Loading...
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