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