Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-89-117Temp. Reso. #5409 1 2 3 4 5 1i 29 30 3 3 33 34 35 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-89- A RESOLUTION AWARDING A BID FOR THE CONSTRUCTION OF SEWAGE LIFT STATION #39, TAMARAC UTILITIES WEST, PROJECT 87-18, BID NO. 89-11; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County on March 10, 1989 and March 17, 1989; and WHEREAS, bids were opened on April 24, 1989; and WHEREAS, Utilities Services, Inc., 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 Utilities Services, Inc., in the amount of $71,743.37 for the Construction of Sewage Lift Station #39, Tamarac Utilities West, Project 87-18, with funds to be taken from Account #432-367--535-656, titled Sewer Services Rebuild Lift Stations, is HEREBY APPROVED. SECTION 2: That the appropriate City Officials are hereby authorized to execute any and all contract documents necessary in connection with awarding of this bid. SECTION 3: This Resolution shall become effective immediately upon adoption. vt- PASSED, ADOPTED AND APPROVED this day of 1989. ATTEST: CAR L A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RICHARD DOODY H CITY ATTORNEY "-J NORMAN A B R Z MAYOR RECORD v. -,oiACIL VOTE MAYOR ABRAMOWITZ .�f�—' e—. DISTRICT 1: C/M ROHR DISTRICT 2: UM STLZ�R DISTRICT 3: C/M HP MM A DISTRICT 4: V/M BENQER )( g7- // 7 iT+ PROPOSAL CITY OF„7AMARAC. FLORIDA To the City of Tamarac. Florida as the party of the first part. Proposal made by as party of the second part, whose business address Is _Pompano Beach., . 3,306g State whether Bidder Is an Individual, a partnership or a corporation Flnrida rnrnnratinn If a partnership or corporation, give names of all partners or off Icera Mandy - Mark me a-Pres. --Stephe Aubrecht V' -P Accompanying this Proposal Is a bid security for ! ) From Name of Surety �. The undersigned party of the second part, do hereby declare that we have carefully examined 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 It Is made without any Connection with any person submitting another bid for the same contract; 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 amd execute all work In the above entitled matter In accordance with the Speelflcatlons relating thereto. and to furnish P-1 it all labor, tools, Implements, machinery, forme. transportation. and materials necessary and proper for the said purpose at the prices named below for the various Items of work. i ,. The undersigned do hereby declare that the prices so stated 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. S. 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 grounds 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 Con- tract and notification of the acceptance of this proposal by the party of the first part, and If we fall to execute Bald 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 Ilquldated t damages. 7. The undersigned also declare and agree that we will com- plete the work fully and In every respect on or before the time specified In said Contract, and so authorized 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 Bald work and to deduct the cost therefor from the amount due under this Contract. a. 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 govern. P-2, K,19--117 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 r, No. Date No. Date No. Date No. Date No. Date Is hereby acknowledged. Contractor Utilities Services. Inc. By epn F. T IT+i� president Address 1940 NW 22nd Street Pompano Beach FL 33069 4 • Corporate Seal Attest: � L �tt License No. GC C045353 u P-3 12 R-S9- // 7 SCHEDULE OF PRICES BID* PROPOSAL FOR SEWAGE LIFT STATION NO. 39 CITY PROJECT NO. 07--18 TAMARAC UTILITIES WEST CITY OF TAMARAC �FLORIDA *Notice To All Sldders 4 Bidder agrees that any unit price Ilsted 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 Sldder recognizes that these are clerical errors and may be corrected by the Owner. Item Estimated No. Quantity Descrl tIon Total 1 Lump Sum Removal, disposal and replacement Of all flanged pate and Check valves In existing value vault at the lump sum price of: --ilr r Dollars and 4S 4s Cent (: BLS 2 Lump Sum Furnish and Install dual submersible pumps and motors. and all appurtenances. Including concrete wet well cover slab and hatch cover at the.lump sum price (of: A 4Laft Dollars and 9� lam_ Cents($.. /LS ; %3 3 Lump Sum Electrical conduits, wire and all Connections Including wet well float control system at the lump sum price of: ILAX& L list Dollars and 5 35 Cents ( $. /LS ) _�� P-4 0 L 0 Item Estimated No. Ouantlty� 4 Lump Sum 13 Description Totai Furnish and Install valve vault cover at the lump sum price of: 40 Dollars and l0 Cents ($/LS) $3332 ` I' S Lump Sum Emergency pump by-pass piping and all appurtenances at the lump sum price Of: Ila Li6� aaj- Dollars and 15 Cents($ /LS) s 5 /S 0p 0 B Lump Sum Fosroc Interior surfaces of existing I wet well at the lump u p sum price of: l 2` D011a s and Z3 Cents /LS) s P-5 Item Estimated No. Quantity 7 :3 Is Lump Sum Descrl tlon Electric by-pass pumping for total lift station work at the lump sum price Of: :_ZAA32 Cents A.. /LS) Lump Sum Electrical Control Cabinet Concrete support. conduits. power supply and all appurtenances at the lump sum of: r �Q- Dollars and .�LQ.� ....�_ Cents /LS) Lump Sum Remote Telemetering Unit (RTU) at the lump sum price of: P--B Total 936° Dollars and 6 Cents /LS) 0- II I e.�8q,117 • Item Estimated No. Quantity 11 10 Lump Sum 11 1 Each 12 130 LF Desc,r 1 et„ion Site Type No.1. Bahl& sodding at the lump sum price of: -AA UA 12 �. • - �.Cents /LS Portable A/C emergency generator and all appurtenances at the lump sum price of: Total 4z-g° Dollars and Cents /LS) s 21 Z22 Chain ,link fencing and p&te at the unit price per lineal foot of: Dollars and Sit Cents S /LF) LIFT STATION NO.39 GRAND TOTAL FOR ITEMS 1 THROUGH 12 GRAND TOTAL WRITTEN P-7 : z a 62 s¢ 82S¢3 7 It r I DEDUCTIVE ALTERNATES FOR PUMP STATION NO. 39 item Estimated No. Quantity 0 Description Total DA 1 Lump Sum City provides electrical Control cabinet to Contractor. Complete with all components and the Contractor provides Concrete base. conduits. Florida Power & Light power supply and Completes all external and Internal main power electrical Connections at a lump sum savings to the City of: 1 Dollars and Cents �. /LS) s /D 900 DA 2 Lump Sum City provides rbltrol Remote Telemeterins Unit i (RTU) with el rical control Cabinet and 11 Inter-connec Io s between ATU and Ole c Ical control cabl a completed by he .� Contractor o e re nslble telephone • C a y's t o In an ur I's c ter r ro ramml 0 at h mp avin s o the City f: Dollars and t Cents_ /LS) P-8 1 11 CITY OF TAMARAC TAMARAC UTILITIES WEST PUMP STATION NO. 39 TUW PROJECT NO. 87-18 CITY BID NO. 89-11 ADDENDUM NUMBER ONE March 31, 1989 TO ALL BIDDERS: Contractors submitting proposals for the above project . shall take note of the following changes, additions, deletions, clarifications, etc., to the plans and specifications which shall become part of and have precedence over anything shown or described otherwise in the Contract documents for the project, and shall be taken into consideration and be included with Contract Documents for this project. [J Addendum Number One (1) Consists of pages Al-1 to A1-3 Approved by: TAMARAC UTILITIES WEST � V Rob r t V. Utilities Al-1 S/1 VDirect eering R-17- / 17 Lift Station No. 39 Sub Toted Lift Station No. 39 Deductive Alternate Total Lift Station No. 39 Grand Total GRAND TOTAL LIFT STATION NO. 39 (WRITTEN) P-9 SEW.LT.ST.39 : 543. 3,7 : 4 , 37 t A 0