Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-81-2501 2 3 4 I 7 8 9 10 11 12 13 14 15 16 .7 20 21 22 23 24 25 26 27 28 29 30� 32 33 34 3S 36 Introduced by Vice Mayor Disraelly Temp. # 2087 Rev. 11/10/81 11/12/81 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-81-250 A RESOLUTION AWARDING A BID FOR EXCAVATING AND STOCKPILING OF LIME SLUDGE BID #81-35 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 OCTOBER 29 and 'NOVEMBER 5 1981, and WHEREAS, bids were opened on NOVEMBER 9 , 1981, and WHEREAS, BEE -LINE ENGINEERING & CONSTRUCTION,INC. 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 BEE -LINE ENGINEERING & CONSTRUCTION, INC. in the amount of $4,000 @ 15 foot depth, is hereby approved. PASSED, ADOPTED AND APPROVED this 12th day of November , 1981. O ATTEST: CITY CLERK I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION. CITY ATTORNEY MAYOR: DISTRICT DISTRICT DISTRICT DISTRICT RECORD OF COUNCIL VOTE ?' CITY OF TAMARAC t� D Fixed price bid ",O Request for Proposal BID NO: ?/- 3--I— (This is not an order) (All blanks must be filled in) DATE: NowembQr- 9, 19:.1 PAGE NO.: ITEM(S)REOUIRED. REQUEST FOR PROPOSAL FOR THE EXCAVATION AND STOCKPILING OF LIME SLUDGE USING ACTIVITY: Engineering Buyer: Frank Barbuto Phone (305) 722.5900 BIDS MUST BE SUBMITTED ON OR BEFORE A.M.,* Eastern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official time shalt 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 Tafnarac 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 List(s). TOTHE PURCHASING OFFICER OF THE CITY OFTAMARAC: We 0). the below signed hereby agree tofurnish the following article(s) 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 (1) officially accept a contract if approved bythe City and such acceptance covers all the terms, conditions, and specifications of this proposal; and we (1) hereby agree that we will make "liable for audit to appropriate City Auditors any applicable business or financial 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 list. Bids are firm for acceptance within 60 days after bid opening date Yes yes no other. TERMS: % Days or by of Month (To apply on date of delivery and aceptance of material.) fit awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF % is offered in addition to any terms offered above. DELIVERY: 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 specifications, teens and/or conditions in this space or reference herein all variances contained on other pages of this Proposal Form or in any bid attachment. 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 WITHINTHE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. 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 N07 SPECIFICALLYLISTED WITHINTHE 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. N no statement is contained in this space. it is hereby implied that your bid complies with the full scope of this Bid Invitation. N 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: w/Area Code PROPOSAL SUBMITTED BY: NAME (Printed): Darrell Clair Title: President Address:•••• .. Mail Bids to: ION, INC. Telephone No.: 4 3 4- 4 7 91 Indicate Which: Corporation:_ Corp. Partnership: Enclosed References Applicable to Proposal: invitation To Bid - F1 Individual: index of General Provisions Clauses -FT Other General Provisions - F3 (Retain one copy for your ales) SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No. 81-35 ` ITY OF TAMARAC 111 N.W. 88th Avenue marac, Florida 33321 Date November 9, 1981 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. BIDDERS REOUIREMENT FOR CERTIFIED CHECK OR BID 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 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 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 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 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 REQUEST FOR PROPOSAL FOR THE EXCAVATION AND STOCKPILING OF APPROXIMATELY 4000 CUBIC YARDS OF LIME SLUDGE FROM THE UTILITY WEST PLANT (7801 N. W. 61st St.) DISCHARGE BASIN. LUMP SUM BIDS ARE TO BE PROVIDED FOR THE FOLLOWING DEPTHS: (1) REMOVAL TO 10 FEET BELOW EXISTING WATER SURFACE (2) REMOVAL TO 15 FEET BELOW EXISTING WATER 1�0� C SURFACE DEPTH REMOVAL OPTION SHALL BE DETERMINED BY THE CITY. STOCKPILING AREA SHALL BE ADJACENT TO EAST SIDE OF LAGOON. FOR FURTHER INFORMA- • TION OR SITE VISITATION, CONTACT MR. FRANK BARBUTO, ASSISTANT CITY ENGINEER @ 722-5900 Lump Sum $4,000.00 Ext. 28 .fiver To: 1 9 I M, BIDDERS NOTE: Both Sides of this form require signatunL 5