Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-1975-039This - Introduced by��+.J �ni �- a 75 CITY OF TAMARAC, FLORIDA RESOLUTION NO. A RESOLUTION AWARDING A BID FOR DIQUAT WHEREAS, the City has heretofore advertised for bids for DIQUAT;and, WHEREAS, the Council is desirous of awarding the bid for such DIQUAT to the lowest and best bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION l: That the bid of -� a for DIQUAT, a copy of which is attached hereto and made a part hereof by reference, is hereby adopted. PASSED, ADOPTED AND APPROVED this �.L day of 1975. 7 MAYOR ATTEST: CITY 6LR RECORD OF COUNCIL VOTE I HEREBY CERTITY that I M - D. JOHNSON have approved the form and correctness of this RESOLU N. VM - 0. MCKER 1 � C/W E. LAND C/W H. MASSARO TY EY — C/M M. GLICKSMAN �. CITY OF TAMARAC ` GENERAL SERVICES DEPARTMENT z� TAMARAC, FLORIDA 33319 BID NO. 2-75-P`V 4 DATE February 3 1975 NOTICE TO BIDDERS (A) NOTICE IS HEREBY GIVEN that the City Council of the City of Tamarac, Florida A _ l by the City Clerk of is- advertising for sealed bids which will be' received � � : the Cityof Tamarac until 5: 00 P.M. February _., 197� whey will be opened and read publicly in the City Council Cha mbers, which is located at City Hall, Annex , 5200 Rock Island Road, Tamarac, Florida . INSTRUCTIONS TO BIDDERS 1. BIDDERS REPRESENTATION 1-1. Each bidder by making his bid represents that he has read and understands the bidding documents. 1-2. Each bidder by making his bid represents that he has visited the site and familiarized himself with the local conditions under which the Work is to be performed. 2. BIDDING PROCEDURES 2--1. It will be the sole responsibility of the bidder to deliver personally or mail his proposal to the office of the City Clerk, City Hall, on or before the closing hour and date shown above for receipt of bids: Evelope must be marked: SEALED PROPOSAL FOR DIQUAT CHEMICALS BE OPENED _. 10 A.1,'Z- , Eehruary.,,1,?,,,.,,..,._ . _..:_L5• 2-2. A bid is invalid if it has not been deposited. at the designated location prior to the time and date for receipt of bids in- dicated in the advertisement or Invitation -to -Baal. ` 2-3. All -bids must be prepared on forms provided by the City and submitted in accordance with the Instruction'To Bidders. 2-4. Bidders must submit proposals strictly in accordance with the following specifications. Each variance to the specifications, no matter how slight, must be specifically stated by the bidder in his proposal. r._ 2-5. Proposals are furnished to you in duplicate. One (1) copy is to be returned to the City and one (1) copy to be retained for your files. 3. PERFORMANCE BOND 3--1. The City shall have the right, prior to the execution of the contract, to require the bidder to furnish bonds covering the faithful performance of the contract and the payment of all obli- gations 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 stip- ulated, the premiums shall be paid by the bidder. The bidder shall deliver the required bonds to the City not later than the date of ex- ecution of the contract. 4. R.EJECTZON OF BIDS 4-1. The bidder acknowledges the right of the City to reject any or all like bids and to waive any informality or irregularity in any bid received. M. 6. 7. I. 9. 10. .GE RATES 5-1. Attention of Successful Bidder is directed to the provisions of .. �, Section.215.19. Florida Statues, with regard to rate of wages for - Laborers, Mechanics and Apprentices employed on Public Works. The rate of wages for the construction of the proposed work shall, not be- less than the prevailing rate of wages furnished by the Division of _- Labor and Employment Opportunities of the State of Florida. r 5-2 The schedule of" prevailing wages shall be posted and permanently main- tained throughout the"job in a secure,, protected, prominent place on the premises where the contract is being performed. The Succesful, B3.ddee shall mail to the Division of Labor and Employment Opportunities, Department of Commerce, in Tallahassee an affidavit certifying that such notice has beers, posted and is being maintained on such job, which affidavit shall be forwarded within ten (1.0) days of the commencement of work on the job and the posting of -such notice. Such affidavit shall contain information identifying the job, the contractor, or sub -contractor, the contracting authority, and the prevailing wage determination number applicable to such job. FLORIDA PRODUCTS AND LABOR =" 6-1.. The Successful Bidder's attention is called to Section 255.04, Florida Statutes, which require that on public building contracts, Florida pro- ducts and labor shall be used vherever ,price and quality are equal. DSS UALIFI:CATION OF BIDS _ 7-1. Any or all proposals will be rejected if.there is reason to believe that collusion exists among the Bidders and no participants in such collusion will be considered in future proposals for the same work. Proposals in which the prices obviously are unbalanced will be rejected. - ''. PERMITS z FEES AND NOTICES 8-1. The Successful Bidder shall secure and pay for all. permits, Covernmental fees and licenses necessary for the proper execution and completion of the work, which are -applicable at the time the bids are received. 8--2. The Successful Bidder shall give all notices and. comply with all law. ordinances, . rules, regulations and order of any public authority bearing on the performance of the Work. RESPONSIBILITY FOR THOSE PERFORMING THE WORK ' 9-1. The Successful Bidder shall be responsible to' the City for the acts and omissions of all his employees and all sub --contractors performing any of the work under a contract with the Successful Bidder. 9-2 The Successful Bidder at all times shall keep the premises free from ac- cumulation of waste materials or rubbish caused by his operation. . At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, equipment, machinery; and surplus materials and shall leave the area "broom Clean." INSURANCE 10--1. The Successful Bidder shall purchase and maintain Workmen's Compensation and applicable.necessary Liability and Property Insurance. • F '� 3 i �� na•.� . 1.. 'Y a.� �! ate. �}= �' = ' r- : Z g .••r , ., •� ..� Y!'i"` 3 ti'-i •.r??`�U:e�' • a w :»wwry �S .. JAL EMPLOYMENT OPPORTUNITY 11--1 The Successful. Bidder will not discriminate against any employee .- or applicant for employment because'of race, creed, color or national orgin. The Successful. Bidder will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race,creed, color, or national origin.. Such action shall include, but not be limited to the following w -' employment, upgrading, demotion, or transfer; recruitment advertising;layoff £e or rat selection"forrtraining includin d oentice hiarms Succcsful�Bidderda tees . te'es f pay r . g Pp= p • p i• . for to post in conspicuous places, available to employees and applicants forth employment, notices to be provided by the contracting officer setting the provisions of this non-discrimination clause. 12. GENERAL. INFORMATION 12--1, The City -of Tamarac is exempt, -from any takes imposed by State and/or Federal Government. Exemptidn certificates, if:requixed, are to be furnished by the Successful. Bidder and will be filled out by the City. 12--2. All proposals must be signed with the firm name and by an officer or employee having the authority to bind the company or firm by his sig- nature. PROPOSALS MUST BE SUBMITTED ON F6&-4S PROVIDED BY THE CITY. 12--3. QUOTE PRICES F. 0. B. TAMARAC, FLORIDA. Bids Suoting Rrices F. 0. B. Factory,with or without, Frei ht allowed and re aid to destination will not be considered. 12-4. Quote net prices after deducting trade discounts. Invoices submitted must agree therewith. - 12--5. All bidders must furnish unit prices with extended totals and total sum of bid. In the event of conflict between unit price and total, tlxa unit ems, wi.l.l be used in determining the successful bidder. Z, . 12--6. Indicate delive dates. THIS MAY BE A DETERMINING FACTOR IN THE AWARD OF THE BID. 12-7. All equipment or material shall be fully guaranteed by the bidder against factory defects. Any defects which may occur as a result of either faulty - -material, or workmanship within the period of the manufacturer's standard . warranty will be corrected without expense to the City of Tamarac. 12- 8. Bidder warrants by virtue of bidding that the prices quoted in his bid will remain farm from the date of bid opening until completion of delivery, including the interim period from bid opening to receipt of purchase order, which interim period shall not be less than sixty (60) days unless other wise stipulated by the bidder. 12-»9. All equipment must be new. This provision excludes surplus and used products. 12--10. The Successful Bidder shall agree to defend at his expense all suits alleging infringement on any United States patent by reason of the use or resale of any piece of material furnished user and will save purchaser harmless from all expense of defending -said suits and from all payments which may be assessed against the purchaser on account of such infringe- - meat. 12--71-. ACCEPTANCE OF MERCHANDISE: •All bidders upon submitting a proposal in accordance with the terms of these provisions and the specifications listed therein, warrant that the product to be supplied shall be manu- factured fully in accordance with the specifications. The City of Tamarac reserves the right -to delivery if, 'in the opinion of the City, the product does not meet the specifications 'listed herein. In the event of rejection the bidder will be required to pay all freight charges for init_.ai delivery and return. /---12. Any catalog or manufacturer's reference in this proposal. is descriptive but not restrictive. Unless so states, it is used only to indicate type and grade. Bids on other items of similar and equal quality may be con- sidered, provided the bidder states on the face of his proposal exactly what he intends to furnish,, otherwise, he shall be required to furnish the items as specified'on the proposal. THIS DOFS NOT APPLY TO ITEMS MARKED "DO NOT SUBSTITUTE."' 12-13. DEFAULT PROVISIONi xn case of.default by the bidder or contractor, the City of Tamarac may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess occasioned or incurred thereby. 12-14.. SIGNED BID CONSIDERED AN OFFER: This signed bid � all bereshal.lebeddeemed - an offer on the part of the bidder or contract , accepted upon approval by the City Council. of City of Tamarac. in case of a default on the part of the bidder or contractor: after such acceptance the. City of Tamarac may take such action as it -deems appropriate, including; legal action for damages or specific performance. 12.15., Fai-lvtre to comply with' all above instructions may result . in bid rejection- A k 1311) NU. 2--75-PW NAME OF VENDOR: MAILING ADDRESS: CITY -- STATE. -ZIP: TELEPHONE NO: PROPOSAL ��S!_LERN LLLL CFt_�EK_ E!10DU018 CO. NC. 2490 N.W. 418T. ST MI AMI . FLA. 60 21 AREA CODE __3142 I HEREBY CERTIFY that this bid is made without prior under.- standing, agreement, or connection with any corporation, fi_ri,i or person submitting a bid for the same materials, supplies, or equip ment, and is in all respects fain and without collusion or fraud. I agree to abide by all condi.-t.i.ons of this bid ancx ce]-i;i.fy that I am authorized to _igza for the -I)i.dder. E r' Autho��3,zed Signature (Maaiila i, Authorized Signature (Typed) Ti_tlo :fate BID NO. 2--75--PIV SPECIFICATIONS DIQUAT - PRODUCT (6,7 - DIHYDRODIPYRIDO) (1,2-a:2: 1-C) (PYRAZIDIINIUM DIBROMIDO) 35.3% and. contain 2 lbs• DIQUAT CATION PER GALLON as 3.73 lbs. salt per gallon ORTHO DIQUAT WEED KILLER BID PRICE FOR DIQUAT CHEMICALS MINIMUM OF .ONE YEAR FOR MINIMUM OF J 000 GALLONS DELIVERY TO BE IN 5 GALLON CONTAINERS Delivery date to be within(.' days after .award.. Bidder hereby agrees that Base Bid Price shall remain in full force and effect for a period of sixty (60) days after the time Of opening of this bid and that the Bidder will not revoke or. cancel this bid within the sixty (60) days. This product shall be delivered in five ( 5 The City Will purchase a minimum of 1000) gallon containers. minimum period of one ( ) 1 year gallons over a Bidder to state any additional changes or variations to the City's specifications, terms and conditions: