HomeMy WebLinkAboutCity of Tamarac Resolution R-82-2992
2
4
5
i
8
9
20
24
25
16
17
rY
Introduced by G Z Temp. Reso. #2489
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-82-
A RESOLUTION AWARDING A BID FOR ANNUAL REQUIRE-
MENTS OF BULK PEBBLE QUICKLIME ESTIMATED TO BE
1500 TONS. BID NO. 82-26.
WHEREAS, the City Council authorized the Administration to
go to bid at its meeting on September 22, 1982; and
WHEREAS, bids were advertised in the Miami Herald, a news-
pap&r of general circulation in Broward County on September 28 and
October 5, 1982; and
WHEREAS, bids were opened on October 15, 1982; and
WHEREAS, Allied Products Company is the lowest fully respon-
sive and responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF
TAMARAC, FLORIDA:
SECTION 1: That the bid of Allied Products Company in the
amount of $70.03 per ton, plus truck fuel surcharge at $15.48 per t
load, is hereby approved.
PASSED, ADOPTED AND APPROVED this day of , 1982.
20
21
22
23
24
ATTEST:
23
26
27
28
29
22
33
34
35
36
ASSISTANT CITY CLERK
I HEREBY CERTIFY that I have
approved the form and correct-
ness of this Resolution.
CITY /ATTO
MAYOR
RECORD OF COUNCIL VOTE
MAYORc
DISTRICT 1:
DISTRICT 2:
DISTRICT 3:
DISTRICT 4:
CITY OF TAMARAC
0 Fixed price bid
if Request for Proposal
e BID NO:(This is not an order)
8�
BAN blanks�t�fill�ediln)�
oll
NI INAL COPY'
DATE; October, 1 Aft
PAGE NO.: 1
QUICKLIME
nM(S) REQUIRED:
ESTIMATED TO BE 1500 TONS
USINGACTIVITY:
UTILITY wEST Buyeer: JOHN TARIBO Phone (305) 722-5900
MUST BE SUBMITTED ON OR BEFORE -
>F,Itsiem Daterfime
Standard Time or Eastem Standard Daysght Savings Tare as applleable• The IeAficiat thrte shall be alsreachesttne Otf"=Yftd On t the of me City
ftcording Clock in the City Clerk's Office. It will
be the
SOW
responstbitity of tlhe bidder to WIlm a totals propose
Clerk. City of Tirmarac on or 1 1 0 CbshV four and date shown aboMe.
-Ifttepal Advertisemerd. Uvitation'to-Bid. Gene p Conditions. sf t encO ns fig &deers. Spetda
�dlions SpsaifiuVw s, Addendums. and any
tt�ow pew document forth a part o1 this
proposal and by pierenoe sre made a part hereof.
or �� Ws bid with other bidders and has not
�pTy,ICD13,fr1SlON STATEMENT r: The below' signed bidder has not divulged to, discussed fitted either with, prior to, or after any
ICotfuded with any other bidder or parties to a bid whatever. (NOTE: No premiums. rebates or Gratuities pent and the removal from Bid List(s)
delivery of materials. Any such violation will resin in the cancetlatitNt and/or return of rrlateriats (as applicable)
� C Gms stated subleet toto el m sFuctrons eond ions, speciefications find a„ aYttaRchments hereto We '�'e mad ents
�t the priCe(sj and to ) we pfficiatl accept a coMsral1 a
Ctdapproved
including the specifications and fully understand what is required tBy submitting i insignedprr hereby agree
fbythe City and such acceptance covers �� terms. trend specifications
ss or financial sods pertinent t(ola resulting order a contract.) e
evaitable for audit to appropriate
wAprices to be quoted F.O.B.. Buyers DestinationTsmarac. Florida (Delivered at the spoieabk City address indicated onttte Purchase Order.
)
FAILURE TO QUOTE � name not Quote removed ereturn
from ourquotation
bid shegt. state reason voreon and requesl that your name be retained on out
snaging list. otherwise,
ay be.
Other.
Bids are firm for acceptance within fig days after bid opening date X yes ..--no
TERMS: % Net- '4=� or by of Month (To apply on date of delivery and
aceptance of material.)
ff ( N/A °A
awarded addi�YiEon�s any terms HEREIN
(when
above.
an additional DISCOUNT OF
DEUVERY• Prefer 3 calendar days after receipt of Purchase Order (City felserves the nght to consider
deliyery time as a vital consideration when making or recommending award). However 24 hour emergency
VARIANCES: Stile any variations to ape=+tnations. terns and for conditions in this span or referency herein ell vsrislees wnta,ned on other gapes of then
VARIANCES:
1 sme"'CNDVARiATIONSOREXCEP IONSBYABIDDERWILLSECONSIDEREDORWILLSEDEEM£DTOBEAPART OFTHE
N Tt4IS COLUMN NOSEPARATE
pR ACCOMPANUNLESS SUCH YING DOCUMENTS DOCUMENTS VARIATION
OR LETTERS WILL BE NT
EXCEPTION AS ISLISTEDWITHI INCLUDED WWHE RM NEA SUBMITTED B D ANDNTS AND T HE CITY WU NOT E BOUND IN
ANY M WILL E CONSIDERED N THE
AS F FIRM FORTHE PERIODiATION ONDICATED YVRH NTHE 8 DOCUMENTR EXCEPTION OROMITATION NOT S UNLESS AI BIDDER TAKESIPECIFISiDEXCEPTION THERETO
AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COUMAN. tf no statement's aonta'ned in this spaee. M e hereby
implied Vat your bid COMP108 with the full scope Of MIS Bid Invitation-
9 Purchase Order Payment or Future bids are to be mailed to other than proposers address shown below. please complete the
ldfowing:
Aw Purchase Order to:
Mail Payment to: Mail Bids to:
--kiliedd Products Coma Allied Products Company_ Allied Products Com a
. Box 36130 P. 0. Box 1575
Ri rmin. ni 2S9r17
kirminy-ham,Alabama 8�>*-
(800) 633-8587 wlArea Code Mr. Fred J. Keller, Terminal Manager
'lralephon Hallandale, Florida
§%DipOSALSUBMTTTEDBY: (305) 456-1446
? (Printed): F. A. Rikard Title: Assistant Sales Manager
Company:.(Legopepiste+edTaieinFUW Allied Product Com an
SIGNATURE: ''`""-`--�
Telephone No.: (800) 633-8587
I)ATE; October
1 19 Indicate Which: Corporelion: X
Partnership:
»Nosed References Applicable !o Prop*"':individual:
kwhation To Bid - F1
Index of General Provisions Clauses-F2 other:
General Provisions - F3
,�o ^�, "Hill, � ar,� r lrrr now f11es1
SPECIFICATIONS AND BID SCHEDULE Aid No. 82-26
Invitation To Bid
Date October 12, 1982
Y OF TAMARAC of 2
9 N.W. Wh Avenue Page No. 2
raarac, Florida 33321
Ail prices lobe quoted F.O.B. Tamarac, Florida, Delivered and vnioaded at applicable city destination as indicated below.
," following special conditions tit checked) apply'to this bid.check or bid
,BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BONDthe : The City shah require f torn ail Bidder t,�certified
he bus Hess is
bond in e amount of five (5) per cent of the bid, which shall be forfeited tothe City in the event the Bidder,
awarded, shall fail or refuse to comply
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
.J e cdoof tontactureteBiddr to furnish
bonds covering
the
#aithfLl performance of the contract and the payment s angthereunder andtheCity
ay
Bidder's usual
ources as
ybe
prescribe and with such suretiesecured y the Bidder. e Bidder shalldeliverdeliver the regui ed agreeable
�s to to City not later than the date
:tiputated, the premiums shallpa Y
d execution of the contract.
O E SC R I P T 1.0 N UNIT PRICE EXTENDED PRICE
QUANTITY l
Del'wrrTo:
Buyers Annual Requirements of bulk pebble
Quick lime estimated to be 1,500 tons.
Specifications to be in accordance with star
and B202-77 established by the American Wat,
Works Association (AWWA) for bulk pebble
Quick Lime
Subject to release by buyer in 25 ton.ship-
ments.
Calcium Requirement:
Total calcium oxide must be greater than 90X
available. Penalty per scale below 90% shall
be 2% of cost per % point or fraction thereof
SLAKE RATE TEST:
Product must meet the following 400 C (140 F)
3 min.
Total slake 10 min.
Insoluble Matter:
N.M.T. 5% (Not to exceed more than 5%)
PARTICLE SIZE:
'Quick slaking" lime "rice size" (N.M.T.
1/8" X 3/8"
CERTIFICATION:
Every shipment shall be accompanied by an
affidavit of compliance to the above
standards.
Price of lime is guaranteed for a contract period
of one year.
Freight charge is for buyer's account and rate plus
applicable surcharge at time of shipment is to apply.
$70.03 1 $105,045.00
Plus truck futl surcharge
@ $15.48 per truckload
1
Slenriwe Date 10 / 12 / 82
F. A. Rikard
Title Assistant Sales Manager
Company Name Allied Products Company
lltt
Address P . 0. Box 36130
ALLIED
(205) 663.2471
PRODUCTS
P. 0. BOX 628
COMPANY
ALABASTER, ALABAMA 35007
QUOTATION
TO: City Clerk Date: 12, 1982
. .. ........................
City of Tamarac
5811 N. W. 88th Avenue
Tamarac, Florida 33321
SUBJECT: Chemical Pebble Quicklime
Gentlemen: JOB: Bid Number 82-26
We are pleased to quote you, SUBJECT TO THE TERMS AND CONDITIONS SET FORTH BELOW
AND ON THE REVERSE SIDE HEREOF, INCLUDING WARRANTY, DISCLAIMER AND LIMITATION OF
REMEDIES, for acceptance within 30 days of the above date, the material listed below.
Allied Bulk Chemical Pebble Quicklime $43.00/Ton
Present 70 Ton Minimum Rail Freight to Hallandale, Florida $22.21/Ton
Present 24 Ton Minimum Truck Freight $4.82/Ton
Present 24 Ton Truck Fuel Surcharge @ $15.48 per truckload $0.65/Ton
F.O.B. Delivered Price to City of Tamarac $70.68/Ton
Price of lime is guaranteed for a contract period of one year.
Freight charge is for buyer's account and rate plus applicable surcharge at time
of shipment is to apply.
Pebble quicklime analysis to be within range of attached Typical Analysis Sheet.
TO PLACE YOUR ORDER, PLEASE SIGN THIS QUOTATION AND RETURN TO US.
ALLIED PRODUCTS
COMPANY
AcceptedBy: ...................................................... By:�%:,�u ....
F. A. Rikard, Assistant Sales Manager
Address: P.....0....8rox..3:6],3:Q..............................
Buyer:................................................................ Birmingham,.. Alabama ....35236........
Date................................................................. Telephone: Area Code..800 Number..633-8587
APC - I