Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-3791 2 3 4 5 5115, 8 9{ 10 11 12 13 14 15 16 Introduced by Temp.# 2567 CITY OF TAMARAC, FLORIDA RESOLUTION NO. A RESOLUTION AWARDING A BID FOR 1 FRONT LOADER BUCKET FOR FORD 2000 TRACTOR BID �k82-36 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on November 10 198 2, and, WHEREAS, bids were advertised in the Miami Herald a newspaper of g6neral circulation in Broward County on November 16.23 and December 1 & 8 , 198 2, and WHEREAS, bids were opened onT)Prember 15 , 198 2_, and,. WHEREASr GrnwPrG Ford Trnrtnr Co- is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: 17 l SECTION I: That the bid of Grm7prc Fnrd Trnrtnr Cn /g in the amount of $3,500.00 is hereby approved. PASSED, ADOPTED AND APPROVED this_��day of � �J 198 2. y - 20 21 22 23 ATTEST: 24 ASST. CITY CLERK ad HEREBY CERTIFY that I have 27 :approved the form and correctness of this RESOLUTION. 28 .®� 29 30 �l 32 I 33 34 35 I 36 MAYOR: DISTRICT DISTRICT DISTRICT DISTRICT RECORD Of COUNCIL VOTE Ir , �, „ CITY VI- TAMARAC OQeE5.111 & - O Fixed price bid 1f Request for Proposal BID NO: ��- 3G (This Is not an order) {All blanks must be tilted in) (1 DATE: A�CaAvi=<-- Iw I/zI ITEMS) REQUIRED: 1 FRONT LOADER BUCKET FOR FORD 2000 TRACTOR AS PER /` ATTACHED SPECIFICATIONS PAGE NO.: VS1NG ACTIVITY: PUBLIC .IWORKS Buyer~ #A.LPH THISSEN Phone (305) 722.5900 BIDS MUST BE SUBMITTED ON OR BEFORE a � O 0 � A'). 4&js:,�.Lq. . Y Eastern Standard Time or Easter. Standard Daylight Savings Tame as applicable. The official 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 )fiat his Proposal reaches the Office of the City Clerk. City of Tatnarac on or before dosing flour and date shown above. The Legal Advertisement, M+dtatiOW10-94, General Conditions, instructions to Bidders, Special Coxnditions. Spectkations. Addendums. and any other pertinent document form a part of this Proposal and by reference are made a part hereof. ANTI -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 elther 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 Ust(s) TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We M, tha below signed hereby agree tofumish the following afticle(sl or semcets) at the prices) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. We p) have read all attachment& including the specifications and fully understand what is required (By submitting this signed Proposal, we 0) officially accept a contract it 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 make available for audit to appropriate City Auditors any applicable business or ffnanoial records pertinent to a resulting order of 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 *"on and request drat your name be retained on our mailing list. otherwise. your name may be removed from our bid mailing list. Bids are firm for acceptance within W days after bid opening date Z yes no other. TERMS: NONE% )iSl' 30Days or by of Month (To apply on date of delivery and aceptance of material.) If awarded ALL ITEMS BID HEREIN (-when applicable), an additional DISrs0UNT OF NIA 'A is offered in addition to any terms offered above. DELIVERY: 30-45 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 for" all variances contained on other pages of this Proposal Form or many 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 ISLISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN NOSEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHM A SUBMITTED BID. ANDTHE CITY WILL NOT BE BOUND IN ANY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION ORLIMITATIONNOTSPECIFICALLYLISTEDWITNINTHE 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. M no statement a contained in this space. it is heretry itrlpW that your bid Complies with the full scope of this Bid irmUtion. If Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the following: NM Purchase Order to: Mail Payment to: Mail Bids to: 1-250TRACTORPM 00. am MW GRIFFU ROAD . LAuDE milis, n 3331 T*lephorte No.:�305-583-1244 w/Area Code PROPOSAL SUBMITTED BY: NAME (Printed): T.A. REILWAN Title: MMGZR Company: ll*gat Registered Trot in PM U GROWERS F'OtiD TRACTOR CO. Address SIGNA DATE 0closed References Applicable to Propeaal: Invitation To; Did - FI Ind*: of Greneral Provisions Gauges - F2 General Provisions - F3 Partnership: SPECIFICATIONS AND BID SCHEDULE Invitation To Bid ZITY OF TAMARAC 5811 N.W. 88th Avenue Tamarac. Florida 33321 Bid No. Date 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 (if checked) apply to this bid. BIDDERS REQUIREMENT 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 shalt 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. DPERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to furnish bonds covering the faithful pef formance 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 bonds to the City not later than the date of execution of the contract. OUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE 1 FRONT LOADER AND BUCKET FOR FORD 2000 TRACTO 28?5.00 $ 2875.00 AS PER ATTACHED SPECIFICATIONS. OPPIONILL 6 Cu. FT. REAR CowmwRiGHT Ba 625.00 625.00 Deliver To: Company Name GROti= FORD TRACTM CO. Att. Addreu 5250 GRUM RMD FT. LAUDERDALE, n 33314