HomeMy WebLinkAboutCity of Tamarac Resolution R-83-106. r,
Introduced by
Temp. # 2708
5
7
a
9
10
11
12
13
I 14
15
16
17
1
CITY OF TAMARAC, FLORIDA
RESOLUTION N0. R- /4)6
A RESOLUTION AWARDING A BID FOR
ONE 1.25 CU. FT. AIR COMPRESSOR AND
APPURTENANCES - BID #83--6
WHEREAS, The City Council authorized the Administration
to go to bid at its meeting on Aril 13 , 1983, and,
WHEREAS, bids were advertised in the Miami Herald
a newspaper of general circulation in Broward County on April 18
and 1983 , and
WHEREAS, bids were opened on May 2 , 198 3 , and
WHEREAS, Blanchard Mazbinnea- Inv,,,is the 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
in the amount of _7 ��� �� is hereby approved.
--'ASSED, ADOPTED AND APPROVED this�day of 198 3.
20
21
22 MAMR
23 ATTEST:
24
;L RECORD OF COUNCIL VOTE
ASST. CITY CLERK .I _.
Z ( I HEREBY CERTIFY that I have
27iiapproved the form and correctness
lof this RESOLUTION.
28
29 Fr.
30
33
34
35
36
MAY
DISTRICT
DISTRICT
DISTRICT
DISTRICT
U
CITY OF TAMARA
E3 Fixed price bid �RI�INAL COPS
it Request for Proposal DATE.
BID NO: to (This Is not an order
PAGE NO.:
(All blanks must be filled in)
ITEM(S) REQUIRED" ONE ' 12 5 CU. FT. AIR COMPRESSOR AND APPURTENANCES
USING ACTIVITY. PUBLIC WORKS Buyer: FRANK SARBUTO Phone (305) 722-5900
BIDS MUST BE SUBMITTED ON OR BEFORE r009 IUD' 3
tEasteln Standard Time or Eastern Standard Daylight Savings Time as applicable. The olliclal time shall be as recorded on the Date/rime
Recording Clods to the City Cleric's Office. It will be the sole responsibility of the bidder to ensure ttlat his proposal ►cadres the Office of the City
Cork, City of Ti israc on or before dosing hour and date shown above.
The Legal Advertisement, Invitation-WBid, General Conditions, k*VUCtions b Bidders. Special Conditions, Specifications, Addendums. and any
other pertinent document form a part of this proposal and by reference are made a part hereof.
Awn -COLLUSION STATEMERT: 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 msterials. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from Bid List(s).
TOTHE PURCHASING OFFICER OF THE CITY OF TAMARAC: We M. the below signed hereby agree tofumish thNotlnwing afticle(s) or servioe(s)
at the price(s) and tens: stated subiect to all instructions, conditions, specifications, and all attachments hereto. We 0) have read all attachments
Including the specifications and fully understand what is required (By submitting this signed proposal, we 0) of r'CiaNY accept a contract If approved
by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and we M hereby agree that we will mace
available for audit to appropriate City Auditors any applicable business or financial records pertinent to a resulting order of contract.)
AV vices to be quoted F.O.B., Buyers Destination Tamarac, Florida (Delivered at the spplicsble City address indicated ontfre Purchase Order.)
FAILURE TO QUOTE: H you do not quote, base return quotation sheet, state reason thereon and request that your nacre be retained on our
trailing fiat, otherwise, your name may be removed from our bid mailing hot.
Bids are firm for acceptanCe within 60 days after bid opening date X — yes no triher.
CMS: NET % �Q„-,,,Days or by 10th of �h (To apply on date of delivery and
aceptance of material.)
If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOLIN'r OF NONE %
6 offered in addition to any terms offered above.
DELIVERY: 90 calendar days after receipt of Purchase Order (City reserves the right to consider
delivery time as a vital Consideration when making a recommending award).
VARIANCES: State any vsriatw* to sve ftatians, tams and/w canditions in inns space ar "Owonce homin st verbncos cw t ftd on ofMr pages otfts
Proposal Form or M anybid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PART OF THE
WSLIBMITTEDLNfLESSSUCH VARIATION OREXCEPTIONISLISTEDV HINTMEBIDDOCLOAENTSANDREFERENCEDINTNSCOLUMN.NOSEPARATE
OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIIN A SUMMMED BID, AND THE CITY WILL NOT BE BOUND IN
AWMANNER WHATSOEVER BY ANY VARIATION OR EXCEPT" OR LIMITATION NOT SPI[CIFICALLYLISTEDWITHINTHE 91IDDOCUMENTS ALLPRICES
WILL BE CONSIDERED AS FIRM FOR THE PERIOD MDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO
AND LISTS SUGH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COUJJMN- N no sbswsmrd a contained in This space, k is hereby
aapW that your bid comon with fM fuU sew of this Bid hifttion-
NONE
to Purchase Order Payment or Future bids are to be mailed to other than proposer's address stlown below, please complete the
following:
Mall Purchase Order W
Mail Paymedt Io:
Telepfw w No.: w/Area Cade
PROPOSAL SUBMITTED BY:
Mail lids to:
VICE-PRESIDENT ,
NAME (Pri d0 Ti fe:
Company: IIIAW pegwww Title in" LLj BLANCHARD MACHINERY INC.
men; 4301 N.E. 19 AVENUE, NORTH MIAMI, FLORIDA 33181
SIGNATURE: elepfwne Nm: (305) 920-7720
"TE: 4-29-83 krdicalte Which: Corporation: X
Enclosed References Apple" fie Proposal: Parmn wship:
Invitation To Rid - Ft Mtdividwi:
khdez of General Provisions Clauses -F2 Olhdr:
General Provisions - F3
&'n'^JFICATIONS AND BID SCHEDULE
Invitation To Bid 3 —
CITY OF TAMARAC Date 9a--J'- �3
5811 N.W. 88th Avenue
Tamarac, Florida 33321 ,Page No.� 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 (N checked) apply to this bid.
BIDDERS 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 (5) 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 shalt prior to thb excution of the contract, require the Bidde: 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
presc►ibe 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.
QUANTITY
DESCRIPTION
1 AIR COMPRESSOR 125 CFM @ 100 psi
(SINGLE STAGE, OIL FLOODED, ROTARY SCREW)
GASOLINE POWER UNIT WITH ELECTRIC STARTER,
4 CYLINDER WATER COOLED, 12 VOLT ELECTRICAL
SYSTEM
To:
■
UNIT TO BE TRAILER MOUNTED WITH 2 6:50x13
PNEUMATIC TIRES
UNIT TO INCLUDE THE FOLLOWING EQUIPMENT:
1. 90 LB. PAVING BRAKER
2. 100 FT. 3/4" AIR HOSE.
3. 12 MOIL POINTS
4. 6 CLAY SPADES
5. 1 6"x6" TAMPING PAD & SHANK
THIS UNIT MUST MEET OSHA SPECS.
WE ARE BIDDING AN INGERSOLL-RAND MODEL P125WW
COMPRESSOR AND AN INGERSOLL-RAND BR40S PAVING
BREAKER
UNIT PRICE „ -1 EXTENDED PRICE
M
Title VICE-PRESIDENT
$ 7698.00
1
4-29-83
Company Name BLANCHARD MACHINERY INC.
Address 14 301 N.E. 19 AVENUE
NORTH MIAMI J LORIDA 33181
BIDDERS NOTE: Both Sides of this form require signatun&.