HomeMy WebLinkAboutCity of Tamarac Resolution R-81-135i
1
2
3
i
r•
•
9
. 10
11
12
13
14
35
16
. 1-7
20
21
22
23
14
25
26
27
29
29
33
34
i2
36
Introduced by Temp.# 1_ 9,_ _
CITY OF TAMARAC* FLORIDA
■.
RESOLUTION NO. R
A RESOLUTION AWARDING A BID FOR
TWO (2) VERTICAL -PUMPS- RTnq1-20
w EREAS, The City Council authorized the Administration
to go to bid at its meeting on,June o . 188 , and,
WHEREAS, bids were advertised in the Fort Lauderdale News
a -newspaper of general circulation in Broward County on T1,n,c, 1a
arad June 23 , 1981_, jand
WHEREAS, bids were opened on July 1 0198 1 • and
WHEREAS, DAVCO MFG. Co. 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 DAVCO MFG-. CO.
in the amount of $4,774.26 , is hereby approved.
PASSED, ADOPTED AND APPROVED this 8_ th day of July •1981.
c
Y R
ATTEST:
L
ZI-T—Y CLER:{
I HEREBY CERTIFY that I
have approved the form and
correctness of this RESOLUTION.
CITY ATTORNEY
MAYOR:
DISTRICT
DISTRICT
DISTRICT
DISTRICT
RECORD OF COUNCIL VOTE
,'� CITY OF TAMARAC
V so, OR
,�
,uINAL C07
bid
O Fixed price d
10 Request for Proposal DATE:
81D NO: 81-20
(All blanks must Mulled in)
ITEMS) REOUIRED:
(This is not an ordef)
„Pst for Proposal for Two
PAGE NO.:
Verticle
USING ACTIVITY•
Utilities West gayer: R. Woelke Phone (305) 0
BIDS MUST BE SUSMRTED ON OR BEFORE
:l
Tht official
time andl be as reeaded on the DatetTime
iFsatem Standard Time W Eastem Standard 0909M SavingsTroia as applicable• that Ells proposal reactles the Office of the City
Ciiark City of Cloin the City Clerk,$ ck
on or before closing hour and date shown aboveMe of the bidder toensure -
Addendums.and any
The Legal Adver6001VIent. Invitation -to -Sid, his proposal
MI Conditions mare nrde&� ass
zVor AeltlrWrif docurnarrt form a hart
his bid with other bidders and has not
� STATEMIL=N f: The below signed bidder has not divulged to, discussed or c+Pafed d fithsr with. slur to, or after any
colluded with any other bidder or parties to a bid whatever. (NOTE: No aerniurns, rebates or gratuities permMte �d rwnpval from Sid L+st(s).
delivery of materials. Any such violation will result in the cancellation and/or mtum of matarWs (� �pNcab1e) ar al from
s) or d Liste(s)
TOTHE p tcNASING OFFICER OF THE CITY OFTAMARAC: We m, the below signed hereby agree tofumish" foNowinO
1, we (1) officially accept a contract if approved
s and terms stated subject to all instructions. conditions. apecification a, and all attachments hereto' We (1) have read all attachments
at the aim() mini this signed sop fe that we will make
itciuding the specifications and fury understand what is required (By sub Nn4 �s cif . 1 we 1 hereby agr
by the City and such acceptance covers
all the
ote any applicablend conditions,
an sinless ca f�irlarlciat records at and nt to)a resutung order or contract.)
avow6N for audit to apDroaw
AN prices to be Quoted F.O.B., Buyers Destination Tamarac. Florida (Delivered at the appficable City address Indicated on" Purchase Order.)
FAILURE TO OUOTE: If you do not Quote. please return Quotation sheet, state reason thareon and request that your name be retained on our
mailing list. otherwise, your name may be removed from our bid marling list.
i
Bids are firm for atxeptance within � days after bid opening
date— —. Yes --- X no 49; n ly .-other.
30 pays or by tk Month (To apply on date of delivery and
TERMS; 100 % aceptar" of material.)
If ( ape �
is awarded
ALL
ITEM SBID o any HEREIN
erms offs ed aboveable), an additional DISCOUNT OF
calendar days after receipt of Purchase Order (City reserves the right to consider
jpEUVERY:
delivery time as a vital consideration when making or recommending sward).
rms andodthis references Of this
herein all v9fiances ned an
EDOR YLL BE DEEMED TO BOther PART OF THE
VARIANCES* S sPTs to'of DINTHIS COLUMN. NO SEPARATE
proposal or in any bid aacht VARIATIONS OEXCEPTIONS A BIDDER W.CRENCED
_
OR ACUMENTS AND REFEI
CCOMPANYING DOCUMENTS VARIATION
L.ETrERS WILL BE CONSIDERED IS LISTED WITHIN
INCLUDEDBID WITTHIN A SUBMI I IED BID, NDTl1E CITY WILLOT BE BOUND IN
ANY MANNER WHATSOEVER BY ANY VARIATION OREXCEPTION OR LIMITATION NOT SPECIFICALLY USTEDWITHINTHE BID DOCUMENTS. ALL PRICES
RETO
LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. III
no slateineM is contained in this sD+>ce, H � I><reby
WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION t is twe
AND L
jrWied tlrt your ad complies ,with the full scope of this Bid invitation.
late the
If Purchase Order Payment or Future bids are to be mailed to other than proposees address shown below, please comp
lowing: Mail Bids to:
Mail Purchase Order to:
Mali ray"M
.elephone No.:,_ Q1? ��A �7�� — W/Area Code
PROPOSAL SUBMITTED BY:
AIAME (Printed):
Di ck Scott Title: -Parts Manager
Company: (Legal Registered Trtk in FtJll.l
Davco Mf . Co.
Address: 1828 calf Ave. - Thomasville, GA 31792
SIGNATURE: Telephone No.: - -
June 22 , 1981 Indicate Which: Corporation: X
DATE: Partnership:
Enclosed References Applicable to Propoed: Individual:
Invitation To did - F1
Index of Genera Provisions Cleuses-F2 Other:
Central Provisions - F3
(Retain one copy for your 111es)
BIDDERS NOTE: Both sides of this Form reQtdre signatIlm
SPECIFICATIONS AND BID SCHEDULE / 0 81-20
Invitation To Bid '3 Bid No.
iTY OF TAMARAC fk Sf � g Date
111 N.W. 88th Avenue
marac, Florida 33321 Page No. of
All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded st applbable city destination as Indicated below.
The following special conditions (if checked) apply to this bid.
BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City &half 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
ithful performance of the contract and the payment of all obligations arising thereunder in such form and amount as the City may
ascribe and with such sureties secured through the Bidder's usual sources as may be agreeable to the parties. if such bonds are
; fated, the premiums shall be paid by the Bidder. The Bidder shall deliver the required bonds to the City not later than the date
.�i execution of the contract.
QUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE
2 ea. FAIRBANKS-MORSE B5433 VERTICAL BILTOGETYJER 2j327.13
DRY -PIT NON -CLOG PUMP OR APPROVED EQUAL
WITH THE FOLLOWING FEATURES:
WTo:
1. 30 HORSEPOWER
2. 11 INCH IMPELLER
3. 1750 R.P.M.
For Further Information
Robert Woelke 0 726-2300
* (Provide Shop Drawings for Suction and
Discharge Lines)
4, P774. a(c
Bidders Signature Date June 22 1981
Title Parts Manager
Company Name Da vco Mfg, Co.
Address P.O. Box 1419 - 1828 Metcalf Ave.
Thomasville. GA 31799
BIDDERS NOTE: Both Sides of this form require signature