Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-378i 1 2 3 4 5 �5 7 9 10 1.1 12 13 14 15 16 17 20 21 22 23 24 �s .26 27 28 29 30 \ 1 32 WIN 34 35 I 36 `i Introduced by LAI `%&gg4=� CITY OF TAMARAC, FLORIDA RESOLUTION NO. R - 52 3 A RESOLUTION AWARDING A BID FOR 1 TRACTOR / LOADER / BACKHOE COMBINATION & TRAILER - BID dM-35 Temp.# 2566 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 l)Pcember 1 & 8 198 2 , and WHEREAS, bids were opened on nPnPmhPr 15 198 2, and. WHEREAS, OrnwPrs Fora Trantor Co- is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the bid of S-roJaprs Ford Trac ti-r rn in the amount of $39,894.00 is hereby approved. PASSED, ADOPTED AND APPROVED this_ 2�o�2Zday of , 198 2. ATTEST: I `.S T. CITY CLERK HEREBY CERTIFY that I have approved the f rm and correctness of this RESOLION. f1 OFc RECORD OF COUNCIL VOTE MAYOR: DISTRICT 1: DISTRICT 2: DISTRICT 3:. DISTRICT 4: J� CITY OF TAMARAC % i l w O Fixed price bidl'� Request for Proposal DATE: Jeee, BID NO: 80 — (this is not an order) PAGE NO.: (All blanks must be filled in) ITEM(S)REOUIRED: 1 TRACTOR / LOADER / BACKHOS COMBINATION AND TRAILER AS PER ATTACHED SPECIFICATIONS. PUBLIC WORKS RALPH THISSEN Olunina 1.%'Al 721-ACI 1, Eastern Standard Time or Eastern Standard Daylight Sayings Time as applicable. The official time Shan 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 reaches the Office of the City Clerk, City of Tamarac on or before closing hour and date shown above. The Legal Advertisement, Invitation -to -Bid, 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 - 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 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 Lists) 4 TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We 0). the below signed hereby agree tofu nishthe following articles) or service(s) at the price(s) 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 0) officially accept a contract it approved by ifications of this sal. and we available or audit toand such cceptance covers all the terms. conditions, and appropriate City Auditors any applicable business or financial records pertinent to)a resulltihereby ng order oree that rrcontract )e will e Ali prices to be quoted F.O.S., 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 mailing list, otherwise, your name may be removed from our bid mailing list. Bids are firm for acceptance within 60 days after bid opening date X yes no other. TERMS: NONE % NET 30 Days or by of Month (ro apply on date of delivery and aceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF NIA % 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 io specifications. terms and/or condaions in this space or reference twain ail 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 TOBE A PART OF THE 910 SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE 910 DOCUMENTS AND REFERENCED 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 LISTED 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. M no statement is contained in this space. it is hereby implied that your bid complies with the full scope of this Bid Invitation. M Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the following: Mail Purchase Order to: Mail Payment to: Mail Bids to: ROttISRS FORD TRACTOR CO. 250 GRIFFIN ROAD FT. LAUDERDALE, FL 33314 SAME Telephone No.: 305-583-1244 w/Ares Code PROPOSAL SUBMITTED BY: NAME (Printed): T.A. HEILMAN Title: MANAGER Company: (Legal Registered Title in IFULIJ GROF = FORD TRACTOR CO. Address: 5250 SIGNATURE: DATE: RQAD, FT. LAUDSRDALE, n z SAME Telephone No.: 583-1244 — Indicate Which: Corporation: X Enclosed References Applicable to Proposal: Invitation To Bid - F1 Index of General Provisions Clauses - F2 Partnership: Individual: _. Other: SPECIFICATIONS AND BID SCHEDULE Invitation To Bid CITY OF TAMARAC 5811 N.W. 88th Avenue Tamarac, Florida 33321 Bid No. O — Date p i�G, �,�I y�'1- 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 (it checked) apply to this bid. BIDDERS REOUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, a certified check or bi 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 i awarded, shall fail or refuse to comply with.the specifications of the bid. Checks will be returned promptly to unsuccessful Bi dder after award of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. r" ] PERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to furnish bonds covering the L_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 may be 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 DESCRIPTION UNIT PRICE EXTENDED PRICE 1 TRACTOR/ LOADER/ BACKHOE COMBINATION AND 39,894.00 39,894+,00 TRAILER AS PER ATTACHED SPECIFICATIONS. Deliver To: Att. i Bidders Si naturpi� Datel2.1482 -Title MANAGER Company Name GROWERS FORD TRACTOR CD. Address 5250 GRIFFIN ROAD FT. LAUDERDALE, FL 33314