Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-84-3951 1 2 3 9 8 9 10 11 12 13 14 15 16 17 18 �o 21 22 23 24 25 a1A 27 28 29 30 i3l�- 2-3 35 36 1 Introduced by I_'Z- x� Temp. # 3416 ;7 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-YIV-,, fS- A RESOLUTION AWARDING A BID FOR REMOVAL AND REPLACEMENT OF CONCRETE DRIVEWAYS - BID #84-31 WHEREAS, bids were advertisied in the Fort Lauderdale News a newspaper of general circulation in Broward County on November 24 and December 1, 1984, and WHEREAS, bids were opened on December 5, 1984 and WHEREAS, Inland Sealcoating, Inc. 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 Inland Sealcoating, Inc. in the approximate amount of $22,000.00 (4,000'square foot), is hereby approved. The actual amount will be based on actual field measurements at the unit price of $5.50 per square foot. PASSED, ADOPTED AND APPROVED this day of ISgr1984. ATTEST: 621�- ' ' 4SST. CITY CLERK I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION. jr,w RECORD OF COUNCIL VOTE MAYOR: KRAVITZ DISTRICT4: V/M STEINh1� DISTRICT3: C/M STELZER, DISTRICT2: C/M MUNITZ 9 DISTRICTI: C/M BERNSTEIN CITY OF TAMARAC It Fixed price bid O Request for Proposal DATE: 84- 31 (This is not an order) PAGE NO.: 61D NO: PAll blanks must be fllied in) ORIGINAL COPY TF.d(S) REQUIRED: REMOVAL AND REPLACEMENT OF CONCRETE DRIVEWAYS USING ACT1V[T1r: City Engineer Buyer Frank Barbuto Phone (305) 722-5900 ■ MUST BE SUBMfTTED ON OR BEFORE 2:00 P.M. A•IiA• Deomiber 5, 1984 . Astern Standard Time or Esolarn Standwd DWOM savhW Tine as applicable. The official tlrrle 0411 be as Aeorded on the DatelTlme iecording Clock in the City Cla►k's Office . it will be the sole respo►+slbitrty of the bidder to arMwm ghat his proposel Machos the Office art the City ;I&rK City of Tjo arac on or before dosing hour and Bats shown above. SP Addendums. and any Legal Advertisement. B�my Instructions aprtinord documant lam a pat SA t100oaa1 ad Dfefsrencare made a part hnL om-Ca compared his bid W" other bidders and has not olludeOLLh any STATEMENT: or The below sipped t bidder has md�.1!b gratuities permM*d other Wft, prior to. or atuT any �Illxkd with any paler bidder a espies to a bid whatever. anQ the removal from Bid Listlsl. delivery of materials. Any such violation will result in the cancellation ad/ nor ntum of matedais tors applicabla ) TOTHE PURCHASING OFFICER OF THE CiTY OFTAMARAC: We p),the below signed hereby alr" tcfurrli ft following anicls(sl or aervice(s) at the price(S) end terms stated subject to all instructions, conditions, specifications, and att attachments hereto. We n) have read all sttachments rlcluding the specifications and fully understand what is required (By submitting this signed proposal,*out: a d ptfiM h* accept r contract a approved ry the City and such acceptance covers alt the terms, conditions, and specifications of this proposal: and we m Mreby agree that rue nt males available for audit to appropriate City Auditors any applicable business Or financlat records pertinent to a resulting order or contract.) All prices to be quoted F.O.B.. Buyers Destination Tamarac. Florida (Delivered at the applicable COY address indicated on" Purchase Order.) FAILURE TO OUOTE: It you do not quote, please return quotation sheet, state Mason thereon and request that your name be stained on our mailing list, otherwise, your name may be r9mi"d from our bid mailing list. Bids are firm for acceptance within 60 days after bid opening dat�---• Yes ---no -°'---- oi1ef. TERMS: A 1- % — Dan or by n— M Month Ro apply on data of delivery and aceptanee of material.) awarded ALL ITEM tBIDo any Ertnls (when applicable), an additional DISCOUNT OF, DELIVERY: calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). MfftWod an r pages of this VARIANCES: opRoisAa F E a Stale In snya �tt Chit NO CART VARIATIONS OR EXCEPTIONS nB�YUA BIDDER 41 BE ONS aOR WILL E DEEMED ED OSE APART OF THE 910 SUBMMTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN NOSEPARATE 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 ORE XCEPTION OR LIMITATION NOT SPECWSCAUY LISTED WITHIN THE BID DIDICUMENTS ALLPRIC£S tfY1LL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS ASIDDERTAKES SPECWIC EXCEPTION THERETO ��SUCH ya EXCEPTION With IN T aBIDve a U ore es,�IM REFERENCED IN THIS froull+�N. r no st,>fn,eM ii CO�tbifled In tftii apace. M R f1�+tDy 0 Purchase Order Payment or Future bids are to be mailed to other than proposers address shown below, please complete the Iotlowinp: Mail Purchase Order to: Mail Payment to: Mail Bids to: 4,T0phone No.: . �s- i"i l' qS�s� M/Area Code PROPOSAL SUBMITTED BY: NAME (PiWed):.1.1 t+� R Q >� / tR C Title: x �s' Company: fLe� Retiliswe t Tm ti Rue I al i j2 Jo s SAL CvRrI Al Address: I V4&f i 1 - SIGNATURE -,Telephone No.: r Indicate Which: Corporation: Partnership: Enclosed References Applicable to PrOPoieli Mdividual: VwKstion To did - Ft Inde: of General Provisions Clauses —F2 Other: General Provisions - F3 (Retain ohs copy for you► fuss) - - SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Did No. 84-31 OF TAMARAC N.W. 68th Avenue florida 1=11 ►ape No. of i *ac, Allprftes to be Quoted F.O.e.Tamarac,Florida,V2livered and unloaded ,�t applicable a ty destination as indicated below. The following special conditions (11 checkedj apply to this bid. j BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shah require Iran a� Bidders• a ce�itied check or bid # bond in the amount of five (5) per cent of the bid, which shall be forfeited to the City in the event fhe Bidder,to whom the business is awarded, shall fail or refuse to compty with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders after award of bid. Failure to submit this bid bond wttt► the bid could cause rejection of the bid. PERFORMANCE BONDS: The C+fy aftiati prior to the excution of the contract. require the Bidder to furnish bonds Covering the UMIfui performance of the contract and fhe 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 usust sources as maybe agreeable to" parties. It such bonds are stipulated, the premiums shall be psi# by the Bidder. The Bidder altall deliver the required bonds to the Cft not later than"* date of ex&oAoon of the Conh CL Perfoaaanoe band shall include provisions for a one•yrear warranty bond that shall stand against all insufficiencies (one-year warranty period to begin on date of final acceptance). jANTITY 4,000 DESCRIPTION CITY REQUIREMENTS FOR THE REMOVAL AND REP. MENT OF CONCRETE DRIVEWAYS (Approximately 4000 S.F.) THE WORK CONSISTS OF THE FOLLOWING: 1. SAWCUT EXISTING DRIVEWAY AND EDGE OF ROADWAY. SAWCUTS WILL BE MARKED BY CITY REPRESENTATIVE. 2. REMOVE AND DISPOSE OF CONCRETE AND ASP 3. FORM DRIVEWAY AND PLACE 6" OF CONCRETE (3500 psi) 4. THE SURFACE WILL BE FINISHED TO MATCH EXISTING CONCRETE SURFACE. QUANTITIES ARE ESTIMATED. ACTUAL PRICES WILL BE BASED ON FIELD MEASUREMENT OF WORK PERFORMED. S.F. OF CONCRETE DRIVEWAYS UNIT PRICE TO INCLUDE LAWN RESTORATION. WORK TO BE COMPLETED WITHIN 30 CALENDAR DAYS FROM RECEIPT OF ORDER TO PROCEED Name UNIT PRICE I EXTENDED PRICE � s_o is 22006 1 1 1 BIDDERS NOTE: Both Sides of this form require sib WWIMz.