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.