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