Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-89-2851 2 3 4 5 5 7 8 33 34 35 Temp. Reso. #5594 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-89- vZSs A RESOLUTION AWARDING A BID FOR THE CONSTRUCTION OF THE MULTIPURPOSE CENTER, AT 7531 N. UNIVERSITY DRIVE, TAMARAC; BID NO. 89-52; 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 September 18, 1989 and September 25, 1989; and WHEREAS, bids were opened on October 20, 1989; and WHEREAS, Toro Engineering and Construction Corporation 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 Toro Engineering and Construc- tion, Corporation in the amount of $1,341,051.00 for construction of the MultiPurpose Center 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. vz�_ PASSED, ADOPTED AND APPROVED this 8 day of 1989. ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RICHARD DOODY CITY ATTORNE NORMAN ABRAMOWITZ_.. MAYOR RECORD OF COUNCIL. VOTE MAYOR ABRAMOWITZ DISTRICT 1: C M R HR DISTRICT 2: CAM DISTRICT 3: C/M H©FFMAN .wr.....■rr.rrri i i i i ur u w r w ■i noun ui nl�rrrrr DISTRICT 4: V/M BENDER I JF.J1VJr TORO ENGINEERING &CONSTRUCTION CORD Miami 305-945-4326 To: CITY OF TAMARAC Palm Beach Fort Lauderdale 305-785-2440 Date: tober 1989 Time: The undersigned, hereinafter called "Bidder" having visited the site of the proposed project and familiarized himself with the local conditions, nature, and extent of the work, and having examine❑ carefully the drawings, specifications, and other Contract Documents, with the Bond requirements therein, proposes to furnish all labor, materials, equipment and other items, facilities and services for the proper execution of Tamarac Multipurpose Center Project No. 1640 in fula, accordance with the of drawings and specifications by the firm prepared firmfirm Scharf & Associates, Incorporated • 3407 N.W. 9th Avenue Suite #200 Ft. Lauderdale, Florida 3n:�np and if awarded t1h Contract, to Complete the said work within K;_� ca)endar days, for the following bid price: Base H i d_� ... l�m.vtd _ d �/a , Dollar Alternate Bid Items: The following Alternate. Bid arr- submittea in-?Iccoraance with the Contract Documents: Alternate No. 1: Construct space frame Complete Add $ /0/ S3S� Alternate No. 2: Provide telescoping bleachers Add $ 20 Q79 Alternate No. 3: Provide secondary basketball backstopT Adu $ Alternate r,c . 4 : rlro r;Lde _n- :, reboard AG':.3 05.5 o�J Alternate No. Prc.�vi7e art Room Casework Add $ •¢ 77q 1 I* Rti:.npr,� f. 1, Design . Build / Industrial . Commercial 00300 _ 1038 S.W. 13th Court, Pompano Beach, Florida 33069 Miami 305-945-4326 Alternate No. 6: Alternate No. 7: Alternate No. 8: Alternate No. 9: TORO ENGINEERING &CONSTRUCTION CORP Palm Beach Delete insulated translucent panel system; add Climatrol/GE framing/panel system. Add or Deduct Revisions to south parking lot Omit construction of parking lot Fort Lauderdale 305-785-2440 Add $ 32- 759 r- 19 space Deduct Standard plumbing fixtures lieu of vandal resistant fixtures in Alternate No. 10: plastic laminate toilet partitions in lieu of solid plastic polymer resin. Deduct --/O 11 60 �> Deduct There is enclosed a Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, bank draft (state which) in the amount of not less than five percent (5%) of the Base Bid, as a guarantee for the Purpose set Out in your Instructions to Bidders. The Bidder hereby agrees that: a) The above Base Bid shall remain in full force and effect for a Period of thirty (30) calendar days after the time of the opening of this bid and that the Bidder will noL revoke or cancel this bid or withdraw from the competition within thirty (30) calendar days_ b) In the event the contract is awarded to this Bidder, he will enter into a formal written Agreement with the Owner, in accordance with the accepted bid within ten days after said contract (10) calendar is submitted to him and will furnish to the Owner a Performance Bond and Labor and Material Payment Bond, AIA Document A311, with good and sufficient sureties, amount of satisfactory to the Owner, in the 100% Of the accepted bid. The Bidder further agrees that in the event of the Bidder's default or breach of any of the agreements of this bid, the said bid deposit shall be forfeited as liquidated damages. is Design. Build / Industrial . Commercial 1038 S.W. 13th Court, Pompano Beach, Florida 33069 e - e�f d ES C� 0 TORo ENGINEERING & CONSTRUCTION CORP Miami Palm Beach Fort Lauderdale 305-945-4326 305-785-2440 Acknowledgement is hereby made of receipt of the following Addenda issued during the bidding period. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. _Dated Dated Dated _ Dated in.-i-, on Dated10-17-89 Dated this --_day of 19 89 TORO ENGINEERING & CONSTRUCTION CORP. Design . Build / Industrial . Commercial 1038 S.W. 13th Court, Pompano Beach, Florida 33069 9 � e � 1C,?- eS- October 31, 1989 Mr. John P. Kelly City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321-2401 RE: TAMARAC MULTIPURPOSE CENTER CONSTRUCTION CONTRACT AWARD Dear Mr. Kelly: SCHARF &� SSOCIATES �1 qQ� , C , ocr fs�y C!N MAIVAQER CrrY OF ra Considering the tremendous impact the Broward County School Board's building program has had on public construction bids, we are, as you know, pleased to have received bids within the available funding for the Multipurpose Center. Given the constraints of the State grant, as well as the City's own goal to open the facility in less than a year, we are recommending award to the apparent low bidder, as soon as possible. Our analysis of the bids received on October 20, 1989, indicate that Toro Engineering & Construction Corp. of Fort Lauderdale is • the lowest bidder. This is based on the following methods of tabulation, in which Toro was low bidder in each case. 1. Base Bid 2. Base Bid + Additive Alternates 3. Base Bid - Deductive Alternates In the interest of achieving the lowest possible construction cost, we recommend that none of the additive alternates (Nos. 1, 2, 3, 4, 5 and 7 ) be taken, and all of the deductive alternates (Nos. b, 8, 9 and 10) be taken. This will result in a contract amount of $1,341,051.00. 0 We have had several discussions and a meeting with the principals of Toro Engineering & Construction Corp. and determined the following: a. The company is satisfied that all amounts bid are correct. b. The company can complete the project on or within the allotted time. C. Their were no ambiguities in the scope or content of the bid documents. 3407 N.W. 9th Avenue • Suite 200 • }•'nt I'luricla 33309 • 305-5662700 e-89-0?-Fs,�, Mr. John P. Kelly, City Manager City of Tamarac October 31, 1989 • Page 2 We have reviewed the firms insurance, a list of projects, references, and the firm's brochure and we are satisfied that they exhibit the competency to construct the project in an acceptable manner. Enclosed please find the insurance form and several copies of information on the firm for distribution. S t Regards, I G ry Kuhl, AIA Vice President GK/lc 1640-210 0 0