Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-019Temp Reso No. 6965 Rev #1 - 1-26-95 Rev #2 2-06-95 Rev #3 2-07-95 Rev #4 2-07-95 CITY OF TAMARAC, FLOE DA RESOLUTION NO. R 95- �-{' A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF COMPUTERIZED DIAGNOSTIC EQUIPMENT (ENGINE ANALYZER) FOR $21,517.50 FROM SNAP ON TOOLS UTILIZING BROWARD COUNTY SCHOOL BOARD BID #94- 274R, APPROVING FUNDING FROM ACCOUNT 503-703- 591-643 ENTITLED "MACHINERY AND EQUIPMENT - ENGINE ANALYZER," PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the purchase of Computerized Diagnostic Equipment (Engine Analyzer) from Snap On Tools; and WHEREAS, Broward County School Board Bid Number 94-274R was awarded to Snap on Tools; and WHEREAS, City Code §6-154 allows the Purchasing Officer the authority to join with other units of government in cooperative purchasing when the best interest of the City would be served; and WHEREAS, it is the recommendation of the Public Works Operation Manager and the Purchasing Officer that the purchase be awarded to Snap On Tools. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Section 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. Section 2: That the purchase of Computerized Diagnostic Equipment (Engine Analyzer) which consists of Modular Computer System model MCS 2500-7-0 and Alldata Diagnostic Database Software model AD250-DOM-3 at a total cost of $21,517.50 IS HEREBY APPROVED to be purchased from Snap On Tools. I 1 1 Temp. Reso No. 6965 Rev #1 - 1-26-95 Rev #2 2-06-95 Rev #3 2-07-95 Rev #4 2-07-95 Section 3: Funding for the purchase is budgeted under Account 503-703-591-643 entitled "Machinery and Equipment - Engine Analyzer" as appropriated at $23,800.00. Section 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Section 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this '9 day of Fdw&�1995. ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have amroved this RESOLUTION as to 11TCHELL S. CITY ATT01 NORMAN ABRAMOWITZ MAYOR RECORD OF COMM MAYOR ABRAMOWITZ DIST. 1: V / M KATZ DIST. 2: COMM. MISHKIN DIST. 3: COMM. SCHREIBER DIST. 4: — COMM. MACHEK VOTE 1 oil� 1 U: 6 i s5 -,?, c 1 4 11 SEALED BID REQUIREMENTS: The "INVITATION TO BID" sheet must be completed, signed, and returned with the bid. The "SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES" must be completed, signed. NOTARIZED, and returned as described herein. The Bid Summary Sheet pages on which the bidder actually submits a bid and any pages upon which information is required to be inserted must be completed and submitted with the bid. Bids received that fall to comply with these submittal requirements shall not be considered for award. a) BIDDER'S RESPONSIBILITY: H is the responsibility of the bidder to be certain that all numbered pages of the Bid and all attachments thereto are received; and all Addendum released are received prior to submitting a bid. All bids are subject to the conditions specked herein, on the attached Bid documents, and on any Addendum issued thereto. b) BID SUBMITTED: Completed bid must be submitted sealed in an envelope. Bids must be time stamped in the Purchasing Department prior to 2:00 p.m. on date due. No bid will be considered H not time stamped in the Purchasing Department prior to 2:00 pm on date due. Bids will be opened at 2:00 pm on date due. Bids submitted by telegraphic or facsimile transmission, including any literature or other attachments associated therewith, will not be accepted. c) EXECUTION OF BID: Bid must contain an original manual signature of an authorized representative in the space provided above. Failure to properly sign bid shall invalidate same, and H shall not be considered for award. All bids must be completed in ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered tigure and enter the corrected figure or use an o 22ue correction luid. All corrections must be initiated by the�erson signing the lnd even when using opaque correction fluid. Any d(e�ible entries, g�ncil bids or corrections not initialed will not be tabulated.The original con itions and specifications cannot be changed or altered in any way. Altered bids will not be considered. 2. NO BID: If not submittin a bid rend by completing and returning one co of this orm markin it " o bid,' and explain below the reason.Failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. Note: A bidder, to qualify as a respondent, must submit a "no bid" and same must be received no later than the stated bid opening date and hour. Reason for "no bid": _ 3. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total. Prices must be stated in units to quantity specified in the bidding specification. In case of discrepancy in computing the amount of the bid, the Unit Price quoted will govern. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pays and bears freight charges. Bidder owns goods in transit and files any claims), unless otherwise The School Board of Broward County, Florida PURCHASING DEPARTMENT 1320 Southwest Fourth Street - Building 7 Fort Lauderdale, Florida 33312-7535 )GETelephone Number — Purchasing (305) 765-6120 Bids will be opened In the Purchasing Department at BID TITLE: 2:00 P.M. on January 11, 1994 and may not be withdrawn within sixty (601 days after such date and time. VendoLVsrne: J11G&dq I hNs CPQ0X+1 tm Vendor Mailing Address; d� Cux- state • z T X /? RID 1T1�� ION NUMBER I Telephone (D r�-V Area Codei I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. I certify acceptance of all Conditions, Specifications, and other information attached hereto. I certify that I am authorized to sign this bid for the bidder. I agree that this bid cannot be withdrawn within sixty (60) days from date due. INVITATION TO BID Bidder Acknowledgement Bid Number: 94-274R I Date Mailed: 12/ 10/9' Industrial Supplies - Term Contract 199-01 Terms: orse IP3 • GanepI Conditions a 10 P / 3-0 In order for Bids to be considered for award, Bidder MUST return with Bid submitted the executed Invitation to Bid form plus all required Bid Summary Sheet pages, all other required pages, and other required submittals as described heroin. J I1.8o0-]m��er s� [Facsimile AreaCod�ii�y�('�,J Gxt• 3yi� Si n lure f Authorized Rep nta we (Manual) P 1nd�sG1 Name of Authorized Representative (T d or Printed) T' to GENERAL CONDITIONS Bidder: To insure acceptance of the bid follow these instructions — stated in Special Conditions. Discounts for prompt payment Award, if made, will be in accordance with terms and conditions staled herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other hem or Hems. Cash or uant1tv discounts offered will not be a consideration In determ net on o award of bid(s).l a bidder offers a discount or otters terms less than Net 30, it is understood that a minimum of 30 days will be required for payment, and if a payment discount is offered, the discount time will be computed from the date of satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified. a) TAXES: The School Board of Broward County, Florida does not pay Federal Excise and State taxes on direct purchases of tangible personal property. The applicable tax exemption number is shown on the purchase order. This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvement of School Board owned real property as defined in Chapter 192 of the Florida Statutes. b) MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at bidder's risk c) CONDITION AND PACKAGING: H is understood and agreed that any Hem offered or shipped as a result of this bid shall be new (current production model at the time of this bid.) All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. d) UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured hems and fabricated assemblies shall be U.L. listed where such has been established by U.L for the item(s) offered and furnished. in lieu of the U.L. listing, bidder may substitute a listing by an independent testing laboratory recognized by OSHA under the Nationally Recognized Testing Laboratories (NRTL) Recognition Program. e) BIDDER'S CONDITIONS: The Board specifically reserves the right to reject any conditional bid. 4. NONCONFORMANCE TO CONTRACT CONDITIONS: hems offered may be tested for compliance with bid conditions and specifications. Items delivered, not conforming to bid conditions or specifications, may be rejected and returned at vendor's expense. Goods or services not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in; 1. Vendor's name being removed from the Department of Purchasing vendor mailing list for two (2) years and vendor not being recommended for any award during this period. 2. All departments being advised not to do business with vendor. Form 3270D Equal Opportunity Employer, Using Affirmative Action Guidelines (CONTINUED ON HAI Ni ♦ 1 f/ / _may The School Board of 8roward Coun y, Florida `Jr/'"\lI 8"� � Purchasing Depanm rit E Bid No.: 94.274R .. ,Pescription: INDUSTRIAL SUPPLIES - TERM CONTRACT I Board Meeting FEBRUARY 15, 1994 Bids Sent: 48 Bids Rec'd: 13 No Bids: 14 Bid Opening: _ JANUARY 11, 1994 For. CENTRAL STOCKROOM Advertised Date: DECEMBER 28,1993 (33ioo epe man Fund: INVENTORY OPERATING BUDGET Award Amount: $2,000,000.00 Bid Recommendations and Tabulations will be posted in the Purchasing Department on _ JANUARY 28,21994 0 3:30 P.M. _ . and will remain posted for seventy-two (72) consecutive hours. School Board Policy 6Gx6-3.4, Rule A.4.c.1). states that, if the seventy-two (72) consecutive hours expire on a Saturday, Sunday, or holiday, the notice of protest must be received by the same hour the next day. Failure to file a protest at the office of the Director of Purchasing, 1320 S.W. Fourth Street, Building 7, Fort Lauderdale, Florida 33312, within the time prescribed in section 120.53(5), Florida Statutes, shall constitute a waiver of proceedings under section 120, Florida Statutes. Section 120.53(5)(b), Florida Statutes, states that "The formal written protest shall state with particularity the facts and law upon which the protest is based". RECOMMENDATION/TABULATION tvAi",- , AKI, INC -004-4s4Or.; BENNETT AUTO SUPPLY-4D,Z'0SU07�r G.E. SUPPLY 10e8120mQJ INDUSTRIAL SUPPLIES .- & OJ:� --GRAINGER, INC.-- 094460 ,RELIATEX, INC.--*:!ja UZ Z O SNAP -ON TOOLS CORPORATION -9-093 ♦O ^ 41 < SOUTHERN LOCK SUPPLY COXV-1I6'40 _�-DUNCAN EDWARD COMPANY -W4(P 700 HANNA PAINT AND HARDWARE, INC4AA, .}0_ HUGHES SUPPLY, INC.- IMA TOOL DISTRIBUTORSEft— ITEMS) AWARDED 1 TERMS NET 30 1 NET 30 1 NET 1 NET 1 NET ' 1 NET 30 1 1 % 10 NET 30 1 NET 1 NET 30 1 NET 30 1 NET 30 1 NET RECOMMEND THE AWARD BE MADE TO THE ABOVE LOW BIDDERS MEETING SPECIFICATIONS, TERMS, AND CONDITIONS. CONTRACT PERIOD: MARCH 1, 1994:' i'HROUGH .�EBRUARY" fi 995. DUE TO THE LARGE VOLUME OF WORK REQUIRING INDUSTRIAL SUPPLIES BY THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA, A MULTIPLE AWARD IS NECESSARY, PER SPECIAL CONDITION 6. FOR FURTHER INFORMATION ABOUT THIS BID SEE PAGE ¢,OF L4 PAGES OF THE ATTACHED BID. By: Date: 1 /410 (Buyer) Equal Opportunity Employer, using Affirmative Action Guidelines Bid No. 94-274R Page 13 of 14 Pages ��-DODoo/l ))I17 SUMMARY SHEET PERCENTAGE D[S!QOUNT/MARK-Uk DISCOUNTIMARK-UP OFFERED ERQ _ CAjy _ TALQQ 96 SUBMITTED WITEI THIS -BID- PLEASE NOTE SPECIAL CONDITION #6. , Percentage Offered is a SCaJ'1 (See Special Condition 9) TYPES OF MATERIALS DESIRED: • Vinyl coated fabrics and urethane foam. • Miscellaneous power and hand tools for all trades. • Fasteners for automatic pneumatic fastening tools. • Screw guns and bits. • Miscellaneous hardware supplies (i.e. hinges, padlocks, window hardware, door stops, drawer pulls, etc.). • Metal moldings (i.e, bulletin board, chalk board, etc.) Delivery time required: Minimum order: _-_ 1�i374 TE_ S (if applicable) Catalogs submitted: 6r)(40'O'1 -*,PX +&Y'� Tndc. ze1AL , Date: _ mee -Usl i 2-25-53 - AREA REPRESENTATIVE: -•�I NAME: W P► KU ADDRESS: ahol u-1indefneke-Lane PHONE: acl -d I 00o CZAD, COMP NAME 3� eon- cen+cue j Jam. STREET ADDRESS e R ye( 1, cod, l{- 33(f CITY. STATE. ZIP IF