Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-91-1523 2 3 1 f Temp. Reso. # 6120 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-91- A RESOLUTION AWARDING A BID FOR THE CONSTRUCTION OF TWO NEW WATER WELLS NO. 14 AND 15; TUW PROJECT 88-09 (RAW WATER WELLS 14 AND 15), BID NO. 91-06; AND PROVIDING AN EFFECTIVE DATE. ! WHEREAS, bids were advertised in the Fort Lauderdale 3� News/Sun Sentinel, a newspaper of general circulation in Broward 31 County, Florida, on Thursday, July 11, 1991 and Thursday, July 18, 33 1991; and 33 WHEREAS, bids were opened on Wednesday, July 31, 1991; 34 and 15 WHEREAS, Florida Design Irrigation, Inc., 1344 South 16 Killian Drive, Lake Park, Florida 33403, is the lowest fully 1'1 responsive and responsible bidder. 1B 39 NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF 2 AMARAC, FLORIDA: 2 SECTION 1: That the bid of Florida Design Irrigation, 22 Inc., 1344 South Killian Drive, Lake Park, Florida 33403, in the 23 amount of $199,141.00 for the construction of two new Water Wells 21 No. 14 and 15, TUW Project 88-09 (Raw Water Wells 14 and 15), Bid 25 No. 91-06, with funds from Account # 432-363-533-6NY, is HEREBY 26 APPROVED. 27 SECTION 2: That the City Council hereby waives the 2d irregularity of the low bidder to submit with his formal bid, a 29 cost and method of compliance with the Florida Trench Safety Act; 3D Section 553.60 ET. SED. , as required under. Page SGC-5 of the 31 bidding documents. 3. SECTION 3• Th t th C't C i7 h x 35 a e y ouric - ere ly accepts f l ux Ada esign Irrigation, Inc., Trench Safety Act Compliance, properly denoting a cost and method of compliance along with a letter dated August 6, 1991 stating that all costs related to the Trench Safety Act have been included in the low bid amount. 3 Temp. Reso. # 6120 2 3 4 SECTION 4: That the appropriate City officials are f hereby authorized to execute any and all contract documents in L connection with the awarding of the bid. -40 SECTION 5: This Resolution shall become effective mmediately upon adoption. .Zr-_1 PASSED, ADOPTED AND APPROVED this -Zg day of ,1991. T30 31 32 33 NORMAN ABRAMOWITZ 3� MAYOR _ ATTEST: -- 16 CAROL . EVANS CITY CLERK 17 RECORD OF COUNCIL VOTE I HEREBY CERTIFY at I have 18 approved s R oluti as MAYOR ASRA�/IDVNITZ to f - DISTRICT 1: (',JX9 KATZ DISTRICT 2: "�i4 I &IANN 21 ALAN F. OF DISTRICT 3: C,y, a,! faLASSER 27 CITY ATTORNEY DISTRICT 4: !/Ob��I aENDE.Fi 22 23 24 25 26 27 28 29 30 31 3. *! 35 <<-R-�I -Is�2, It L".VdLfQ W, 0 t: Q1 •: n: To the City of Tamarac Florida, as the party of the first part. Proposal made by Florida Design Irrigation, Inc. as party of the second part, whose business address is 1344 South Killian Drive Lake Park, FL. 33403 state whether Bidder is an individual, a partnership or a corporation Corporation - If a partnership or corporation, give names of all partners or officers Thanas H. Clzwhs, President - Tle.rnt Rind, Visa President - Elizabeth Clarke, Treasurer - PhQAp Mintzer, Secretary �u�q this Proposal is a bid security for 'yCa GyLL' 8 � .tter►� 5% of Bid 2. (nmbers) From Regency Insuranoe CcuPany Name of Surety 1. The undersigned party of the second part, do hereby declare that we have carefully exanUned the Contract Documents relating to the above entitled matter and the work, and have personally inspected the location of the work. 2. The undersigned do hereby declare that we are the only person or persons interested in the said bid; that the bid is in all respects fair and without collusion, fraud, or mental reservations; that no official of the owner or any person in the employ of the said is directly or indirectly interested in said bid or in the supplies of work to which it relates, or in any portion of the profits thereof. 3. The undersigned do hereby offer and agree to furnish all materials to fully and faithfully construct, perform and execute all work in the above entitled matter in accordance with the Specifications relating thereto, and to furnish all labor, tools, ircplements, machinery, forms, transportation, and materials necessary and proper for the said purpose at the prices named below for the various its of work. F-1 Amk:01-10-90 New Wells 9 SCHEDULE OF PRICES BID TAMARAC UTILITIES WEST NEW WATER SUPPLY WELLS NOS. 14 AND 15 CITY PROJECT NO. 88-9 CITY OF TAMARAC Item Estimated No. Quantity Descriotion 1 Lump Sum For Drilling Wells 14 and 15 for the lump sum price of boa F T 209 t6t! " 1 a ' "iNR Dollars and o Cents Allutmgnt Values (To Establish Unit Prices) Al 180 LF For Drilling Pilot Holes for the (per well) unit price per linear foot price of Adjustment Unit Price LJEVLw� Dollars and r40 Cents/LF $Ob /LF A2 105 LF For Drilling 18-inch Diameter Open Bore Holes for the unit price per liner foot of f0my Dollars and t a► µy Cents/LF $ �9 /LF 11 rf] 5 / - / .-� $q`� •cx:) Hwd:2659S/04-12-90 P-4 New Wells t I I 1 I I I • I tc —,� — 5/ — /S;2,(' Item Estimated Adjustment No• - n ity Uescription Unit Price Total 3 Lump Sum For Raw Water Piping for the lump sum price of T�-l�rt-rr OfaiE T4w5.cb r4oSrjr, r� 1� U.ICYLFG T 1�n.�Y"t 1.jo jDollars and o Cents $ 31-132 •ne 4 Lump Sum For Electrical Work for the lump sum price of �- c Dollars and Cents $� 5 Contingent For Testing Allowance for the contingent lump sum price of n --------------------- Dollars and NO _________________________ Cents $ 1,000,00 6 Lump Sum Consideration for Indemnification ` for the lump sum price of w i ----------------------Dollars and HQ--------------------------- Cents $ GRAND TOTAL BID FOR ITEMS 1 THRU 6 $ Hwd:26595/05-08-90 P-6 New Wells