Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-83-073Fl 10 Introduced by�W/1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R J3 - 7,3__ A RESOLUTION AWARDING A BID FOR Tamarac Utilities Nest Grating For Wastewater Treatment 121ant Walkway$ Bid #83-1 Temp. # 2650 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on� February, 9 , 198 3, and, WHEREAS, bids were advertised in the Miami Herald a newspaper of gdneral circulation in Broward County on ,February 15 and Februarx 22 198 3 , and WHEREAS, bids were opened on March _14. _ _ , 198 3 ,, and, WHEREAS, United McGill _ Corpp_t _tinn _ _ is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION I: That the bid of United McGill Corporation in the amount of $5,435.20 , is hereby approved. PASSED, ADOPTED AND APPROVED this_,Z L__day of 1983 24 1 ATTEST. - WA 24 j: r : C 27 28 29 30 \- x 33 34 35 36 I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTAON. 13 RECORD OF COUNCIL VOTE MAYOR: d16ye ' - - DISTRICT 1: DISTRICT 2: DISTRICT 3: DISTRICT 4: - 0;,qiG!NAL COPY CITY OF TAMARAC' ; �3 �� 7J y/wp/85 Fixed price bid p Request for Proposal DATE:_� 1 (This is not an order BID NO: PAGE NO.: 1 (�kiI blanks must be tilled In) tfEM(S) REQUIRED: TAMARAC UTILITIES WEST GRATING FOR 1tiiASTEWATER TREATMENT PLANIT WALKWAYS USING ACTNM: Buyer Phone (305) 722.5900 6 1 DS MUST BE SUBMITTED ON OR BEFORE 2 P.M. Marc 4 Eas Standard Time or Eastem Standard Ueylig" SwMW Tiln►e as apprrcl��le. It oEficiat time s be asrraches the office ofrecorded an the tthe City According Clock in the City Clerks Office. It will be the sole 1`89wisbiiittr of the udder to ensure "I his proPoaa CterK Glty of Tjknwac on or before closing flour and date shown above. The Legal Advertisement, krvtlation-lo-Bid, Genersl Conditions. instructions to Bidders. Special Conditions. Specifications. �dendums, and any +her pertinSnt document form a 1� 0( this proposal and by reference are made a part hereof. COLLUSION STATMENT: The below signed tbidder has no' diMllged to. discussed a pprrrpared hh bid wlth od1er bidders and has not �ded with any other bidder or parties to A bid whatever. MOTE. No premiums, rebates or gratuities pe+Tnitted 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 horn Did List(s). ?OTHE PURCHASING OFFICER OF THE CiTY OF TAMARAC, We M. the below signed hereby agree tofumish the following article(sl or serviee(sl the price(s) and terms stated subject to all instructions, conditions, apepifications, and all attachments hereto. We (1) have read all attachments ilt including the specifications and fully understand what is required (By submitting this signed proposal, vve P) 016clally accept s contrast it approved tBy the City and such acceptance coversCity all the Auditors an, conditions. cebleand goctlicalliOns Of business or iWAncial sreaords Pertinent 1oposat and we (o)hereby agree that we will a resullUng Order W oontra� make alrallab(e for audit 10 appropriate Glh )r ePPI All prices to be quoted F.O.B.. Buyers OestinationTamarac. Florida (Delivered at the applicable City address indicated orift Purchase Order.) ation sheet, State reason+ thereon and request that your name be retained on our FAILURE TO QUOTE: if you do not quote, please return quot "Img list, otherwise. your name may be removed from our bid mailing IiSt. other. Bids are firm for acceptance within BD days after bid opening date.. X— 11ea - - —t+lD -~�"` 'PERMS: NET �'. 3,.. ,. 0 ._... Days or by of Month (To aWly on date of delivery and eceptance of material.) N awarded. ALL ITEMS BiD HEREIN (when applicable), an additional DISCOUNT OF % is offered m addition to any terms: offered above. DELIVERY: , 1 calendar days after receipt of Purchase Order (City reserves #0 right to consider delivery time as a vital consideration when making or recommending award), VARIANCEposal f WmS: nalionsO S+i�ONSIDEREDaONILLBEDEEMED5 rmMydiaA NO VARIATIONS A AATDFT �E 94D SUBManD UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCEDIN THIS COLUMN NOSEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A Sl amTrED BID. ANDTHE CITY WILT. NOT BE BOUND IN rANYMANNERNMATSOEVERByANYVARIATIONOREXCEPTIONORLIMITATIONNOiSPECIFICALLYLISTEDWiTHINTHEBIDDOCUMENTS ALLPRICES t#111L BE CONSIDERED A5 FIRM FOR THE PERIOD INDICATED WITHIN THE BiD DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEP'TiON THEAL70 AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS Ci0U Mi N M nip sta+e' a t a can 'Ma i^ n's hereby mod" ywrr bd Carl 00 wilt+ thr lull KMO o1 the Bid Mwitation. An Cuts on 14 Panels required for Plant #2 To be done at jobsite. The 20r panels for Plant #2 will be furnished in 1010" Leng hs B Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the no Purchase Order to: Mail Payment Io: rptswo Mp;�.614 443-0192 X348v/AreeCade No.. — PROPOSAL SUBMITTED W. DON BLAKE Mail Bids to: c OFFICE ADMINSTRATOR LbrriPany:tl+w�,Rwertatitl UNITED MCGILL CORPORATION Address: PO Box 820 MG14ATURE: 2400 Fairwood Avenue, Columbus, OH 43216 Telephone No.: 614 4 4 3- 019 2 X 3 4 S DATE: 3 March 1983 indicate Which: lEncbsed References APPk"e 1110 P"*O at. kwltation To Did - Ft Mlde x of General ioroviskmS Clauses - F2 General Provisions - F3 (Retain one copy for your Ales) BIDDERS NOTE: Both sides of this Form require S%Rwb *. Corporation: X X Partnership: Individual: Other: _51d No. `93_7 SPE0FICA717IONS AND BID SCHEDULE Invitation To Bid rTY OF TAMARAC 911 N.W. 88th Avenue unarac. Florida 33321 Jul prices to be quoted F.O.B.Tsmarac, Florida. DeTvered and uNoaded at a"licable c tlf destination as indicated below. The following special conditions pf checked) apply to this bid. ed check or bid BIDDERS REQUIREMENT FC,�k ant It f&Qulfe It of the bid, which shad be forfeitedRTIFIED CHECK OR BID o the City City in the event the Biddeall i to whom' he business s bond in the amount of five (5) Pet awarded, shall tail of refuse 10 comply with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders atter award of bid. Failure to subrnit is bid bond with the bid could cause refection 4f the bid. th PERFORMANCE BONGS: The City shalt prim to It excution of the contract. require the Bidder to furnish Londs covering the faithful performance of the contract and the payment of all obligations arising thereunder in umh 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. N such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder shall deliver the required bonds to the City not later than the date of execution of the contract. Datr, s 2111/8— 3 "TrM"Y DESCRIPTION, M?ITED McGILL CORPOP.ATION OR EQUAL ALUMIVIUM GRATING .080" X 4" DEEP BY 9" WIDE PLANKS TYPE H32 ANTI-SKID SURFACE WITH INTERLOCKING MALE AND FMIALE LEGS TO SUIT PLATFORM - CUT TO LENGTH TO COVER PLATFO10". AREAS ON THE ATTACHED SCHEDULE VO. 1 DATED 1/19/83 Page No. 2 of UNiT PRICE EXTENDED PRICE LOT UNITED MCGILL QUOTATION NUMBER 83-8 BILL OF MATERIALS 52 pieces 080 x 4 x 9 x 9tl-1/2" Male/Fe ale 26 pieces 080 x 4 x 9 x 911-1/2" Male/Ma e $5,43S.20 FOB JOBSITE 28 pieces 080 x 4 x 9 x 9110-1/4" Male/F male 14 pieces 080 x 4 x 9 x 9110-1/4" Male/M le 3 nieces 080 x 4 4 x 9 9 x.2t1" Male/Female 219" Male/Male 1 piece 080 x x x 3 pieces 080 x 4 x 9 x 317-1/4" Male/Fe ale 1 piece 080 x 4 x 9 x 317-1/4" Male/Male 12 pieces 080 x 4 x 9 x lOtO" Male/Famal 4 pieces 080 x 4 x 9 x 1010" Male/Male leliverTO: �.----•� Egig ers S' azure ,j.��1 �L- 0�►te I_A1 Title OFFICE ADMINSISTRATOR Companv Name UNITED MCGILL CORPORATION UNITED INTERLOCK GRATING Address PO B O X 820 2400 FairWW4j�Tgue Columbus sienatu�e. ter•