Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-001Introduced by C/W Massaro Temp. #_2 L2 4 _ i 1 2 3 4 5 MXI! 15 16 17 X8 i0 104111111 22 23 24 25 26 27 28 29 30 33 34 35 36 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-82-1 A RESOLUTION AWARDING A BID FOR 'TV/SEAL TRUCK MOUNTED 'SYSTEM BID `# 81-39 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on November 12 1981, and, WHEREAS, bids were advertised in the Fort Lauderdale News a newspaper of general circulation in Broward County on December 8 and --December 15 198 1 , and WHEREAS, bids were opened on__�eceMb21 1981 and WHEREAS, _ CUES, INC. 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 NC., __CUE S T,—_........__..,,_____._ .. ,.r.. in the amount of $80,325.00 , is hereby approved. PASSED, ADOPTED AND APPROVED this 13th day of January 1982 ATTEST: AS'ST. CITY CL K I HEREBY CERTIFY that I have MAYOR; approved the form and correctness DISTRICT of this RESOLUTION. DISTRICT DISTRICT CITY ATTORNEY DISTRICT MA 0 RECORD OF COUNCIL 'VOTE CITY OF TAMARAC 1k 0 Fixed price bid Q .Request for Proposal BID NO: __ (This is not an order (All blanks must be filmed In) . TE: PAGE NO.: 'EM(S) REQUIRED' TV/Seal Truck Mounted System in accordance attached specifications 1. USING ACTIV17Y: utilities West Buyer: Bob Woelke Phone (305) 722-59W IDS MUST BE SUBMITTED ON OR BEFORE,��4�'�IG?xt L�-.[d ArtllFr,"A 62 0 e atz,_. Eastern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official ttrrte shalt be as recorded on the Date/Ttme Recording Clock in the City Clark'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 Tarnarac on or before closing hour and date shown above. The Legal Advertisement, trMtationfto-Bid, General Conditions. ht4truc*m to Bidders. Special Conditions, Specilications, Addendum, and any other pertinent document form a part of this proposal and by reference are made a part hereof. AM'1-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 (u applicable) and the rarnoval from Bid List(s). TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We M, the below signed hereby agree to f oygah the following article(s) or serv106(s) at the price(*) 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 A) Officially accept a contract if approved by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and we (1) hereby agree that we will stake mailable for sudlt to appropriate City Auditors any applicable business or firummiat records pertinent to a resulting order or contract.) An prices to be quoted F.O.B., 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 fist. Bids are firm for acceptance within W days after bid opening date X yes no other. TERMS: net % , 30 _ __ _ Days or by of Month (To apply on date of delivery and aceptanee of material.) N awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF none % Is offered in addition to any terms offered above. DELIVERY: 75-90 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 specIficstians, tarns and/o conditions in this speoe o reference herain an variances contained on other pages of this Proposal Form Win any bid arlachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PART OF THE BID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THISCOLUMN, NO SEPARATE 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 SPECIFICALLYUSTEDWITHINTHESIDDOCUMENTS 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 apace, I is hereby snnpW that your bid complies with fhe full sec" of this Bid Invitation.' none It Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the following: Mall Purchase Order to - Cues, Inc, 9,-Q.Qx 551filando, F1. 32855 Mail Payment ID: Same Telephone No.:, 30EM-0190 w/Area Code PROPOSAL SUBMITTED BY: NAME (Printed): Wa1 ter F. Huber Tithe: Vice -President Company, a egal Registered TIM r+ FUt ll CUES INC. Address: SIGNATURE; Mail Bids to: Same W'Ta 305/849-0190 Telephone Na.: DATE: December 16 1981 Indicate Which. Corporation: X tl:ncloaed References P Applicable to Propertal: Invitation To Bid - F1 Wax of General Praviisions Clauses - F2 General Provisions - F3 artrtersftip. Individual: Other: ber.Lx-iCAMNS AND BID SCHEDULE Invitation To Bid Y OF TAMARAC 1 N.W. 88th Avenue iarac. Florida 33321 Bid No, &— d-g. Date 12 16 81 Page No. of All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable c4 destination as indicated below. Tile following special conditions (if checked) apply to this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR 610 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 awa, d of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. PERFORMANCE BONDS: The City strati &Aor to Ow excution of the contract, require the Bidder to furnish 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 prescribe and with such sureties secured through the Bidder's usual sources as maybe agreeable tothe 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. ANTITY DESCRIPTION 1 TV/Seal truck mounted system as per attached specifications entitled City of Tamarac TV/Seal truck mounted s stem for the internal insEection and joint seal re of sanitary sewers and storm sewers. NOTE: All bidders must fill in all supplier information sheets that are part of the above specification. 'ieliver To: r UNIT PRICE I EXTENDED PRICE 80,325.00 I $80,325.00 [J LWeF Bidders Signature Dae 12 1 b 131 a t r er Title Vice President Company Name CUES, INC. Address 3501 Vi nel and Rd. Orlando, F1 32805 . City of Tamarac, FL TV/Seal Truck Optional Equipment A. Substitute a 1982 aluminum body, 10.0DO GVW, 14' truck in lieu of the 1980 alLminum body, 14,000 GVW, 16' true. as per CUES base bid. Delivery 180 days. B. Substitute a low light level TV camera with remote focus r :''but without the auto iris override feature. .C.' Substitute a low light level TV tamers without remote 'focus and without auto iris override. D. Substitute a fiber towing able in lieu of the steel armored TV towing cable. E. Delete the battery charger. F. Substitute a standard reel without level wind controlled front the ope fa tors station. G. Substitute 1/8" stainless steel table for the 3/166' stainless steel cable offered 0 .28/foot. H. Delete 1 power cord and reel. I. Delete the modular electronic equipment control panel. J. Substitute a rental charge for the loaner equipment after warranty in lieu of the No Rental Charge Loaner Electronic Equipment Policy (except freight) offered by CUES for the life of the equipment. K. Delete the vent fan and light in the chemical tank area. L. Substitute a single grout pumping system in lieu of the Multi Grout Pumping System specified. 10. Delete the chemical tank mixers. N. Substitute a manual testing system in lieu of the Test N' Seal Control Center. Deduct S2.000.00 Deduct S 70D.00 Deduct S2400.00 Deduct $1,30.00 Deduct S 178.00 Deduct $1.030.00 Deduct S 280.00 Deduct $ 415.00 Deduct S 500.00 Deduct $1,200.00 Deduct S 267.00 Deduct $4,280.00 Deduct S 296.00 Deduct $2,450.00 0. Substitute a 4S gallon water/chemical tank only ir l:eu of the complete water/chemical Multi Grout System by CUES including the 66 gallon water tank. the 20 gallon- •, catalyst tank„ and dual 30 gallon stainless steel chemi ca 1 tanks. Deduct S 1, 700. 00