Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-87-157. Introduced by 11//q Temp. Reso. #4610 CITY OF TAMARAC, FLORIDA 1 2 3 4 i 6 9 10 11 12 13 14 15 16 17 20 2.1 22 23 24 23 2( 21 21 2! 1 3: I 3 3 3 RESOLUTION NO. R-87- /5-7 A RESOLUTION AWARDING A BID FOR A CONTINUOUS MONITORING SYSTEM, BID NO. 87-9; AND PROVIDING AN EFFECTIVE_ DATA__ WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County, on March 27, 1987, and April 3, 1987; and WHEREAS, bids were opened on April 8, 1987; and WHEREAS, Pieco Miami, Inc., is the lowest fully respon- sive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the bid of Pieco Miami, Inc., in the amount of $8,644.00, is hereby approved. SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this /3 day of , 1987. BERNA HART MAYOR ATTEST. - CITY CLERK CAROL E. BARBUTO I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION. 2 �ij �,, TY..:: O NEY A. YANT PLEGATE MAYOR: HART DIST. 1: C/M ROHR GIST. 2: C/M STELZER 41 .. '.'ST. 3: C/M HOFFMAN Cr Ui6T. 4: V/M STEIN d PO 0 LO Fixed price bid © Request for PropoSBl DATE: March 23, 1987 87-9 cma Is not in order} 1 dID NO: wl ase ;lks wst DO diced in) SAGE NO.: 9"(S)REQUtRED: CONTINUOUS. MONITORING SYST 22f�✓E� 45 7- tWNG ACTINM. PUBLIC WORKS der M I C H A E L R. C OU Z Z O, J R *tw* (X*) 72Q-5900 • h e 6 �+-W . ■IDS MUST K $UBNIITTED ON OR BEFORE 2L 1M' Ifastern Btrnderd Tvm or Eastem Sto 1. Daylight tfavirW Two as N I The eaiciel am shall be as too~ an the Dale lame 'C pt T�ar�w�ic an a *an�ewsMw Said a w i1e a w bidder ro uw+re vet Napa+�sl ►eeolrs fire once Of me cry pertinent doCumi ri ha+► P �d propoesl ind r to ICIC . spilic ti M, Addendums, end any AKn,Cp tM*N iTAy MEW: Tha below alp►Hed bidder has not divulged to. discussed Of Compved his bid wft other bidders and has non oolluded with any Pate►bidder or perlies to a bid whatever. (NOTE No premiums, rebates or gratuities permitted ewith, ithsr Pnor to, or ahe, any delrrery ad materials. Arty SlAh *&bons will neon 1n w UWAS bon and/or return of ffo% Ws (es #A*Icable) and thin removal from Bid Llst(s) TOTHE P1ACHABING OFFICER OF THE CRY OF TAMARAC: We Ol.w below signed hereby agree to furnish the following anicials) or service(s) at this prior(*) and tents stated aubWl to all ertru"Ons, Conditions, WooHiralions, and all attachments hereto We (1) have read all attachmems Including the Mocirtcetionts and fully understand *tali* required (By submitting this signed proposal, we pl oMlCially accept a contract A saviour n try the City and such ecaeptan0e Comrs all the terms. Conditions, and soaeNirations or IN& proposal; and we (1) hereby agree that we will make p alteble tar am M Nomprists Gb AMMIS s &V "paW" buMi rsas or 00miel reeerds p p Mtant to a resuMing onde► or Contract.) IAN p lIMS to be gllotrd F.O.B., Buyers Dastirrtlari Tamarac, nxide V*ared at this eplat md* CNy address Indicated Oil" P.Ichase Ord,',) aFAILURE TO QUOTE: N you do not quote, phse n Pisa" qu tum quotation sheet, state reudn wean and request vet you► rime be ntrined on our jnslling bat, OMWWM. W rta" may be reR10red from out bid nalling list. ads-Sre fill" llor am whN W cis Z77iVA O' r bid wwre�t \ vies —no —other. 1lIWtS: �. rw aA or by� of Mordh (To apply an date of delivery and •ceptance of Notarial,) W awarded ALL fr.EMS BID HEREIN Mrflan appliCeble), on additional DISCOUNT OF— % i olleraad In addition to any tenria Offered above. OELJVERY: `a calendar days after receipt of Ptrchm Order (City feeerves the right to consider detwery rime as a vital consideration when making or relow wriding award). rVARIANCES: acne arryvaPYsaa 10 afresleeeorr,rrnr aIdJQ wdleala heir teeoa a Ieferrrlor rrrrin M rsnlrrrr+rr rrorlrinad an trrrw peoet a e+n FHnpIIaal Fpm or M shy pip atrial rvnrnt NO VARIATIONS OR EXCEPTIONS BY A DIDDEA WILL BE CONSDERED OR WALL aE DEEMISTO aE APART OF THE WSUBMMMUNLESS SUCHVARIATION OREXCEI'IIONISLISTED WRMINTHE SIDDOCUMENTSAND REP F, NCEDINTHIS COLUL4N NOSEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WM-W A twaMn nit DID. AND THE CITY WILL NOT BE BOUND IN ANYMANNER rwiATSOEVERMYANY VARtAT10NOREXCEPnONORLMArtATgNNOT SPECMALLYLISTED WITWNTHE INDDOGUMENTS ALLPACES AV" BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED Wn"N THE DID DOCLIsENTS UNLESS A BIDDER TINES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND IEVERENCEA INTK6 COL AM, N M MIB Wra M Orlrrhiad N thin rpat a. n e ilnrCH wrlswd art your alie arareses elMi the oral saepr a er* Bea saesaon. /✓17 a%1- ,S Pumtose Order PayntarA or Fukra bide OR to be mWW to over Van propoaeh address Shown below, please complete the following: �MeN Purdtaee Order to: tall Poyntttnt fp: No Bids to: TMephom No.: W/ArM Code PROPOSAL SUBMITTED/ 7, : �,✓ �j NAME (PrMtted): � _ �: Company. Aced Tits b - Adores(*: as d ? DATE Iltdieate Which: Corporation: (iarNleeed Role A M alwnehlp: BrvRaban TO 1W - Fl Irldlvfdual: Bldes at Gerie►el PriaAaki is C1aHsq -FY .Other: Gworal PmMlaions - Fi eenns, Ph41n on easy for sea) 4111IDOERE NOTE: 1�0 leads of wi Form regWre NBM&#e: . SPECIFICATIONS AND BID SCHEDULE MOO 87-9 Invitation To Sid CIT11 Cw TAMAIRAC , Q iTe March 23, 1987 al N.W. Bath Avenue N I GC,O Temem, Florida 33321 r' ►M No. 2 _ of Ail prices tube quoted F.O.B. Tamarac, P: oelda, Dowered and umboded st applicable rally destination es Indicated below. Vw toliowing spacial conditions (11 checked) apply to this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: Ths City shelf require from all Bidders, a certified check Or bid bond m 1M amount of fire (5) per taint of the bid, Mdnioh shall bs forleited to the City m the event tree Bidde r, to whom the business is ameded, @hall fall or refuse to comply with the epeCNiaatibnt of the bid. Checks will be returned promptly to unsuccessful Bidders after sward of bid. Failure to OWXlMt this bid bond with the bid could came njerion of the bid. ©PERFORMANCE BONDS: The City shall prior to the excubon of the ocntract, mquirs the Bidder to hftsh bonds covering the daithful performance of the contract and the payment of all obligations arising thereunder in such form and amount as the City may prescribe and with ouch e"iss ssa xwd through"Bidder's uausl aourass as maybe agreeable to the parties. M such bonds are adpulsted, the premiums.halt be paid by the Bidder. The Bidder shall deliver the required bonds to" City not later than the date of execution of the contract. QUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE 1 Fluid Detection System (Example-Pollulert Auto Leak Detection System), capable of sensing air, water and hydrocarbons. It is designed as an early warning system consisting of underground sensing devices hooked to an above -ground display monitor System must consist of, but not limited to the followipgt is Deliver To: An: 0 1) 4 Probes to be installed }n the pre- sent dry well system. 2) Status of probes is to be#displayed above ground on a master control panel to be installed inside the Public Works building in a position selected by the Public Works Director. 3) Probes are to be pre-set type with capability of being adjusted on -site for a larger or lesser degree of sensi- tivity. 4) Probes must maintain interface even with various ground water fluctuations 5) Individual probes to feature a push - to -test button and thru LED's for the indication of underground status. This will allow personnel, in the event of an underground problem, to pinpoint the exact probe that has triggered the alarm at the control monitor. b) Expandable capacity of 10 probes for possible future additions. 7) Control panel must have visual indica tore for Hydrocarbons, water, air or dry condition, power on. and an audible alarm also. 8) System must be guaranteed parts and labor, for one year from the date system is put into operation. i BIDDERS NOTE: Both Swigs of tthb Timm Ngmhs gipumm. so CONTINUOUS CONTINUOUS MONITORING SYSTEM - 3 - 9) Detection limit minimum to be 0.125 inches. layer, oil on water. 10) Response time to detect hydrocarbons to be a max- imum of 5 seconds after sensors are covered. 11) Must be operational on standard 120 VAC circuit. 12) Installation to consist of all materials and labor to supply the City with a completely operational detection system. 13) System must be approved by the Broward County EQCB, and must be compatible with the drywell system which is already in place at the Public Works Fueling site. 0 0