HomeMy WebLinkAboutCity of Tamarac Resolution R-91-032Temp. Reso. #5989
CITY OF TAMARAC, FLORIDA
= RESOLUTION NO. R-91-- c:��Z
A RESOLUTION AWARDING A BID TO RTC -MAN
INTERNATIONAL, INC., FOR REMOVAL AND
REPLACEMENT OF EXISTING EIGHT (8)-INCH
GRAVITY SEWER AND FURNISH AND INSTALL
TWO (2) NEW FORTY --EIGHT (48)-INCH DIAMETER
MANHOLES; TUE PROJECT 90-10A; BID NO. 90-
■ 37; AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, bids were advertised in the Fort Lauderdale
News/Sun Sentinel, a newspaper of general circulation in
Broward County, Florida, on Thursday, January 17, 1991 and
Thursday, January 24, 1991; and
WHEREAS, bids were opened on Thursday, January 31, 1991;
and
WHEREAS, Ric -Man International, Inc., is the lowest fully
responsive and responsible bidder.
NOW, THEREFORE, BE IT- RESOLVED BY THE COUNCIL OF THE CITY OF
TAMARAC, FLORIDA:
SECTION 1: That the.bid of Ric -Man International, Inc.,
in the amount of $18,911.00 for removal and replacement of
existing 8--inch gravity sewer and to furnish and install two
new 48-inch diameter manholes, TUE Project 90-10A, is HEREBY
APPROVED, with funding to come from Account #419-301-536-6QZ,
TUE Gravity Sewer Repairs.
SECTION 2: That the appropriate City officials are
hereby authorized to execute any and all contract documents
required in connection with the awarding of this bid.
SECTION 3: This Resolution shall become effective
immediately upon adoption.
PASSED, ADOPTED AND APPROVED this /25 day of ,
1991.
ATTEST:
az'e�
CAROL -A. EVANS
CITY CLERK
I HEREBY CERTIFY t I have
appro this Re of tion as to
for
ALAN F. RUF
CITY ATTORNEY
t::�M�ngmA'N ABRAMOWITZ
MAYOR
RECORD OF COUNCIL VOTE -
MAYOR ABRAMOWITZ �
1: 4"ikM RO iR
Da:; "F10 2: � 01M SCHR. MANN
DISTRe CT;3: VIM HOFFMAN
DIS'rRICT4: C/M BENDER
4-ti 1- 36) O
PROP O
To the City of Tamarac,
Inc
Pa. I� �teresatiar�al • .
CITY OF TAl4 MC FLORID]
Florida as the party of the first part.
Proposal Bade by
as party of the s
whose business address
part,
ate whether Bidder is an individual, a partnership or a
Station
corporation partners or
rtnershi or corporation give games of a1P Vice-president
�er►t - Denial C. M�
If a pn David A. Mancini, Pres
Officers Scott T . W� • Secretsry
_ der ,
.,_ ti--A Mancini
Accompanying this Proposal
Vice -President
is a bid security for
T 1
• Z �w-..-J -...
From CO. of 1e
nd
11nme of Surety
undersigned party of the second part, do hereby declare
The
1. examined the Contract Documents
that we have carefully
relating to the above eethedlocation of the work• matter and the work, an
have personally inspectedd
undersigned do hereby declare that we are the only
2. fte persons interested in the said bid; that it is
person or Pe connection with any person submitting
made without any
that the bid is
an bid for the same contract: fraud, or mental
respects fair and without collus on,
arson in
reservations; that no official of the Owner c any P.
to of the said is directly or indirectly which it
the employ lies of work to
relatinterested,riinsany portionioftthesprofits thereof.
reletse, o
undersigned do hereby offer and agree to furnish all
3. The dorm amd
materials to fully and faithfully construct, perform
acute all work in the above entitled mat erand to furnish
with
Specifications relating
with the Spa
0
P-1
n
, ,- 1,3,,?-
all labor, tools, implements, machinery, forms, transportation,
and materials necessary and proper for the said purpose at the
prices named below for the various items of work.
4. The undersigned do hereby declare that the prices so stated 41
cover all expenses of every kind incidental to the comple-.tion
• of said work and the Contract therefor, including all
claims that may arise through damages or other cause
whatsoever.
5. The undersigned do hereby declare that we shall make no claim
on account of any variation of the approximate esti-
mate in the quantities of work to be done, nor on account of
any misunderstanding or misconception of the nature of the work
to be done or the groundp or place where it is to be done.
6. The undersigned do hereby agree that we will execute a Contract
therefor, containing all the terms, conditions, provisions, and
covenants necessary to complete the work, according to the
Drawings and Specifications therefor, within ten (10) calendar
days after the award of the Contract and notification of the
acceptance of this proposal by the party of the first part, and
if we fail to execute said Contract within said period of time,
that the party of the first part shall have the power to
rescind said award and also retain for the Owner the bid
security accompanying his proposal which shall become forfeited
as liquidated damages.
7. The undersigned also declare and agree that we will complete
the work fully and in every respect on or before the time
specified in said Contract, and so authorised the party of the
first part in case of failure to complete the work within such
specified time to employ such men, equipment, and materials as
may be necessary for the proper completion of said work and to
deduct the cost therefor from the amount due under this
Contract.
8. The undersigned hereby agree that we will, at our own expense,
insure all persons employed by us in prosecuting
the work hereunder against accident as provided by the
Workmen's Compensation Law of the State.of Florida.
9. The price for the work shall be stated in both words and
figures in the appropriate place in the Proposed -form. in the
event that there is a discrepancy between the price written in
words and the price written in figures, the former shall
goverm.
P-2
0
f- _ - - _. h.z,, , 7. r q;: .,�., it � �y :w� • r"' Aiw
140
10
10
10. The undersigned bidder acknowledges receipt of Addenda as
listed below and agree that we will be bound by all addenda
whether or no listed herein.
Receipt of Addendum No. Date
No. Date
No. Date
No. Date
No. Date
No. Date
is hereby acknowledged.
Contractor c'M1Intermtional Inc
By '
Title President
Address 1851 N ROM1_ine Read
Beach. Florida 33064_ .
test
od, Secretary
License No. CUC044220
P-3
I
SCHEDULE OF PRICES BID*
PROPOSAL
REMOVAL AND REPLACEMENNT OF EXISTING
8" GRAVITY SEWER AND FURNISH AND
INSTALL TWO (Z) NEW 480 DIA. MANHOLES COMPLETE
CITY PROJECT NO. 90-10A
TAMARAC UTILITIES EAST
CITY OF TAMARAC, FLORIDA
*Notice To All Bidders
Bidder agrees that any unit«price listed is to be multiplied by
the approximate quantity requirements in order to arrive at the
total.
In the event of latent multiplication or addition errors, the
Bidder recognizes that these are clerical errors and may be
corrected by the Owner.
Item 'Estimated
No. Quantity Description Total
1 LUMP SUM Cofferdams and pumping
at the Lump Sum Price of:
Dollars and
tl.o Cents $ yal.-Ar
2 LUMP SUM1 Riprap and headwall at south
and of culvert as shown on
the contract drawings
at the Lump Sum Price of:
%7-- 9A%1 - Dollars and
a�
Cents„ 5
3 LUMP SUM Electric sewage by-pass pumping
from MH 19 to MH 18 for total
project at the lump sum price of:
Dollars and
_ Cents
P-4
•I
E
E
10
0
Item Estimated
No. Quantity Description-
4 Total
2 Each 480 Dia. reinforced concrete
manhole including base slab
and cast iron manhole frames
and covers at the unit price
per each manhole
Dollars and
92 ao
Cents ( $ )
5 40 L.F. Excavation and removal of
existing 8' VCP
at the unit price per
lineal foot of:
ilars an
4 •,�
e Cents ($ ) Yn
6 40 L.F. 8" M.J. Ductile iron pipe - Class 52
at the unit price per lineal
foot of:
Dollars and
Cents ($, pAS �. )
4 P-5
7.
4000 S.F. Bahia sodding at the unit
price per square foot of:
Dollars and
5 CCO
Cents ($—, )
TOTAL GROSS SUM BID
FOR ITEMS 1 THROUGH 7
Dollars and
Cents
(WRITTEN IN WORDS)
P-b
NOBHILLRD
1!0
(Figures)
•I