Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-3775 i3 9 10 11 12 13 14 15 16 17 9 20 21 22 23 iIntroduced by t Temp. 2565 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R — 42 37Z A RESOLUTION AWARDING A BID FOR 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 , 1982_, and WHEREAS, bids were opened on necember 15 1982_, and WHEREAS, Man ProdvCts, Tnc_ 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 Man Products, Inc., for One Utility Shed -Building, without two overhead garage doors and 4 windows, at a price of $3,500.00, is hereby approved. PASSED, ADOPTED AND APPROVED this Z,�x _day of 1982. ATTEST: 24'ASS1 T. CITY CLERK 2k 27 28 29 30 32 33 34 35 36 I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION. MAYOR: DISTRICT DISTRICT DISTRICT DISTRICT RECORD OF COUNCIL VOTE 49 CITY OF TAMARAC 0 Fixed price bid IN Request for Proposal DATE: 06'ec. J.S/48�. o (This is not an order) BID NO: O a2 ' PAGE NO.: /AA (All blanks must be fitted in) ITEM(S) REQUIRED- TWO METAL BUILDINGS AS PER ATTACHED SPECIFICATIONS USING ACTIVITY: PUBLIC WORKS Buyer; RALPH THISS£N phone (305) 722.5900 BIDS MUST BE SUBMITTED ON OR BEFORE oZ 0 DO P. 1ri Adff" 00'e-e_ • tu" Eastern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official time shalt be as recorded on the Date/Ttme 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-to4W. 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 hweof. 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 List(s) TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We M. the below signed hereby agree tofumish the following article(s) or servicers) 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 signedproposal, we (1) officially AcceRt a contract if approved by the City and such acceptance covers all the terns, 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 mailing list, otherwise, your name may be removed from our bid mailing list. 12/15/82 XX Bids are firm for acceptance within 60 days after bid opening date yes no other. SC on del. 10-15 days TERMS: °A �f t' tM. of Month (To apply on date of delivery and IF aceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF % is offered in addition to any terms offered above. DELIVERY: 5 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 spectfications. terms and/or conditions in this space or reference herein all variances contained another pages of this Proposal Form orm any bod 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 WTTHIN THE BIDDOCUMENTS 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 "led 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 proposer's address shown below, please complete the following: Mail Purchase Order to: Mail Payment to: Telephone No.: 3Q5- 1-9560 w/Area Code PROPOSAL SUBMITTED BY: NAME (Printed): Frank Cucclone Title: Sa 1 es Manager Company. "gat Registered Tate in FULL) Man P rOduets . Inc. Address: Mail Bids to: Telephone No.: 305-791-9560 DATE: �rjy Indicate Which: Corporation: Enclosed References Applicable to Proposal: Irwltation To Sid - Ft Index of Ge .;prat Provisions Clauses -F2 General Provisions - F3 Partnership: Individual: Other: SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No. Da te ��, S'l9 8t CITY OF TAMARAC - _ 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 (if checked) apply to this bid. j� BIDDERS REOUiREMENT FOR CERTIFIED CHECK OR BID BOND: The City shalt require from all Bidders, a certified check or bid j 11 JJ bond in" amount of five (5) percent 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 retumed promptlyto unsuccessful Bidders after award of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. iF PERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to fumish bonds covering the ._.J 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. CUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE FURNISH AND INSTALL 2 WEATHER RESISTANT $ 16,%00.00 ENAMELED UTILITY BUILDINGS ERECTED ON CONCRETE SLABS TO BE PROVIDED BY THE CITY AS . PER THE FOLLOWING SPECIFICATIONS: Discounted 50% r; SIZE: EACH BUILDING TO BE 15 ' X 25' 300 sf 2 PLUS OR MINUS I.D. WITH 2 8' OVERHEAD GARAGE ' Total Cost $,350.00 DOORS TO BE LOCATED ON 15 ENDS. SIDES TO HAVE A MINUMUM OF 8' I.D. AT SIDE WALLS AND 12' AT RIDGE (PEAK) 11Y TO PEAK. 2— 36" X 361, WINDOWS ON EACH 25' SIDE. CONSTRUCTION: BUILDINGS TO BE MANUFACTURED FROM 29 GUAGE CORRUGATED TEMPERED STEEL, WITH 21 GA REINFORCED RIBS. LOAD: BUILDINGS TO HAVE A MINIMUM 01� 30 lb . (PSI) LIVE ROOF LOAD AND 25 lb. WIND LOAD TO WITHSTAND 98 mph WINDS. (129 WIND TESTED) COLOR: PRIME COATED RED IRON OXIDE. INSTALLATION TO BE PERFORMED IN ACCORDANCE WITH SOUTH FLORIDA BUILDING CODE. PRICE INCLUDES INSTALLATION (ERECTION) AND DELIVER AT SITES DESIGNATED BY THE CITY. NO PERMITS REQUIRED BY SUCCESSFUL BIDDER. NOTE: The price on this bid includes 2 overhead gara e doors. 2 windows, erection and delivery of 2 buildings. Total Cost $ 8,350.00 i Deliver To: Tamara C i y DOW _tt._ Mr. Ralph Thissen Title �7 Company Name )9z.:, 7 Address S� o-� o�� d•Gt—it o INTER -OFFICE MEMORANDUM MM TO: LAURA Z. STUURMANS, CITY MANAGER FROM: RALPH S. THISSEN, DIRECTOR OF PUBLIC WORKS DATE: DECEMBER 17, 1982 SUBJECT: BUILDINGS (2 ) Bid #82-34 Budget - Streets, Drains, Grounds and Parks — Man Products — $8,250.00 PUBLIC WORKS DEPT. RALPH THISSEN DIR. Dec 171982 CITY t? Ai'QGLR CITY OF TAMAPAC Man Products is the only bidder and meeting all specifications I would recommend we accept their bid with the following stipulation. Remove two overhead garage doors and four windows. This would still leave two overhead garage doors. The windows could be put in at a later date by Public Works. This would bring the cost down to $7,000.00.(see attachment) I am aware this is $1,000.00 over our budget. Could the balance or all be taken from the excess budgeted for the backhoe? RST/th . C'-�^ cr- 1Z�1`1�� Z I discussed this with Ralph late P.M. 12/17. One shed was to be placed at Tract 27 Soccer field and the other was to be traded with Recreation Department. Public Works would use the smaller shed Recreation just received for chemical storage and Recreation would use the large one above for its equipment/supplies storage needs. The small shed you approved in November for recreation is too small to meet their needs already. Since we are not ready to move any type of structure out to Tract 27 at this date and until after 201 discussions, Ralph has altered his recommendation and I concur that we only procure one of the above sheds solicited via bid. Recommend Council approve an award to Man Products for One Utility Shed -Building, without two overhead garage doors and the four windows, 'at a price of $3,500.00. By purchasing only one at this time we have no problem of available funding. P[TBLIG WORKS -II Dedicated to the Protection and Enhancement of the Human Environment" IN