the excution of the contract, require the Bidder to famish bonds Covering the .faithful performance of the contract and the payment of all obligations arising thereurxier in such form and amount as the City may prescribe and wtth 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 shall deliver the required bonds to the City not later than the date of execution of the oontract. QUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE SPECIFICATIONS FOR One TRUCK -MOUNTED TELESCOPING CRANE V29.,021.50 29,021.50 Twenty -mine thousand twenty one dollars & fifty cent . Deliver To: A,M : The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment and specified options in accordance with the manufacturer's latest literature, a copy of which must accompany the bid along with any and all specifications necessary to verify that the unit either meets or exceeds each and every of the following: A. Crane Specifications Truck -mounted crane shall be that of National Series 200 or equal. All mounting, frame re-inforcing, plat- form body, counterweights, boom rest and freight shall be the responsi- bility of the crane dealer. 1. General Construction Low -Alley, high -tensile and other steel including T-1, Tri-Ten, stressproof and high yield combined with special low hydrogen welding where advantageous. All parts shall be factory painted. 2. Rotation 3900 non -continuous, rack and pinion with minimum 131,000 in/lb rotation force. All hydraulic with a minimum of moving parts and extra fine metering controls for precision swing control. 3. Controls a) Dual side, stand-up with operator platforms and foot accelerator, levers identical each side for crane c.. Bidders Signature ZiiDate .- Title F_^esIdent Company NameHydra:alic Maintenance: Inc. Address 6400 Td.i �4th Ave. i .2alli , F1. 33166 ao 11 BIDDERS NOTE: Both Was of this torn nquirs $10"lum.