Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-88-074I `m 3� 4' 5 22 I 23 24 25 26 27 4:311111 29 30 32 33 34 35 Temp. Reso. #4968 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-88-. A RESOLUTION AWARDING A BID FOR 2 - STATIONARY ENGINES AT C-14 CANAL PUMP STATION, BID NO. $8-14; ND PROVIDING AN EFFE�CTIVE DAT-ET. WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County on February 5, 1988 and February 12, 1988; and WHEREAS, bids were opened on February 22, 1988; and WHEREAS, Reagan Equipment Company is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: ,aCTIQN 1: That the bid of Reagan Equipment Company in the amount of $48,135.00 for 2 - Stationary Engines at C-14 Canal Pump Station with funds to be taken from Account #310-650-539-643, titled Capital Machinery and Equipment, is HEREBY APPROVED. SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this q day of , 1988. MAY BERNARD HART ATTEST: CAROL E. BARBUTO CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. P, lY/�ln,,� n l.�t��/ RICHARD DOODY CITY ATTORNEY MAYOR: HART MT. 1: C/M ROHR 'T. 2: C/M STELZER 3: C/M HOEFMAN V..,...; :� . 4: V/M STEIN _ .... ,....—� So -, O 7 / Bid No. 88-14 Page 3 of 3 2/22/88 2 (TWO) STATIONARY WATER COOLED ENGINES CONT'D. - BID FORM-------------------------- ' All costs related to installation to be included. Engine to be installed with same size belt and pulley grooves - to accept standard belts in the quantities presently used. .Installation to include any and all modifications to the automatic pump system presently in use. Engines must be installed on same mounting stands or stands with the same capacity for adjustment to keep belt tension correct. All Murphy controls to be adapted to work properly with new engine. One (1) year parts and labor guarantee - at our location -- Warranty to commence on the date of start-up by Vendor and/or his personnel. All Vehicle Maintenance personnel to be.trained in proper maintenance and upkeep of new engines. • r7 LJ BID NO: 88-14 (All blanks must be filled in) CITY OF TAMARAC 0 fixed price bid Z) Request for Proposal (This is not an order) ORIGINAL COPY I� DATE: February 22 1988 PAGE NO.: 1 of 3 fTEM(S)REOUIRED: 2 - STATIONARY ENGINES AT C-14 CANAL PUMP STATION 4210 USiNGACTIVITY_ PUBLIQ WORKS Buyer. MICHAEL R. COUZZO JR. Phone(305)722•Ii BIDS MUST BE SU9MITTED ON OR BEFORE P . M . on monday, FebruaryFel2ruary 22, 1988 Eastern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official lime shall be as recorded on the Daterrrme Recording Clock in the City Clerk's Office. It will be the sole responsibility of the bidder to ensure that this proposal reaches the Office of the City Clerk, City of Tamarac on or before closing hour And date shown above. The Legal Advertisement, Invitation -to -Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and any other pertinent document form a part of this proposal and by reference are made a Part hereof, ANTI -COLLUSION STATEMENT: The below signed biddei has not divulged to, discussed or compared his bid with other bidders and has not colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities permitted either with, prior to, or 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(s) TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We(i), the below signed hereby agree to furnish the following article(s) or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. Well) have read all attachments including the specifications and fully understand what is required (By submitting this signed proposal, we(I) officially accept a contract if approved by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and wall) hereby agree that we will make available for audit to appropriate City Auditors any applicable business or financial mcords 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 I FAILURE TO OUOTE: If you do not quote, please return quotation sheet, state 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 X yes -no -other. TERMS: 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 Is offered In addition to any terms offered above. DELIVERY: 75-9 0 calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). VAR IAN CES: state any variations to specifications, terms andror conditions in this space or reference herein Iva riances contained on oche, pages ol this Proposal Form or in any bid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PARTY OF THE BID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN NO SEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED BID, AND THE 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 CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A SIDDERTAKES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. If no statement is contained in this space It is hereby implied that your bid complies with the full scope of this Bid Invitation. If Purchaser Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the following: Mail Purchase Order to - Reagan Equipment Co. 1040 NW 52nd Street Ft. Lauderdale, FL 33309 Mail Payment to: Reagan_Equipment Co. P.O. Box 2550 Gretna, LA 70054 Telephone No.:.(305) 772-8200- wlAreaCode PROPOSAL SUBMITTED BY: IRAME (Printed): Jerry H . Steinberg Title: Mail Bids to: Vice President Company: (Legal Registered Title in FULL) Reagan Equipment _Coml2any Address: 1040 NW. 52nd Street, Ft. Lauderdale, FL 33309 SIGNATURE: r, DATE:— F ru ry 22, 1988 Enclosed References Applicable to Proposal: Invitation To Bid — F1 Index of General Provisions Clauses — FZ General Provisions -- F3 TeleptloneNo.: (305) 772-8200 Indicate Which: Corporation: X Partnership: Individual: Other: (Retain one copy for your files) FORM F1 `rBIDDER5 NOTE: Both sides of this Farm require signature, '- '5V 4Fr 7,9e t, SPECIFICATIONS AND BID SCHEDULE Bid No. 88-14 -- (Invitation To Bid Date February 22, 1988 _ CITY OF TAMARAC 2 of 3 5B11 N.W. 88th Avenue P No, Tamarac, Florida 33321 %n prfoss to be qwt penditions pf chocked) PPDeI� this bid-unloadodat applicable dty destination as indicated below. TM btiowing special BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR DID f>rOHM D e Chy shall requW4 from All8idders, a certified check or bid bond in the amount of five (5) Per cent of the bid,~ shall be forfeited tothe City in the event the B idd� r'to u whom the businessl s � Bwarde d ssh:r!I tsl1 os refuse to Comply with the spectlications Oaf the bid. Checks wm be rotumsd Primp y after award of bid. Failure 10 submit this bid bond wig thebid the contracoiuld CAL" t the Bidder to furnish bonds covering the PERFORMANCE TIONDS:1� City shale prior to the excut jaL�Ll Jaithf ul periomtiance of the contract and the peyment of all obligations arising tMreLxrder in such form and amount as the City may prescribe and *mh such sureties secured through the Sidder's uswt sources as may be agreeable to the parties. If such bonds are stipulated, the premiums shalt be pald by the Bidder. The Bidder shall delrvsr fhe required bonds to the City not later than the date Of execution of the contract. I P T 10 N UNIT TRICE EXPENDED PRICE CUANTITY D E S C R 2 (TWO) STATIONARY WATER COOLED ENGINES $24 , 067 .50 $48 , 135 .00 Must be direct replacements for HD80OA-6A Minneapolis Moline propane power units in service at present time. Minimum 131 H.P. @ 1600 RPM Prefer 6 cylinder, inline, overhead valve, 4 cycle gas engine Oil bath type air cleaner Electric start Removable cylinder liners Governor equipped Magneto ignition • Full pressure, gear pump lubrication Cooling system - belt driven, water circulating type. Dual fuel equipped - Propane as primary fuel. Exhaust designed with center exit in upward direction Complete exhaust system, including hangars, pipes and mufflers, to be provided and installed with engine installation. Must exit the building as current system does. Installation to include, but not to be limited to the following: Deliver To: An: ,Y" (SEE ATTACHMENT) idlers !i' inure Dote Z Title Vice P esident Compan Name Reagan E ui ment Company Address 1040 N.W. 52nd Street Ft. Lauderdale, FL 33309 BIDDERS NOTE: Both fides of this farm require elp►ature.