Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-2981 2I 3 4 5 71 8 9 10 11 12 13 14 15 16 17 20 21 22 23 24 25 26 27 28 29 30 33 34 35 36 Introduced by Temp. Reso. #2488 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-82-sfg A RESOLTUION AWARDING A BID FOR ANNUAL REQUIREMENT OF CHLORINE ESTIMATED TO BE 185/1 TON CYLINDERS. BID NO. 82-27. 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 newspaper 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 Universal Corporation 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 Allied UniversalGorporation in the amount of $129.20 per ton, is hereby approved. PASSED, ADOPTED AND APPROVED this day of �i� , 1982. ATTEST: ASSISTANT CITY CLERK I HEREBY CERTIFY that I have approved the form and correct- ness of this RESOLUTION. ATTORNEY VjeC MAYOR RECORD OF COt14CIL VOTE MAYM DISTRICT 1: DISTRICT 2: DISTRICT 3: DISTRICT 4: i CITY OF TAMARAC O Fixed price bid t� Request for Proposal (This is not an order) BID NO: (All blanks must be Riled in) �4 M-RS COPY DATE: OCTOBER 11, 1982 PAGE NO.: 1 00 ITEM(S)REOUIRED- BUYERS ANNUAL REQUIREMENT OF CHLORINE ESTIMATED TO BE 185/ 1 TON CYLINDERS ACTIVITY: UTILITY !WEST Buyer. JOHN TARIBO Phone (305) 722-59W SIDS MUST BE SUBMITTED ON OR BEFORE �; P. M ` © k''- Zd 1&A fmvem standard Time or Etllatem Standard Daylight savings Time as applicable. TM official time shall beat recorded on the Date/Time According Clock in the City Cierk's Office. It will be the sole responsibility of ills bidder to arm" that ttis proposal tracker, the Office of the City Clerk City of Tilmarac on or before closing hour and date atwwn above. The Legal Advertisement. hwitation-to'Bid. General Conditions. fttnretions to Bidders. special Condtions, $pecV"tionc, Addendums. and any doer pertinent document form a part of this proposal and by reference are mode a part hereof. Wn.COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared tft bid wtth fitted either with, bidders n ano oomuded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities perm c ei the ithloval from r after Lisany del very of materials. Any such violation will result in the canosl100111 and/or return of materials (as sppacabl ) TOTHEPURCHASINGOFFICER OF THE Crry OFTAMARAC: We (). this below signedherobyawSO tofumishthe following article(s) orservice(s) 0 tQe prices) and terms stated subject to all instructions, conditions, specifications, "all attachments hereto. We (1) have mad all attachments including the specifications and fully understand what is required (By submitting this signed proposal, we (1) officially accept a contract if approved bythe City and such acceptance covers all the terms, Conditions, a�specifications �' �s pert�nt to a msuultino by Bober of contract.)t we will awaltable for audit to appropriate City Auditors any aDpliuPl *A prices to be quoted F.O.B.. Buyers Destination Tamarac, Florida (Delivered at the applicable City address indicated on" Purchase Order.) FAILURE TO OUOTE: if you do not quote. Please mturri quotation sheet, state reason fismon and request that Your name be retained on our Itnefling list, otherwise, your name may be removed from our bid mailing list. $ids are firm for acceptance within W days after bid opening date- yes no ---'-other. TERMS: 96 30 Days or by ___. of Month (To apply on date of delivery and aceptance of material.) IIIawarded ALL ITEMS BID HEREIN (when applicable), an. additional DISCOUNT OF XX 96 is offered in addition to any terms offered above. DELIVERY: 3 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 eny variations to specnications, terms and/or conditions in this space or rNerence herein an variances contained mother pages of this Proposal Form or in any bid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILLBE DEEMEDTO BE A PART OF THE BID SUBMITTEDUNLESSSUCHVARIATIONOREXCEPTIONISLISTEDWITNINTHEBIDDOCUMENTSANDREFERENCEDINTHISCOLUMN NOSEPARATE OR ACCOMPANYING DOCUMENTS CITY WILL NOT BE BOUND IN ANY MANNER WHA SOEVERB ANYYVVARR ATIONO EXCEPTION ORLIMITATONNOT SPECIFICALLYYL/STEDWRHINTHERS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBITTED BID.TE DDOCUMENTS AL PR CES WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTIONTHERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COUJMN. If no statement it eontainetl in this space. it is hereby itr4"d toll your bid contpl es with the full scope of this Bid InvitaLon. # Purchase order Payment or future bids are to be mailed to other than proposeYs address shown below. please complete the *allowing: UA Rachasa Order to: Mail Payment to: Mall Bids ft Telephone No.: w/Area Code PROPOSAL SUBMITTED BY: =401E(Printed): ROBERT M. NAMOFF Title: SALES YjANAGER jCornpany."getReplsteredTitleinFULLfALLIED UNIVERSAL CORPORATION Address: O SIGNATURE:,all Telephone No.: (305) 888-2623 0 -8Be 32-8715 OC T OBER 11 1 indicate Which: Corporation: X DATE: , Endosed References AppKcable to proposal: Partnership: kwitation To Bid - F1 kldilridual: Mdcz of General Provisions Clauses -IF2 Other. general Prm,0-^Nan — F3 SPECIFICATIONS AND BID SCHEDULE 82-�7 Invitation To Bid Bid No. Date October 1, 1,182 CITY OF TAMARAC 5811 N.W. 88th Avenue Page No. 1 of 5 Tamarac, Florida 33321 All prices to be quoted F.O.B. Tamarac, Fbrida, Delivered and unloaded st applicable city destination as indicated below. . The following special conditions (if checked) apply to this bid. , 0 BIDDERS REOUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, a certified check or bit 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 is awarded, shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptlyto unsuccessful Bidders alter 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 fumish bonds covering the faithful performance of the contract and the payment of all obligations arising thereunder in such form and amount as the City may arescribe and with such sureties secured through the Bidder's usual sources as maybe agreeable to the parties. if such bonds are stipulated, Via- 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 UNITPRICE EXTENDED PRICE BUYERS ANNUAL REQUIREMENTS"OF CHLORINE ESTIMATED TO BE 185/ 1 TON CYLINDERS, SPECIFICATIONS TO BE IN ACCORDANCE WITH STANDARD B 301-59 ESTABLISHED BY THE AMERIPAN WATER WORKS ASSOCIATION (AWWA) FOR LIQUID CHLORINE. SUBJECT TO RELEASE BY,BUYER AS REQUIRED 129.20 $239902.00 li leTwerTo: Bidders 15i ure i/� (�' Date10 -1- 82 Title SALES MANAGER CompanyNameALLIED UNIVERSAL CORPORATION Alt: Address 8350 N.W. 95 STREET MIAMI, FLORIDA 33166 RIDDERS NOTE: Both Sides of this form require siignaburs.