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.