HomeMy WebLinkAboutCity of Tamarac Resolution R-81-208l Introduced by_�/�Ted. �435_
2
31
I� 1
•
9
30
22
22
33
14
is
26
37
It
20
21
22
23
14
33
34
36
CITY OF TAMARAC* FLORIDA
RESOLUTION 140. R -9' o?a 8
A RESOLUTION AWARDING A BID FOR
CHLORINE BIQ # $1- 29
1WREAS, The City Council authorised the Administration
to go to' bid at its meeting on Till. 9 9 __.• 1981, , and,
WHEREAS* bids were advertised in the Fort Lauderdale News
a rewspapes of general circulation in Braward County on August 2_
and September 4 . 198_1_1 And
WHEREAS, bids were opened on __,ptAm�oY 11 .198.1 ., and
WHEREAS# ALLIED UNIVERSAT. CnRP 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 .ALLIED UNIVERSAL CORP.
in the amount of $172.95 per Ton(Total Amount $31,995.75), is hereby
approved.
PASSED, ADOPTED AND APPROVED this a&�,day of 11981.
MAYOR
ATTEST:
/-2
C CLE V
I HEREBY CERTIFY that I
have approved the form and
correctness of this RESOLUTION.
r,
,ram � � � L.� .�'♦
ITY ATTORNEY
MAYOR:
DISTRICT
DISTRICT
DISTRICT
DISTRICT
RECORD OF COUNCIL VOTE
CITY CF IAMARAC
E3 Fixed price'bid
Request for Proposal
BID NO: _ �� .2 % (This Is not an order)
(All blanks must be tilled in)
?f SID I —A () 8'
DATE: September 3, 19dl
PAGE NO.: 1
ITEMS) REQUIRED: WYERS ANNUAL RWaREMU OF CMDRINE ESrIlp= TO BE 185/170N CYI,=
USING ACTIVITY: UTILITY WEST Buyer: JOHN TARIBO Phone (3p5) 722.59M
BIDS MUST BE SUBMITTED ON OR BEFORE .m. A.M.Q. September 11, 198
3stem Standard Time it Eastern Standard Daylight Savings Time as applicable. The Official time shalt be as recorded on the Dale/Time
fern. City
Gook in the an Clerk's Office. h howilw be the sole responsibility of the bidderto ensure that his propossi reaches fhe Office of the City
:Mrk, City of T,anarsc on o► before closing flour and date shown above.
Re Legal Advertisement. Invitation -to -Bid, General Conditions. bmtructioni to Bidders. Special
**r pertinent document form A part Of this proposal and by reference are made a part hereof. 8o+eh6catrons' Addendums. and any
Wn-COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed a
alluded !Pith any Olt' or bidder or parties to a bid whatever. (NOTE; premiums. rebates or compered Did wiM Other bidders and has not
ielivery Of materials. Any Such violation will result in ft cancellation and/or return of materials tunes Ip I f �. prior to, or after any
(A ISM ) removal from Bid Ltstls)
TOTHE PURCHASING OFFICER OF THE CITY OFTAMARAC: We M. thebetowst at the price($) and terms stated subject to all instructions. conditions, goad �at agree nts hereto.
o. following read all or se
attachments
sl
ncluding the specifications and fully understand what is sPecdiing this
s, and all attachments hereto. We Q) have road a4 attachments
required (By submitting this signed proposal, we p) officially accept a contrac! it approved
sty the City and such acceptance covers all the terms, conditions, and specifications Of this proposal; and we (I) hereby agree that we will make
available for audit to appropriate City Auditors any applicable business or ftnarwjw records Pertinent to a resulting order of contract.)
AA prices to be quoted F.O.B., Buyers Destination Tamarac. Florida (Delivered at the AI rig list.
t. QUOTE: ff you do not quote, please return able City address indicted onto Purchase Order.)
vraitinp list, otherwise, your name may be re Quotation sheet, state reason thereon and request that yO„ r rule be retained on our
y moved horn our bid trlaiNnp Nat
Bids are firm for acceptance within SO days after bid opening � �XX
yes ____no —.other.
TERMS: ,ism __ % Days or by of Month o
R eggs on date of delivery and
aceptanoe of materhal.)
ff awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF N 0
is offered in addition to any terms offered above.
LIVE
_ calendar days after receipt of Purchase Order (City reserves the right to consider
delivery time as a vital consideration when making or recommending award).
i
VARIANCES: State any va►iasons to spec+(,cations. temp andro• Condiliona kithis space a reference brain ar variances contained on ethe• owes this
Proposal Form or m any bid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PART OF THE
BIDSUBMITTED UNLESS SUCH VARIATIONOREXCEPT1pNISLISTED WITHINTI�ESIDDOCUMENTSANDREFERENCEDINTr11SCOLLnNN NOSEPARATE
OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDEREDAS INCLUDED WITHIN A SUBMITTED BID. AND THE CITY WILL NOT BE BOUND IA
ANY MANNER WHATSOEVER BY ANY VARIATI'ONOREXCEPTION ORLIMITATIONNOTSPECIFICALLYLISTEDWRHINT1iE810pOCUMEMS ALLPRiC£S
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 S UNLESS
M no statement E contained m this space. k is hereby
} helpliatl that your bra ppn,pl,aa with the fu0 SCOM of this Bid MNnahan.
N Purchase Order Payment or Future bids are to be mailed to other than following: WOPOSer's address shown below, please complete the
Shall Purchase Order to: Mail Payment ttr.
ALLiEll UNIVERSAL CORP. Mail Bidsta
n 0 N. W. U Ste, SAME SAME
Fl nri da 33166
phone No.:_(3OS) bbd-262 w/Area Code
t POSAL SUBMITTED BY:
NAME0:rJntidjl: ROBERT M. NAMOFF Title: VICE -?RESIDENT
Company: (Legal Registered Title inFULU ALLIED UNiVERSAL CORYORATiON
Address: bS 2p N .1;tj) 93St . , Miami
SIGNATURE:
DATE:
Enebsed Retemnoces Appi"We to Proposal:
hMtation To Old - Ft
lhdes of General Pro�00" t:fla"" - FZ
General ProviaMr•+ F3
Florida 33166
Telephone No: (305) bbb-2623
Indicate Which: Corporation.. _XXXXX
Partnership:
VCWM#N
otaraln one can for Yotar fNes) -
BIIDOFRS NOTE: both sides of thds Forr.T rewire sionsturltt,
SPECIFICATIONS AND BID SCHEDULE tSl-29 .
Invitation To Bid mid No.
if OF TAMARAC Oate9/3/�1
t N.W. 88th Avenue -
arac. Florida 33321 - -. -. Pape No. 2 of 3
All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable city destination as indicated below.
The following special condftlons (If chocked) apply to this bid.
3 BIDDERS REOUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, s certified check or bid
JJ bond in the amount of free (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.
J 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 maybe agreeable to the parties. If such bonds are
stipulated,11h renw .shalLi4Bsid byte Bidder. The Bidder shall deliver the required bonds to the City not later than the date
of execution of the contract. _"..
UANTITY '` DESCRIPTION iJNR PRICE EXTENDED PRICE
-�' wkms. Akim Ima CF aHLoRIM E91MGkTM 70 4172. 95
BE 185/ 1 TON C4!LIMERS, SPECIFICi1TICNS Zn BE I11
A93MFMNM. WTlit r-TAN)ARD B 301-59 EM ABLISHM BY 7M
a A*'r2ICAN TII2 i�{S ASSOCIATION (AWWN) FOR LIQUID
CI�IRII�= .s-
-VLAZ BY*R AS R=IItED
;Wl;: :4W,
:. _4 � _
_
4
4
r •— ==-eratzblIL-
Y
ve*To-
Bidders Signature Date 9/3/dl
7.
-
Title VICE-PRESIDENT
Company Name ALLIED UNIVERSAL CORPORATION
47
Address d 35 o N . W. 93 St . ,
Miami , Florida 331-66
IDOERS
_ -
!NOTE:140. Sides
of this form require sianaro M