HomeMy WebLinkAboutCity of Tamarac Resolution R-81-207Introduced by V/M Disraelly
Temp. # 2037
Rev. 9/23/81
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R - 81-207
A RESOLUTION AWARDING A BID FOR
BULK PEBBLE QUICKLIME -BID #81-28
WHEREAS, The City Council authorized the Administration
to go to bid at its meeting on July 22 , 1981, ands
WHEREAS, bids were advertised in the Fort Lauderdale News
a newspaper of general circulation in Braward County on August 28
and September 4 1981, and
WHEREAS, bids were opened on September 11 1981, and
WHEREAS, Dixie Lime and Stone Company 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 Dixie Lime and Stone Company
in the amount of $54.70 per ton , is hereby approved, the freight
rate and fuel surcharge in effect at the time of shipment to apply.
Current rates are $14.42 per ton for freight and $3.55 per ton fuel
surcharge.
PASSED, ADOPTED AND APPROVED this 23rd day of September , 1981 .
ATTEST:
ASST. CITY CL RK
I HEREBY CERTIFY that I have MAYOR;
approved the form and correctness DISTRICT
of this RESOLUTION. DISTRICT
DISTRICT
CITY ATTORNEY DISTRICT
RECORD OF COUNCIL VOTE
CITY OF TAMARAC
13, Fixer- price bid
t. BID NO: 13 Request for Proposal
�� o�� (This Is not an order)
(All blanks must be filled in)
ITEM(S) REOUIRED:
BE 1500 TONS
S MMAL
8r -�0��50
DATE: Septa 9, 1981
PAGE NO.:
USING ACTIVITY: VTILITy wEST Buyer. — W TAR MO
one (305) 722-59M
BIDS MUST BE SUBMITTED ON OR BEFORE Sept 11, 19 81 . 2 : 0 0 PM
A.M.,
stem Standard Time or Eastern Standard Oa Recording Clock in the city Cierk-s Office. It will ft sue" ro s one as applicable. Tate;al t�++e Shan be as
Clock. City d 7unsrac on or before closing s�^s"ity d the bidder to ensure that his worded on the Date/Time
g hour and date shown above Proposal �s the Office of the City
The Legal Advertisement. trI t�tion.to-Bid. Cienenl C
or
other pertinent document form soon of this � to Bidden. special Condibansr
Pxapoaal and by nNrence are made a part hexed. Bo asora. Addendums. andany
ApfTl{O=,=UStON STATEMENT; The bets, Sigwith ned bidder dMAlged to.
delivery d materials. bidder a►lies to a bid whatever. (NOTE Nopremium s discussed
a compared his pd "� oar adders and has not
Y such violation will result in" cancellation at'at/or r's',UJIrebates of gratuities De►ttMtfed either with, prior to. or after any
TOTHE PtlRCftASING OMCER OF THE CPTYOFT n+aterials (as applicable) and the removal from Bid List(s).
at the prices) and terms stated suNect to all instructions We A). fhe � signed herebyagree tofurr+isf,
Including the specifications and fully understand what its M �it�' WOc�tions, and all attachmentsthefotlo"'i^g aK,cle(s) or sen,;ce(s►
by the City and such acceptance Covers all the terms. cc nditionsandub� �s si I oife�etaWM We
(1) have
t a contract echments
available for audit to appropriate C specifications o this Proposal. and 1 hereby nY Auditors any applicable () y agree that we will Make
4M irises to be �+airtess or U^snc� records pertinent to a resulting order a eoMract.) FAILURE TO OLIuoted 'O.B.. Buyers Destination Tamarac, Florida oollvwed at the appilcable City
rMifing fist. otherwise. you► name rnQa�be nmao ed t� Ga reason address
indicated onthe Purchase Orde►.1
horn ou► bid retailing list. Quest that your name be retained on our
Bids are firm for acceptance within 80 days after bid opening date_ YX_ yes
TERMS: other.
--?it Days or by of Month (To apt,ry on dste of delivery and
acentant, f,r
Ftawarded ALL ITEMS BID HEREIN (whenapplicable an offered in addition to any terms o ered ab Ve. �� additional DISCOUNT OF N/A
DELIVERY: _..r; t }, i n n n P
delivery time as a vital consideration Calendar
al when amak�o after
��m rpt of Purchase Order (Cof ity !h reserves the right to consider
mending award).
variations 10
nti to
P►oposalFwmmorinanypdma� moot NO ARAT°ONSOR W1d1wIONSBYABI
BID SUBMITTED UNLESS SUCH VARIATION OR 1Ms avace a►etwence herein ap variances Contained on OR ACCOMPANYING EXCEPTION ISLISTEDWITNINNESIDDOCUMEDDER WILL BE NT ANp �WILLBEDEEMEDTOSEAARTeOF HE
ANYMANNER WHAT DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A
WILL BECONSIpEREDNOSEPARATE
OE iIRBYANY ARIATI�CC�WRORLIMITATION REF BID,AN DINTMITYWILL NTBEBOUNDIN
AND LISTS SUCH EXCEPTION FOR
T E PERIOD gip DOCUMENTS AND IN THE I NOT SPECIFICALLY TEp BWIITTMINTTHE THE
DOCUMENTS ALL PRICES
MrrDheO that you► bid t:Orrr THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION TI�IERETO
OUla with the full s�Ope o/ this 8td REFERENCED IN Ti•eS COLUMN. N no atatenllrn aB conta
ined in this apace. it is hereby
Frei ht rate and fuel surcharge in effect at time of shipment will apply
Freight is $14.42 per ton. Fuel surcharge is $88.78 per ton:
.I Purchase Order Payment or Future bids are to be mailed to other than
oilowing: Proposers address - wn Purchase below, ,please complete the
chase Order to: Mail Payment JW
Mall Bids to. -
In e No.:
ROPOSAL SUBMITTED BY: w/Aree Code
AME (Printed. Richard C. Compton Sales Representative
Title:
3MMnr 0981 Registered To* in FULL) DI X I E 'L IME AND STONE Co.
tdress:
awer 217 Sumterville, Fla. 33585
NATURE:
,T. September 9, 19 81 Telephone No,; a n d 7 0 6 3
aebsed Relerenees Applicable to Indicate Which; Corporation: —XXXX ----
P►oposal:
it rffttion To Bid - Ft Partnership:
Index of General Pro .r4s clwses -� ita Individual:
General Prr wkiwas -
Other
of" ovetain one Co
0Y *.9r !rOl1f !float
1
SPECIFICATIONS AND BID SCHEDULE
Invitation To Bid
Bid No.
tf OF TAMARAC
I N.W. 88th Avenue
arac, Florida 33321
Date
Page No. of
All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable city destin-tion as indicated below.
The following special conditions (If checked) apply to this bid.
BIDDERS REOUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shalt 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; s
awarded, shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptly to unsuccessfi B,doers
after award of bid. Failure to submit this bid bond with the bid could cause refection of the bid.
3 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 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.
UANTITY
DESCRIPTION
UNIT PRICE
EXTENDED PRICE
Buyers Annual Requirements of bulk pebble quick lime
$ 7 2.6 7 per
$10 9 , 0 0 5.0 0
estimated to be 1,500 tons. Specifications to be
ton
in accordance with standard B202-77 established by
the American Water Works Association (AWWN) for bulk
pebble. quick lime
Subject to release by buyer in 25 ton shipments.
Calcium Requirement
Total calcium oxide mist be greater than 90% avail-
able. 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 640 F)
3 min.
Total slake 10 min.
Insoluble Matter
N.M.T. 5% (Not to exceed more than 5%)
Particle Size
"Quick slaking" lime "rioa size" (N.M.T. 1/8"x 3/8")
Certification
Every shipment shall be accarpanied by an affidavit
of ccrrpliance to the above standards.
ver To: City Clerk
City of Tamarac
5811 N.W. 88th Ave.
Tamarac, Fla. 33321
Bidders $ignatur ate 9/ 9/ 81
Title Sales Representative
Company Name DIXIE LIME $ STONE CO.
P. 0. Drawer 217
Address
Sumterville, Fla. 33585