Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-89-2331 2 3 4 5 6 8 9 10 men 12 13 14 15 16 17 18 1 2 21 22 23 24 25 26 040 28 29 30 ME 34 35 Temp, Reso. 5536 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-89-,"' 1� A RESOLUTION AWARDING A BID FOR ANNUAL REQUIRE- MENTS FOR CHLORINE' SUPPLIES FOR FISCAL YEAR 1989/1.990, FOR THE WATER TREATMENT PLANT, BID NO. 89-49; 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 Friday, August 25, 19,89 and Friday, Sep- tember 1, 1989; and WHEREAS, bids were opened on September 6, 1989; and WHEREAS, Allied Universal Corporation, is the lowest responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDDA: SECTION 1: That the bid of Allied Universal Corpora- tion, 8350 N.W. 93rd Street, Miami, Florida in the following estimated. quantities and amounts: 100 1 ton cylinders -liquid chlorine $234.00 - $23,400.00 24 150 pound cylinders -liquid $ 40.00 -- $ 960.00 chlorine 18 100 pound drums H.T.H. or $ 93.00 - $ 1,674.00 equivalent. $26,034.00 for the City's Annual Requirements for Chlorine Supplies for Fiscal Year 1989/1990, for the Water Treatment Plant, with funds to be taken from TUW Chemical Account No. 425--363-533- 527, is HEREBY APPROVED. SECTION 2: This Resolution shall become effective immediately upon adoption. ]� ZXI PASSED, ADOPTED AND APPROVED this dAy of._,1989 r NORMAN ABRAMOWITZ ATTEST: MAYOR CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. — If- Q RIHAR.D DOOD CITY ATTORN RECORD OF COUNCIL VOTE MAYOR ABRAMGWITZ DISTRICT 1: , C/M ROHt DISTRICT 2: „CA4. DISTRICT 3: C/M HOFFMA 1 DISTRICT,` DPNDER r" i 3 ORIGINAL COPY R- 9?-�a35 BIDNO: —_DID W89-49 (All blanks must be tilled In) CITY OF TAMARAC j9 Fixed price bid D Request for Proposal (This Is not an order) DATE: July 13, 1989 PAGE NO.: I of 6 IITEM(S)REOUIRED: BUYERS ANNUAL REOUIREMENTS - CHLORINE SUPPLIES - FOR FISCAL YEAR 1989 - 1990 USING ACTIVITY TAMARAC UTILITIES. WATEi6yer M . H . VAILLANT TREATMENT PLANT phone (305) 722 59D0 &IDS MUST BE SUBMITTED ON OR BEFORE _ SEPTEMBER 6 1989- 2:00 P.M. Eastern Standard Trhe or Eastern Standard Daylight Savings Turfs as applicable. The official time shall be As recorded on the Date!Ti rme Recording Clock In this City Clsrk'a Office. It will be the sole responsibility of tha bidder to ensure that this proposal ruches the Office of the City Clerk, City o1 Tamarac on Or before Closing hour and date shown above. The Legal Advertlsemsnt, InvitAtlon•to•Bld, General Conditions, Instructions to ]Bidders, Special COnditlOns, Specifications, Addendums, and any other ponlnsnt document form a part of this proposal and by reference are made a part hereof. ANTI -COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or Compared his bid with other bidders and has not Colluded with any other bidder or partial to a bid whatever. (NOTE: No premiums, rebstes or gratuities permitted either with, prior to, of after any delivery of materials. Any such violation will result In the cancellation and/or return of materials (as applicable) and the removal from BId List(L) TO THE PURCHASING OFFICER OF THE CITY OF 7Aft1ARAC: Well), the below signed hereby agree to furnish the following ar)icle(s) or services) at the price($) and farms stated subject to all Instructions, conditions, specifications, and All attachments hereto. We(I) have read all attachments including the specifications and fullyunde►stand what Is requlred (By subrnitling this signed p►OpOsal, we(I) officially accept a contract it approved by the City and such acceptance Covers all the terms, conditions, and specifications of this proposal; and wa(q hereby agree that we will make available for audit to appropriate City Auditors any applicable business Of flnanClAt records pertinent to a resulting order or contract.) All prices to be quoted F.O.B. buyers Destination Tamarac, Florida (Delivered at the applicable City address Indicated on the Purchase Order ) FAILURE TO CUOTE: it you do not quote, please return quotation shoot, slate reason thereon and request that your name be retained on Our mailing list, otherwise, your name may be removed from our bid mailing list. Bids are firm for acceptance within 60 days after bid opening date XX yes no other. TERMS: -0- % NET 30 Days or by ---- of Month (To apply on date of delivery and acceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF -0- % offered in addition to any terms offered above. DELIVERY:three to f i vecalendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). VARIANCES: state any variations to specifications, forms and/or condillOns In this space or reference herein sit variances cOnlamed'on oche, pages or this Piopcss Fo,m o, ,n a')y 0,0 rlachmenl NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PAATv OF THE BID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE DID DOCUMENTS AND REFERENCED IN THIS COLUMN NO SEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED BID, ANDTHE CITY WILL NOT BE BOUND IN ANY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE BID DOCUMENTS ALL PRICES WILL BE CONSIDEREDAS FIRM FORTHE PERIOD INDICATED WITHINTHE BID DOCUMENTS UNLESS BIDDERTAKES SPECIFIC EXCEPTION THEAETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN If no statement is contained In this space II Is ne•eoy lmpnad that your bId compries with the full scope Of this Bid Invitation NONE If Purchaser Order Payment or Future bids are 10 be mailed to other than proposer's address shown below, pease complete the following: Mail Purchase Order to: Mail Payment to: Mail Bids to: phone No.: : w/Area Code POSAL SUBMITTED BY: tNAME(Printed): Steve Rabstejnek Title: Sales Manacer Company: (Legal Registered Title in FULL) Allied Un i Address: 835Q4NW 9 r 1 Street Mia SIGNATURE: DATE: August Enclosed Refo►sneAs Applicable to Proposal: Invitation To Bid — F1 Index of General Provisions Clauses _ F2 General Provisions F3 Telephone No,: 305 888-262 Indicate Which: Corporation: _ xxxx. Partnership: Individual: Other: -- r,^,,AM Pt (Retain one copy for your tiles) BIDDERS NOTE: Both sides of this Form ran W, Y7- a33 'n Y OF TAMP RAC 525 N.W. 88 Avenue c, Florida 33321-2401 SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No. Date July 13, 1989 Page 2 of All prices quoted F.O.B. Tamarac, Florida. Delivered and unloaded at applicable city destination as indicated below. The ; special conditions (if checked) apply to this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND; The City shall require from all Bidders, a certified check or bid bond in the amount of five (5) percent of the bid, which shall be forfeited to the City in the event the B iddcr to whom the business is awarded, shall fail or refuse to comply with the specification of the bid. Checks will returned promptly to the unsuccessful Bidders after award of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. PERFORMANCE BONDS: The City shall prior to the execution of the contract. require the Bidder to furnish bonds covering the faithful performance of the contract and the payment of all obligations arising thereunder in such form and amount as the City may prescribe and with such sureties secured through the Bidder's usual sources as may be agreeable to the parties. if such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder shall deliver bonds to the City no later than the date of execution of the contract. MTY DESCRIPTION UNIT PRICE EXTENDED PRICE BUYERS ANNUAL REQUIREMENTS OF CHLORINE SUPPLIES FOR FISCAL YEAR 1989 — 1990 ARE ESTIMATED TO BE: 1 TON CYLINDERS — LIQUID CHLORINE $ 23,400.00 $ 234.00 100 24 150 POUND CYLINDERS — LIQUID 40.00 960.00 CHLORINE 18 100 POUND DRUMS H.T.H. OR 93.00 1,674.00 EQUIVALENT CHLORINE SPECIFICATIONS SHALL BE IN ACCORDANCE WITH STANDARD B301- 59 ESTABLISHED BY THE AMERICAN WATER WORKS ASSOCIATION (AWWA) FOR LIQUID CHLORINE. SHIPMENT OF THESE PRODUCTS WILL OCCUR UPON REQUEST OF THE BUYER. THE CONTRACT PERIOD SHALL BE FROM OCT. 1, 1989 THRU SEPT. 30, 1990 INCLUSIVE WITH THE OPTION TO RENE FOR A SECOND PERIOD TO SEPT. 30, 991 UNLESS THE CITY OR THE SUCCESSFUL BIDDER RECEIVING AWARD SHALL GIVE NOTICE IN WRITTING TO THE OTHER PARTY OF INTENT NOT TO RENEW FOR THE SECOND PERIOD. ALL PRICES, TERMS AND CONDITIONS SHALL REMAIN FIRM FOR THE INITIAL PERIOD OF THE CONTRACT AND FOR ANY RENEWAL PERT D THEREAFTER. ' Deliver To: C I TY OF TAMARAC e Tamarac, Florida 33321-2401 iddees Si attu+e ate 1989 Title Sales Manager Company Name ALLIED UNIVERSAL CORD Address All: Ms. Carol A. Evans, City Clerk