Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-79-0321 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 . 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 10 Intrduced by: �� . ,(� �� Temp. Re so . 1190 CITY OF TAMARAC, FLORIDA. RESOLUTION NO. R- A RESOLUTION AWARDING A BID FOR COMPLETION OF FACILITIES, TAMARAC WEST FIRE STATION. WHEREAS, the City of Tamarac,has 'jeretofore advertised for bids for completion of facilities, Tamarac West Fire Station; and WHEREAS, the Council is desirous of awarding the bid for completion of facilities,Tamarac West Fire Station, to the lowest and best bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF ,THE CITY OF TAMARAC, FLORIDA: SECTION 1 : That the bid of Jqc k W . 3.42T in the amount of /�r 77 ,r' g , for the completion of facilities,'Tamarac West Fire Station, a copy of which is attached hereto and made a part hereof by reference is hereby APPROVED. PASSED, ADOPTED AND APPROVED this114 day of February,1979. ATTEST: RECORD OF COUNCIL VOTE MAYOR W. FALCK A S ' T TY CLERK VIM H. MASc)AR ; CIM H. WIENER I HEREBY CERTIFY that I have ap- C/M I.M. DISRAELLY proved the form and correctness CAWM. KCLC_J' of this RESOLUTION. --- CITY OF TAMARAC BID NO: 79-11 (ALL BLA,N ' I�iU BE FIL N) PROPOSAL FORM Err R-7q•3 WIGINAL COPY DATE: January 8, 1979 PAGE NO: 1 OF 1 (THIS IS I-T AN ORDEItT— ITENI(S) REQUIRED: COMPLETION .OF FACILITIES, TAMARAC WEST FIRE STATION PURCHASING DIVISION; 5811 N.W. 88th AVENUE, TAMARAC, FLA. 33321,(305)722-5900 BIDS MUST BE SUBMITTED ON OR BEFORE 3:00 P.M.` -;.# February 5, 1979 [_astern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official .ime shall be as recorded on the Date/Time Recording Clock in the City Clerk's Office. It will be the sole responsibility of the bidder to ensure that his proposal reaches the Office of the City Clerk, Tamarac City Hall on or before closing hour and date shoim above. The Legal Advertisement, Invitation -to -Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and/or any other pertinent document form a part of this proposal and by reference are made a part hereof. ANT I -COLLUSION STATEMENT: The below 'signed bidder has not divulged to, discussed or compared his bid with other bidders and has not colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities permitted either with, prior to, or after any delivery of materials. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from Bid List(s)). TO THE PURCHASING AGENT OF THE CITY. OF TAMARAC: Ife (I), the below signed hereby agree to furnish the following article(s) and/or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. {Ve (I) have read all attachments including the specifications and fully understand what is required. All prices to be quoted F.O.B., Tamarac, Florida (Delivered at the applicable City address indicated on the Supply Schedule) FEFc',iS: 2- Sot o Days or 4---96 Month (To apply on date of deliver) and acceptance of material). .f awarded ALL IT 4S BID HEREIN (when applicable), an additional DISCOUNT of N/A $ is offered in addition to any terms offered above. DELIVERY: calendar days after receipt of contract (City reserves the right to consider delivery time as a vital consideration when making or recommending award). VARIANCES: State any variations to specifications, terms, and/or conditions (or attach to your bid ro osal •)CD 3 we'rk of I I U wnY -; i Ha AflawC-u FOX pjr_Yw.4 y pUiv%mL L_owae►zOX-1 WirRy 7-iMAP, 7n•eu ?AIU 0ce,."1uC.T. e?ccr i:' 2i G►n E lec. R+� �r w►�aT .r ►/ 4 = wTe N v1 t)li• 1 ►of/1�Dt'D, o rCkf A-� is c 7°G prer BIDDERS ARE REQUESTED TO TAKE SPECIAL NO E OF "GENERAL CONDITIONS" PARAGRAPHS 32 and 33. If contract and/or Payment are to be mailed other than address shown below, please complete the following: (BY SIGNING THIS BID, BIDDER ACKNOWLEDGES THAT HE HAS PHYSICALLY INSPECTED THE LOCATION AND PREMISES SET FORTH IN THIS BID.) Mail Contract to: Mail Payment to: PROPOSAL SUBMITTED BY: tIAINIE (Printed) :JA,ck W DA�'� L �. y Title: OWN � � 1Zy pj y-) pU A i ompany Address: q aA� •W 2(7t'Coutr - SIGNATURE•ql,�Sk) DATE: -V� 2� Enclosed. References Applicable to Proposal: MCA( ��e►NGS �'i., 33ob6" Telephone No. 3 as- 152 - E31 g9— (Wit Area 3e� Indicate which: Corporation: Partnership: Individual: 1. Invitation to Bid (Form 1.04) 2. DRAWING DATED JAN. 2, 1979: WEST -FIRE -STATION 3. Supply Schedule (Form_106) Other: CITY OF TAMARAC 5811 N X 88 AVENUE TAMARAC, FLORIDA 33321 BID NO. 79-11 DATE JANUARY 89 1978 PAGE NO. 1 OF 1 All Prices to be Quoted F.O.B. Tamarac, Florida, Delivered and Unloaded at Applicable City Destination as Indicate elow Lem No. tit JUnit Description Unit Price Extended Pri 1 1 lot LABOR, EQUIPMENT, AND MATERIALS TO COMPLETE REST AREAS, SHOWER, TOILET FACILITIES AND DRYING.ROOM IN ACCORDANCE WITH CITY OF TAMARAC DRAWING DATED JANUARY 2, 1979; WEST FIRE STATION 5pACL Tb $E 7/ pl S 1jED) AS )PCR., 'piAp Awn Spcci F1e4r?dNs Liesr f nze 5TArior�;' r9gr�v i�2 /�R) flhu- 3 4..C-�Ic5 DE v�rzY TG ► H wA)1owE VA ±2nt For-0ey WA )J 4MA 2�i�P D�1ivt�2y�4 wgeH Oe 1 , ea y T) N W , b C= A DD E" 'ia '!:O�T'U Cr CAS-rAlum i')-- vM 'l�o-pe-5 Awe L W'-IbrAO-v /JUCfup ! BMr Ftcc MGtc �C��►N �ZG'� i3��S. A+.+b G�uvevT'iv►��� c,w iTcbkl I•�L WORK TO 8E PER ORMED ATs CITY OF TAMARAC FIRE HOUSE 7501 N ,W, 88th AVENUE TAMARAC, FLORIDA �/ S. 3041% �/'�f, 77s�q 2 Z L2 If IDDER'S MA ATE ,u tY2 / 00 t U) QUA (TITLE) {C0�iP W NAT n CITY OF TAMARAC.. FLORIDA PURCHASING DEPARTMENT CITY HALL INVITATION TO BID NOTICE TO BIDDERS: Sealed bids will be received until the time, and at the place, and or a items as fisted on the PROPOSAL FORM attached. The bids will be received in the office of the City Clerk, Tamarac City Hall, S811 N.W. 88th Avenue, Tamarac, Florida 33321, containing quotations for supplying the City with item(s) or services herein listed and as further specified. These bids will be publicly opened in the Council Chambers or other desig- nated area, in the presence of bidders and City officials. All bidders and the public are invited and encouraged to attend the bid opening. After tabulation and review and when re- quired, bids will be presented to the City Council for award of contract; such award to be made at a subsequent Council meeting. #W TO SUBMIT PROPOSAL: The (2) two bid sets marked "ORIGINAL" shall be submitted in --aled envelopes, mai a to the City Clerk, S811 N.W. 88th Avenue, Tamarac, Florida 33321, OR delivered to the City Clerk at Tamarac City Hall, S811 N.W. 88th Avenue, Tamarac, Florida, and plainly marked on the outside the BID NUMBER, IDENTIFICATION OF ITEM: YOU ARE BIDDING, AND TIME AND DATE OF BID OPENING. The (1) one -bid set marked "BIDDERS COPY" shall be retained by the bidder. It will be the sole responsibility of the bidder to ensure that his proposal reaches the Office of the City Clerk, City of Tamarac, on or before closing hour and date shown on Proposal Form attached. PURPOSE OF BID: The City of Tamarac intends to secure a source of supply for the above items or services) at the lowest price; early and satisfactory manufacture; and prompt and convenient shipment and service by the supplier to the City. Any failure on the part of the supplier to comply with the ensuing conditions and specifications shall be reason for termination of contract. The City reserves the right to make an award to the supplier where the product meets the specifications, terms, and conditions and where bid is con- sidered to best serve the City's interests. BIDDER PLEASE READ GENERAL CONDITIONS, INSTRUCTIONS TO BIDDERS AND INFORMATION FOR BIDDERS 1. SUBMISSION AND RECEIPT OF BIDS: a. Proposals, to receive consideration, must be received on or prior to the specified time of opening as designated in the proposal. b. Unless otherwise specified, bidders MUST use the proposal form furnished by the City. Failure to do so may cause bid to be rejected. Removal of any part of the bid proposal may invalidate the bid. c. Proposals having any erasures or corrections MUST be initialed by bidder in ink. Bids shall be signed in ink; all quotations must be typewritten or filled in with pen and ink. d. Separate proposals MUST be submitted on each bid reference number. 2. WARRANTIES FOR USAGE: IVhenever a bid is sought seeking a source of supply for a specified period of tune for materials or services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: Bidder warrants by virtue of bidding that prices, terms, and conditions quote 1n his bid will be firm for acceptance for a period of sixty (60) days from the date of'bid opening unless otherwise stated by the City. 4. DELIVERY POINT: . All items shall be delivered F.O.B. destination (i.e.. at a specific City of Tamarac address), and delivery costs and charges (if any) will be included in the bid price. Failure to do so may be cause for rejection of bid. S. CASH PAYMENT AND CASH DISCOUNT (TERMS) : Payment will be made ONLY after receipt and acceptance of materials services. Cas iscounts will be considered in determining the award. 6. BRAND NAMES: If and wherever in the specifications a brand name, make, name of any man�acturer, a trade name, or vendor catalog number is mentioned it is for the purpose of establishing a grade.or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR APPROVED EQUAL is added. However, if a product other than that specified is bid, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) bid. The City -shall be -the sole judge concerning the merits of bids submitted. 7. SAMPLES AND DEMONSTRATIONS: Evidence in the form of samples may be requested (when require if brandis other than specified. Such samples are to be furnished after the date of bid opening only upon request of the City unless otherwise stated in the bid pro- posal. If samples should be requested, such samples must be 'received by the City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unit(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request within thirty (30) days of bid award be returned at the bidder's expense. - - - -- — — — - GENERAL CONDITIONS 8. UALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 9. SIGNATURE REQUIRED: All quotations and proposals MUST be signed with the firm name and by an officer or employee having authority to bind the company or firm by his signature. 10. ACCEPTANCE OF MATERIAL: The material delivered under this proposal shall rema e property of the se er until a physical inspection and actual usage of this mat a] and/or services is made and thereafter accepted to the satisfaction of the City and comply with the terms herein, and be fully in accord with specifications and of the highest quality. In the event the material and/or services supplied to the City is four. to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product to seller at the sellers expense. 11. VARIATIONS TO SPECIFICATIONS: For purposes of evaluation, bidder MUST indicate any variances from our specs ications, terms and/or conditions, no matter how slight. If variations are not stated in the proposal, it will be assumed that the product or service fully complies with our specifications, terms,and conditions. 12. DELIVERY: Time will be of the essence for any orders placed as a result of this bic Purc aser reserves the right to cancel such orders, or any part thereof, without obliga- tions if delivery is not made at the time(s) specified on the proposal form. 13. DEFAULT PROVISION: In 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 costs occasioned or incurred thereby. 14. PRICING: Prices should be stated in units of quantity specified in the bidding speci- ic` ations. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. 15. PRICE CHANGES RE CONTRACTS (when applicable): If at any tune during the period of this contract, the City of Tamarac is able o t purchase the items and/or services at prices less than our contract price, the bidder shall meet these prices and in the event of his failure to do so, the City may uccessfu seek a new contract on the open market. 16. COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shippedor ordered as a result of this bid, and seller agrees to hold the purchaser harmless from any and all liability, loss, or expense occasioned by any such violation. 17. SAFETY STANDARDS: The bidder warrants that the product supplied to the City conforms in all respects to the standards set forth in -the Occupational Safety and Health Act of 1970 and its amendments and the failure to comply with this condition will be considered a breach of contract. 18. TAXES: The City of Tamarac is exempt from any taxes imposed by State and/or Federal Government. Exemption certificates certified on request. State sales tax exemption Certificate No. 04-00820-0016 applies, and appears on each Purchase Order. Federal Exemption Tax Number is 59-75-0022K. 19. FAILURE TO QUOTE: If you do not quote, please return quotation sheet, state reason t ereon, and request that your name be retained on our mailing list, otherwise, your name may be.removed from our bid mailing list. 20. ' WNUFACTURER'S CERTIFICATION: The City of Tamarac reserves the right to requ rom bidders separet- ate manu acturer certification of all statements made in the proposal. 21. SIGNED BID CONSIDERED AN OFFER: This signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Council -of the City of Tamarac and 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. Contract Award form PA-2 must be signed by the bidder, and shall not be deemed a binding contract until properly executed by the City of Tamarac. Pace 2 of 4 22. LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto City of Tamarac property to eliver materials or perform work or services as a result of bid award, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance when required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or his agent) or any person the bidder has designated in the completion of his contract as a result of his bid. 23. RESERVATIONS FOR REJECTION AND AWARD: The City of Tamarac reserves the right to accept or reject any or all bidsor parts of bids, to waive irregularities and technicalities, and to request rebids on the required materials. The City also reserves the right to award the contract on such material the City deems will best serve its interests. It further reserves the right to award the contract on a split order basis, dump sum, or individual item basis, or such combination as shall best serve the interest of the City unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variances will be made by appli- cable City Department personnel). In addition, the City reserves the right to cancel any contract by giving 30 days written notice. 24. SPECIFICATIONS: Any omissions of detail specifications stated herein that would render the materials/services from use as specified will not relieve the bidder from responsibility. 25. B I D ATTACHMENTS: A bid response to an invitation -to -bid which has attached a condition of sale or any other attachment which alters the specifications, conditions, terms, or makes it subordinate may be cause for rejection. 26. REJECTION OF BIDS: 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. 27. WAGE RATES: Attention of Successful Bidder is directed to the provisions of Section 15.1 , Florida Statutes, 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. The schedule of prevailing wages shall be posted and permanently maintained throughout the job in a secure, protected, prominent place on the premises where the contract is being performed. The Successful Bidder shall mail to the Division of Labor and Employment Opportunities, Department of Commerce, in Tallahassee an affidavit certi- fying that such notice has been posted and is being maintained on such job, which affidavit shall be forwarded within ten (10) days of the commencement of work on the job and the posting of such notice. Such affidavit shall contain information iden- tifying the job, the contractor, or sub -contractor, the contracting authority, and the prevailing wage determination number applicable to such job. 28. FLORIDA PRODUCTS AND LABOR: The Successful Bidder's attention is called to Section 255.04, Florida Statutes, which require that on public building contracts, Florida products and labor shall be used wherever price and quality are equal. 29. RESPONSIBILITY FOR THOSE PERFORMING THE WORK: The Successful Bidder shall be responsible to the City or t e acts and omission of all his employees and all sub- contractors performing any of the work under a contract with the Successful Bidder. 30. INSURANCE: The Successful Bidder shall purchase and maintain Workmen's Compensation and applicable necessary Liability and Property Insurance. 31. EQUAL EMPLOYMENT OPPORTUNITY: The Successful Bidder will not discriminate any employee or applicant or emp oyment because of race, creed, color or national origin. 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: employment, upgrading, demotion, or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship. The Successful Bidder agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. -. - - - - --..Page 3 of 4 ---- 32. PERFORIMANCE BONDS: 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 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 shall deliver the required bonds to the City not later than the date of execution of the contract. 33. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from L11 Bidders,, a certified check or i on in t e amount of five (5) per cent of the bid, which shall be forfeited to the City in the event the Bidder, to who the business is awarded, shall fail or refuse to comply with the specifications of th bid. Checks will be returned promptly to unsuccessful Bidders after award of bid. 4 of