Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-83-2851 2 3 4 5 6 7 8 9 10 11 12 13 14 r1.7Z 16 17 1.8 20 P4a 22 23 24 25 26 27 28 29 30 32 33 34 35 36 Introduced by Temp. # H-8-7.. CITY OF TAMARAC, FLORIDA RESOLUTION NO. R - V3=2S._-,L A RESOLUTION AWARDING A BID FOR ANNUAL REQUIREMENT OF CHLORINE ESTIMATED TO BE QN CY INDEHS„s.,.BID #d3=1g WHEREAS, bids were advertised in the Miami Herald a newspaper of general circulation in Broward County on Oct. 4 and , 198 0__, and WHEREAS, bids were opened on _Oct. 18 ._ .�, 198 3 , and WHEREAS, Allied 11niversal Cgrp. 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 Allied Universal. Corporation in the amount of $259.00 per ton, Total Amount of $47,915.00, to be paid as purchased during the balance of the fiscal year, is hereby approved. 'ASSED, ADOPTED AND APPROVED this�y day of ATTEST: . ? 9 PJ3 T. CITY CLERK RECORD OF COUNCIL VOTE I HEREBY CERTIFY that I have MAYOR FALCK: approved the form and correctness el of this RES LUTION. DIST. 1: C/M K %AVITZ: DIST. 2: i"-'` ATTORNEY �- DIST. 3: ClW i k +..;. E R: `� DIST. 4: C/MPAN T Z: CITY OF TAMARAC lAr,irr, D-RIGi N,',_ ; Fixed price bid G' Request for Proposal TE: October 7, 1983 BID NO: .�� (This is not an order) PAGE NO.: 1 (All blanks must be filled in) ITEM(S) REOUIRED: BUYERS ANNUAL REQUIREMENT OF CHLORINE TO BE 18511 TON CYLINDiCs USING ACTIVITY: UTILITIES WEST Buyer: JOHN JARJR0 Phone (305) 722.5900 BIDS MUST BE SUBMITTED ON OR BEFORE stem Standard Time or Eastern Standard Daylight Savings Time as applicable. The official time shalt be asre corded then Office a lef s Recording Clock in the City Clerk's Office. It will be the sole responsibility of the bidder to ensure that his proposalCity clerk, City of TAmarac on or before closing hour and date shown above. The Legal Advertisement, Invitation -to -Sid, 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. A" -COLLUSION STATEMENT: The below signed bidder 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 USI(s). TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We 0), the below signed hereby agree to furnishthe following article(s) or service(s) at the prices) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. We (1) have read all attachments including the specifications and fully understand what is required By submitting this signed proposal, we (1) officially accept a contract d approved by the City and such acceptance covers all the terms, conditions, and specifications of this proposal: and we (1) hereby agree that we will make available for audit to appropriate City Auditors any applicable business or financial records pertinent to a resulUfng order or contract.) All prices to be quoted F.O.B., Buyers Destination Tamarac, Florida (Delivered at the applicable City address indicated onthe Purchase Order.) FAILURE TO OUOTE: If you do not quote, please return quotation sheet, state reason thereon and request that your name be retained on our tmailing list, otherwise, your name may be removed from Our bid mailing list. Bids are firm for acceptance within fib days after bid opening data X — yes no other. TERMS: % Net 30 Days or by of Month (To apply on date of delivery and aceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF None % is offered in addition to any terms offered above. DELIVERY: Max calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). VARIANCES: State any variations to specifications, terms and/or conditions in this space Or reference herein all variances contained on other pages of 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 PART OF THE DID 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 SPECIFICALLYLISTED WITHIN THE BID DOCUMENTS ALLPRICES WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES 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 inplod that your bid complies with the full scope of this Bid Invitation, If Purchase Order Payment or Future bids are to be mailed to other than proposers address shown below, please complete the following: Mail Purchase Order to: Mail Payment to: Mail Bids to: elephone No.: w/Area Code PROPOSAL SUBMITTED BY: NAME (Printed): Del. B. Cox Title: Company: (Legal Registered Tale in R W Allied Universal Corporation 8350 N. W. 93 Street Address: Al Miamit Florida 33166 SIGNATURE•. �� ' L, r� Telephone No.: 0 881-262 or DATE. October 7 1983 Indicate Which: Corporation: X Enclosed References Applicable to Proposal: Invitation To Sid - F1 Index of General Provisions Clauses - F2 General Provisions - F3 Partnership: Individual: Other: (Retain one copy for your files) .crim"9, 91DOERS NOTE: Both sides of this Form require signature. SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No. 73 "ITY OF TAMARAC 5811 N.W. SMh Avenue ramarac, Florida 33321 Date October 7. 19883_ 1 Page No. 2 of All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable city destination as indicated below. The following special conditions (if checked) apply to this bid. MBIDDERS REOUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, a certified check or bid bond in the amount of five (a) per cent of the bid, which shall be forfeited to the City in the event the Bidder, to whom the business is awarded, shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders after award of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. PERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to furnish bonds covering the faithful performance of the contract and the 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 usual sources as maybe agreeable to the parties. If such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder shall deliver the required bondsto the City not later than the date of execution of the contract. QUANTITY DESCRIPTION UNIT PRICE-1EXTENDED PRICE To: BYERS ANNUAL REQUIREMENTS OF CHLORINE ESTIMATED TO BE 185/ 1 TON CYLINDERS, SPECIFICATIONS TO BE IN ACCORDANCE WITH STANDARD B 301-59 ESTABLISHED BY THE AMERICAN WATER WORKS ASSOCIATION (AWWA) FOR LIQUID CHLORINE. Per SUBJECT TO RELEASE BY BUYER AS REQUIRED $259.00 Ton $300,00 $47,915.00 Delivery Order Bidders Si natu Date 10/7/83 Title Sales Manager, Del U. Cox Company Name Allied Universal Corporation Address 8350 N. W 93 Street Miami, Florida 33166 BIDDERS NOTE: Both Sides of this form require signature.