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repealed to the extent of such conflict.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