HomeMy WebLinkAboutCity of Tamarac Resolution R-83-104Introduced by Temp.# 2710
1
2
31
4
5
5
8
9
10
11
12
13
14
15
16
17
CITY OF TAMARAC, FLORIDA
RESOLUTION NO.
CNETHRRESEE INCH DIA A M PUMPBAND ICE
THREE INCH MTRIFUGAL PT21P - BID #83-5
WHEREAS, The City Council authorized the Administration
to go to bid at its meeting on" April 13 , 1983, and,
WHEREAS, bids were advertised in the Miami. Herald
a newspaper of general circulation in Broward County on April 18
and April 25 1983 , and
WHEREAS, bids were opened on May 2 , 198 3 , and
WHEREAS, Blanchard Machinery, Inc. 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 Blanchard Machinery, Inc.
in the amount of J _ $2 , 089.00 is hereby approved.
SASSED, ADOPTED AND APPROVED thisday of 1983
20
21
22
23 ATTEST:
24
- 2i2A Z
a ASST. CITY CLEAK
I HEREBY CERTIFY that I have
27 approved the form and correctness
of this RESO TION.
28
29IFT ATTIORNEY
30
r �
33
34
35
36
MAYOR:
DISTRICT
DISTRICT
DISTRICT
DISTRICT
R
RECORD OF COUNCIL VOTE
CITY OF TAMARAC
0 Fixed price bid
iff Request for Proposal
BID NO: r (This is not an order
(All blanks must be filled in)
PAGE NO.:
1TEM(5) REQUIRED: ONE THREE INCH DIAPHRAGM PUMP AND ONE
THREE INCH CENTRIFUGAL PUMP
#,,,_USING ACTIVITY' , - 211PLIC wQgK5_ Buyer. BU Phone (305) 722.5900
BIDS MUST BE SUBMITTED ON OR BEFORE ....�P�
Eastern Standard Time or Eastern Standard Daylight Savings Time as applicable. The oMciat time shall be as recorded On the Date/Time
Recording Clock in the City Clerk's Office. It will be the sole responsibility of the bidder to ensure that his Proposal reach" the Office of the City
Clerk. City of Tamarac on or before closing hour and date shown above.
The Legal Advertisement, Irnitation-to-Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and any
aftr pertinent document form a part of this proposal and by reference are made a pall herilaf.
mM-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 alter any
delivery of materials. Any such violation will result in the cancellation and/or return of materials (as applicab1f3) and the removal from Bid Lists)
TOTHE PURCHASING OFFICER OF THE CITY OF TAMARAC: We M. the below signed hereby agree tofumish the following articles) or service(s)
all the prices) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. We (I) have read all attachments
including the specifications and fully understand what is required (By submitting this signed proposal, we p) officially accept a contract if 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 resulting 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 QUOTE: if you do not quote. please return quotation sheet, state reason thereon and request that your name be retained on our
trailing list, otherwise, your name may be removed from our bid mailing list.
Bids are firm for acceptance within W days after bid opening date X - yes n0 other.
TERMS: NET % 30 Days or by 10TH of Month (To fly on date of delivery and
aceptance of material.)
If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF 0 %
Is offered in addition to any terms offered above.
DELIVERY: 7 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 "for conditions in this space or reference herein an variances contained on other pages oftnis
Proposal Form or in any Wd attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE APART OF THE
BID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHINTHE BID DOCUMENTS ANDREFERENCED 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 OR EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTEDWITHIN THE BID DOCUMENTS ALLPRICES
WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE 80 DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO
AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLLON. It no statement a contained in this space, it Is heMby
implied fhat your tlid complKs with the full scope of cars Bid Irm atron.
N Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the
following:
Man Purchase Order to: Mail Payment to: Mall Bids m:
t
Telephone No.:
PROPOSAL SUBMITTED BY:
NAME (Printed):
Company: 9AWI
Address:
SIGNATURE: _
DATE:
G.W. MOORE
Taft in I"-
01 N,E : 19
4-28-83
w/Area Code
Title: VICE-PRESIDENT
, NORTH MIAMI,FLORIDA 33181
No.: -7720
Indicate Which: Corporation: X
Enclosed Reterences Apptiaable to Proposal: Partnership:
Invitation To laid - F1 Individual:
Index of General Provisions Clauses -F2 rMtMW
CITY OF TAMARAC
5811 N.W. 88th Avenue
Tamarac, Florida 33321
-1 d-NQ. 1 3 - s
Date
if If
Pie No. _ of
All price* to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable city destination as indicated below.
The following special conditions (il checked) apply to this bid,
BIDDERS REOUIREMENT FOR CERTIFIED CHECK OR DID SOND:The City shall require from all Bidders. a certified check orbid
bond in the amount of five (5) per rant of the bid, which shall be forfeited to the City in the event the Bidder, to whom the business is
awarded, shalt 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
L� faithful performance of the contract and the payment of all obligationssuch
arising thereunder in form and amount as the City rr,
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 bonds to the City not later than the date
of execution of the contract.
QUANTITY
SPECIFICATIONS AND BID SCHEDULE
Invitation To Bid
DESCRIPTION
UNIT PRICE 'I EXTENDED PRICE
1 3" CENTRIFUGAL PUMP
HOMELITE MODEL 120 TP3 OR EQUAL
PUMP RATING: 360 gal/min. WITH 20 FEET OF
SUCTION HOSE WITH CAM -LOCK FITTINGS
50' OF DISCHARGE HOSE W/CAM--LOCK FITTINGS AT
BOTH ENDS
PUMP TO BE SKID MOUNTED WITH CARRYING FRAME
1 3" DIAPHRAGM PUMP
HOMELITE MODEL111DP3 OR EQUAL
WITH 20 FEET OF SUCTION HOSE WITH CAM -LOCK
FITTINGS
PUMP RATING: 40 Gal/min.
PUMP TO BE SKID MOUNTED WITH CARRYING FRAME
Deliver To:
Alt:
B
Title VICE-PRESIDENT
$ 1090.00
3T!x111]
Company Name BLANCHARD MACHINERY, INC.
Address 14301 N.E. 19 AVENUE
1
4-28-83
NORTH MIAMI, FLORIDA 33181
BIDDERS NOTE: Both Sides of this form require signature,