Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-89-1961 2 3 4 5 6 10' 11 12 13 14 15 16 17 18 r; 21 22 23 24 25 26 27 28 29 30 33 34 35 Temp. Reso. #5492 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-89- / 9 A RESOLUTION AWARDING A BID FOR ELECTRICAL COMPONENTS FOR NINE (9) ELECTRICAL CONTROL CABINETS BID NO. 89-40; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County on June 14, 1989 and June 21, 1989; and WHEREAS, bids were opened on June 26, 1989; and WHEREAS, K & M Electrical Supply, Incorporated, 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 K & M Electrical Supply, Incorporated, in the amount of $51,051.11 for electrical components for nine (9) electrical control cabinets, is HEREBY APPROVED with funds to be taken from the following sources: TUW Account #432-367-535-656, entitled CIAC funds - $11,344.69 TUW Account #419-301-536-664, entitled Sewer Pump Station Phase 1 (2), 84-21 - $11,344.69 TUW Account #425-367-535-6PJ, entitled Sewer Pump Station Rehabilitation - $28,361.73 SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this,;-9 day of 1989. ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RICHARD DOOD CITY ATTORNEY NORMAN ABRAMOWITZ MAYOR RECORD OF COUNCIL VOTE MAYOR ASRAMQ WITZ � DISTRICT 1: , - C/M ROHR _��- DISTRICT 2: C/M STEL ZER DISTRICT 3: C/M HOFFMAN DISTRICT 4: V/M BFNOER 8� 1� ORIGINAL COPY ` CITY OF TAMARAC ❑ Fixed price bid �q la Request for Proposal BID NO: (This is not an orderk. DATE: (Ali blanks must be filled M) PAGE NO' of 19 tTEM(S) REOUIRED: U:1NO ACTrim Iftalmovefr. ionachPhone (905) 722.5900 BIDS MUST BE SUBMITTED ON OR BEFORE 2 : 0 0 P.M., on N Eastern Standard Tints or akaayl:WhV* Tlma as A Clock In the The Nfcial tits shall be as rrcWded on the DaterTime Clerk tdy Citof Tamarac on For Cl's Office. If w� before ci Wng how end n84bWM1yy Of "^ r to insure that Ih1s propof I f"Ches the Office of the City otte Lapel Advanient NanteM, li Npfa t�kt, General Conditions, "ructlpnts to "Mrs, SMiel Conditions, rpecUkatlons. Addendunta, and any other pertinent documeld ilarrh a part of this proposal and by N11wenoo we made a part hereof. AW14MLLUMM STATEMENT. The below Signed bidder has hof Olrulgad to, a scussed p Dotluded with any other bidder or parties to A bid whatever, (NOTE; NO S his With other prior bidders and has not asllvery of nta1er41s. Any such tdotaflon wig eeeult Sire the cartcellatlon and*ptttiatu�m oltntalarVts gratuities permitted either with, prior to, Or alien any TO THE PURCHASING OFFIM OFTW CIT11 TAMA (9 SPpllcabls) and the removal from bid Lolls) At the prka(a) and terms atand SAC: it the below sighed hereby agree to bmbh the following articlrtsl or service($) Udluding the sWil"liorla and fully all In dwhoons Condit this specifications, and all attachments hereto. We(l) have read all attachment s by understand who M requked (By submltling this signed proposal, well) of f ielally accept a contract if app roved w the City and such acceptor" fewer$ all the ferrets, rAndlUons, and #Wlfkatlons of this proposal; ennd 9W) hereby agree (het we will make arahebts audit a eFpraprVM nth itlnndltefs a- brysMess w fMtambl #"ands portlnem M a AN prices to he quoted F.o.e.rr Order er panlrael.) iftellon jr FAILURE To GUOTE:11 you doriot quoterg �plaase rNum"tat e- quotation � f�ao i/Mason City address Mdicatad on lho Purchase Order entailing "St. Otherwise, your no" may be removed from our bid mailing list, regwst that your name be ntalneq Oh Our Bids are firm for acceptance within 60 days after bid opening date__„`yfls�_ _no other. TERMS:_ 2 % 34 Days or by 10 of Month pP Y (To a 1 on date of delivery and acceptance of material.) If awarded ALL. ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF - - - - - - - - - - - - aka is offered in addition to any terms offered above. DELIVERY: 0 calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making Or recommending award). VARIANCES: state any variations to rlpeeilieatlons. tens$ andlbr conditions in this r9forenee hotel" aesProposal Form Of in any bid altach"rit. NO VARIATIONS OR EXCEPTIONS BY A BIDDEER WILL BE CON$ EREOil Di4 WILML BE DEEMED TO E, ageS of OF THE BID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE DID DOCUMENTS AND WILL BE D REFERENCED E ?MIS COLPARTYUMN NO F SEPARATE OR ACCOMPANYING DOCUMENTS OR LETTIRS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED DID. AND THE CITY WILL NOT BE SOUND IN ANY MANNER WHATSOEVER MY ANY VARIATION 49 EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE BID DOCUMENTS ALL PRICES WILL DE CONSIDEREDASFIRMFoRTHEPERIOD INDICATED WITHIN THEBIDDOCUMENTSUNLESSADtODERTAKESSPECIDDFIC E U ENTS THERETO AND LISTS $licit EXCEPTION wiTHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN,11 no statement is Contained in this space 1186 hereby *WOO that yew aid complNt with the lull scope of this Did Invitation. If Purchaser Order Payment or Future bids are to be mailed to other than complete the following: p►OPoeer'a address shown below, please Mail Purchase Order to: Mall Payment to: same 31 Blount d. Pom ano Beach FL 33069 •phone No.: 3 0 5 9 7 5- 5 6 6 0 �r/Area Code WOPOSAL iUBMITTEO BY. Mall Bids to: same NAME (Printed.__Qxg,& —P.e v Title: r e s e n t a t i ve Company: woata•o+a.redTtrwtnp•y K M lecInc. Address: 7641 Central Industrial Drive Riviera Beach, FL 33404 MONATURE: DATE:__ 1; brrrtattenb . FAp�eiaMa to Aepeaal: Index el General tombliene Clswes F2 Genwal Provisions — Fi TelephON NO.: ( 3 a-5`) q Indicate Which: Corporation: Partnership: Individual: Other: FORM ei atetaln one Copy for your files) 111110DERS NOTE. both fides o1 this Ftmn Nqulrs Btorteture. '-R- a9-i96 CTIY OF TAMARAC 7525 N.W. 88 Avenue Tamarac, Florida 33321 2401 BPECVICA'i`KOB AND NM B=DULF. invif ton To Bid Bid No. Date 9 All prices quoted F.O.B. Tamarac, Florida. Delivered tew4 tntloaded m sppliceble city destinWon as indicated below. The foUowing special eanditiW (if ohecW) apply so this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City ditall enquire from all Bidders, a certified chest or bid bond in theamount of five (5) percent of the bid, which shall be forfeited to the City im the event the Bidder b whom site business is awarded shall fail or rnhtse to comply with the specification of the bid. Chub will returned promptly b the mdsuacasdW 8ialdas otter stwss"d of bid. Fallum to submit situ bid band with the bid could cause rejection of the bid. MF'ORMANCE BONDS: The City shall prior to ate execution of the contract. squire the Bidder do furnish bonds covering ElNWthe fa pxformsew of ibe ecnRact and dhc payment of all obligations arising d wroanda in such form and amount as the City may pra crlbe and widlt such sus seemed though the Bidder's mual souses as may be agreeable to the patties. It such bands are sdpu1svA tirepenmiums shall be paid by the Bidder. The Bidder shall deUvnr bands to the City so later than the date dsf exeartiaas of rite ottattract. ,U TITY DESCR71710N UNIT PRICE EXTENDED PRICE BMS FOR ELBCMCAL COMPC rlS FOR NINE 9) PROPOSED ELECTRICAL OCNTROL CABIlNE75 SUPPLUMERML GENERAL PROVISICNS SEE ATIy = Att: 1mfR. Josm 1pmw, RF7C'Eivm azizK u 0 Li � Dote, 7h4 .4C(du vt -+ <71 �xjyl G ,, onunnuiT Company Name X �— E- )tG 'eit C S4 % Address 431 X (a v K+ pa'U'uv16 .f BIDDERS NOTE: Both Sides of this foram require signature R�S7,/7� QUANTITY 1) 2 ELBCMCAL Cates FOR TUW PROJECT NO: 87-18 ACC!'. NO: 432-367-535-656 M7A' PLMP SrMTICNS NO: 38 AND 39 DESCRIPTION Crouse Hindes Male [sera toar Bid Date Page UNIT PRICE 14 5.0 Q E Na. sy-40 ,K—of_,_ 19 EXTENDED PRICE 290.00 FAOq*is a1 .Part No: AR1042 - 4 Pole 2) 2 Carouse Hinder 450 Generator 2 4.4 0 E 4 8. 8 0 oopticalAdaptor 4A1AIr 3) 2 Plastic 4" Keyless Lamp Holder 1.10E 2.20 Eagle Part No: 1174 White 4) 2 Service Light Bulb 12 Volt 1 .0 O E 2.00 Sylvania 2V795 5) 2 6" Axial Exhaust Fans 46.30E 92..60 Dayton, 4C720 6) 4 6" Axial Fan Guards 2.5 5 E 10.2 0 Dayton 4C741 7) 4 24" Fan Cords 1.15 4.60 Dayton 4C552 8) 2 12 Volt Battery Charger 9 7.7 5 E 19 5.5 0 Power SoniC PSC 124000A 9) 2 12 Volt Battery 53.70E 107.40 Power Sonic PS-12150 10) 2 12 Volt to 120 Volt 85.00E 170.00 Power Inverter PV-200 W TT 01) TriPP-Lice 4575-1020 2 4PDT 120 Volt - 12.118E 24.3E Power Transformer Relay Cmron MK3EP-TAAC12 Stock No: 2*22 12) 2 Power Transfer Relay 1 .8 5 E 3.70 8 Pin Socket Time Mark #51A00108-01 23) 2 240 Volt Phase Monitor 41.15E 8 2.3 0 Diversified Electronics #SLA,-230-AM 14) 2 Wet Location Box 1 .7 5 E 3.50 GFI Enclosure BWF Mfg. 3ffi5 15) 2 115 Volt Auxilary Power Supply 9.50E 19.00 Receptical Pass & Seymour i1591-rl 16) 2 GPI Stainless Steel Cover Plate 1.2 5 E 2.50 Hubbell 5-26 17) 32 Terminal Blocks 64.40C 20.61 Square D, 9080 GR6 i) 4 End Barriers 3 5.00C 1.40 Square-D, 9080 GR6B 19) 2 Rail for Te=dnal Strip - 15" Un5 Square-D, 49080 MI 115 1 .7 5 E 3.50 _QUANTITY DESCRIPTION 20) 2 Exhaust Pan 7hermDstat Dayton #2E370 21) 2 Heat Strip 7 hermostat Dayton #2E173B 22) 2 8" Strip Heater Vulcan i2E919 23) 4 Momentary Snap Action Switches Dayton #6 X 286 24) 2 Exhaust Fan Speed Control Dayton #4C331 25) 2 Alarm Strobe bight Mhelen Engineering Part No: 800-1 26) 2 Single Pole 20 AMP Heater Breaker Square-D, OW-120 27) 8 Single able Control & Accessories 15 AMP Breakers, Square-D, QCU-115 28) 2 Ground Block, Square-D Cat. No: PK 15 GTA 29) 6 Grounding Lugs Greaves #GCA--6-14 30) 8 ITEN'ITF'ICATZOh TAGS "Main Breaker" "Generator Breaker" "Pump No: 1" "Pump No: 2' 31) 2 Enclosure Door Handle Bud Corporation No: H-9174 B 736-4374 32) 4 Pump Hour Clocks Redington Mfg. #7526-002 Part No: 620-9942 33) 4 H-O-A Selector Switches Square-D, 5D 9001 KS 43B 34) 4 H-0-A Legend Plates Square-D, 5D 9001 KN 360 35) 12 Contact Blocks 1-NIO 1-NIC Square-D, T 9001 KAl 36) 2 Alternator Selector Switches 3 Position, Square-D 9D 9001 KS 43B 37) 2 Man Down Push Button, Square-D 5D 9001 2C1R 38) 2 Man Dmm Legend Plates, Square-D, 5D 9001 EN 99Q 17,80E 12.60E 15.10E 7.25E 13.28E 45.00E 6.70E 6.70E 2.62E .37E 2.75E 8.75E 38.75E 10.79E .87E 8.75E 10.79E 18.86E 3.42E Bid No. If9-Va Date i -? 1.5 Page —,L._ _af 19 EXTENDED PRICE 35.60 25.20 30.20 29.00 26.56 90.00 13.40 53.60 5.24 2.22 22.00 17.50 155.00 3.48 105.00 21.58 37.72 6.84 • .' L� r1 LJ 39) 2 40) 2 • 41) 4 42) 14 43) 12 44) 12 45) 12 46) 2 47) z 48) 2 49) 6 50) 8 51) 48 52) 4 53) 4 i 4 55) 2 Hid No.9' Date-, i� / S F 9 Page of - 19 DESCRIPTION UNIT PRICE EXTENDED PRICE Man Down Contact Slooic 5. 2 3 E 10.46 Square D, 5D 9001 MAJ 0 AWDer indicator Imp - 240 Volt 2. 10E 4.20 Industrial Devices, Inc. Mfg. #6011M3, Part No: 679-7281 k bea: Indicator lamp 120 Volt Industrial Devices, Inc. 3.5 0 E 14.0 0 Mfg. #6010-M3, Part No: 679-7278 Red indicator ImT - 12 Volt 3.5 0 E 49.00 Industrial Devices, Inc. Mfg. #6091 M1 Part No: 679-7283 C; rVm Indicator LVrp 12 Volt 3. 5 0 E 4 2 .0 0 Industrial Devices, Inc. Mfg. #6091 145 Part No: 679-7284 Yellow Indicator IaW - 12 Volt 3.5 0 E 42.00 Industrial Devices, Inc. Mfg. #6091 147 Part No: 679-7285 Momentary Push Button (Tlest Switches) 4.75E 57.00 Carlington Switch Corporation Part No: 683-0100 Programmable Controller 210.0 O E 420.00 I Dec. Corporation Part No: PF2J - CPuLE Expansion Back Plate 1 Dec. Corporation 14.2 5 E 2 8.5 0 Part No: PFJ - EB1 U EE Prom Mammary Unit 62. 10 E 12 4.2 0 1 Dec. Corporation Part No: PFA - 1M14 8 Point Relay Output 6 4.2 5 E 3 8 5 .5 0 I Dec. Corporation Part No: PFJ - T081 Solid State Output Module 12 .0 O E 96.00 I Dec. Corporation Part No: PASS - FA1 Transmission C>utput Module 12.0 O E 5 7 6 0 I Dec. Corporation ..0 Part No: RBSS - FA1 RBS Sealminder Relay 5 6.0 0 E 224.00 AM PUMP Cau Wratian Part No: 6124170 Single Pole Switches Cayrl=V Switch Corporation 4.75E 19.00 Part No: 1 X 878 On/Off Indicator Plates 2.00E 8.00 Carling Switch Corp. Part No: 2 X 642 15 Pont Te ndmal Strip 1 .9 8 E 3.96 C1:rtis Mfg. CIF''!' - 15 Part No: 764-0515 QUANTITY DESCRIPTION 56) 4 6 Point Barrier Terminal Black Cinch Corporation 46-540 Part No: 750-5406 57) 2 Panel Mount Circular Plastic Connector AMP Products Corporation Part No: 743--9 58) 4 Male Pin Contacts (Solder Type) AMP Products Corporation Part No: 745-6 59) 4 Female Pin Contacts (Crimp Type) AMP Products Corporation Part No: 74 5-3 60) 2 15 Point Panel Mount Connector AW Products Corporation Part No: 617-15 61) 2 16 Point Input Sink 1 Dec. Corporation Part No: PFJ - N162 FOR PLaI►Il] STATiCNS 38 & 39 CNLY (25IP) 1) 2 Neutral Block Gould 69081 2) 4 Solid State Reduced Voltage Controllers Square-D, Class 8660 - MOO 231 3) 4 Main and Generator - 3 Pole 200 AW Breakers Square D, Q2L - 3200 4) 4 No: 1 & No: 2 Pump - 3 Pole 100 AMP Breakers Square-D, 02L - 3100 Bid No. Date i3 � 9� Page--k--of 19 7T PRICE EXTENDED PRICE 1.50E 6.00 .48E .96 �. .10E .40 .10E .40 .45E .90 78.70E 1 157.40 29.60E 59.20 1979.00E 7916.00 210.40E 841.60 210.40E 841.60 70mL CAS Sum Bm , , 13 7 3 5.2 5 TUW PRO►TI= NO: 87-18 [IN r1 LJ R-97- /A 1) 2 �) 2 3) 2 4) 2 5) 2 6) 4 7) 4 8) 2 9) 2 10) 2 40) 2 12) 2 13) 2 14) 2 15) 2 16) 2 17) 32 18) 4 19) 2 • 20) 2 21) 2 ELB=RICALL MRDUUMS FOR •VC PRO-TECT NO: 87-13 ACCT- NO: 419-301-536-664 RE NO: QF SEi�GE PLW STATIONS NO: 3 E AIdD N0: 4E DESCRIFrION Crouse H indes s!Yale Generator Aecepti:cal Part No: AR1042, 4 Pole Crouse Hindes 450 Generator Receptical Adaptor Part No: &TX Plastic 4" Keyless LWtpholder Eagle Part No: 1174 Phite Service Light Bulb, 12 Volt Sylvania 2V795 6" Axial Exhaust Fans Dayton 4C720 6" Axial Fan Guards Dayton 4C741 24" Fan Cords Dayton 4C552 12 Volt Battery Charger Pawner Sonic PSC 124000A 12 Volt Battery Power Sonic PS 12150 12 Volt to 120 Volt, Power Inverter PV-200 Watt, TriP-P-Lice #575-1020 4 PDT, 120 Volt, Power Transformer Relay, Qmron MK3EP-UA AC12 Stock No: 2W922 Power Transfer Relay, 8 Pin Socket, Time Mark #51A00108-01 240 Volt Phase Monitor Diversified Electronics #SLA-230-ASA Wet -Location Ixax GE'I Enclosure BVE, Mfg. 3W5 115 Volt, GF1 Auxilary Power Supply Receptical, Pass & Seymaur 1591 Fl GFI Stainless Steel Cover Plate Hubbell $--26 Terminal Blocks Square-D, 9080GR6 lnd Barriers, Square-D, 9080GR6B Rail for Terminal Strip-15" long Square-D, #9080Cai 115 Exhaust Fare Thermostat Dayton #2E370 Heat Strip Themostat Dayton 02E173B Bid No. 8 9 ` V4' Date i--V i �f Page of 145.00E 24.40E 1.10E 1.00E 46.30E 2.55E 1.15E 97.75E 53.70E 85.00E 12.18E EXTENDED PRICE 290.00 48.80 2.20 2.00 92.60 10.20 4.60 195.50 107.40 170.00 24.36 1.85E 3.70 41.15E 82.30 1.75E 3.50 9.50E 1.25E 64.40C 35.00C 1.75E 17.80E 12.60E 19.00 2.50 20.61 1.40 3.50 35.60 25.20 R� g9-/9� Bid No. Lf- ea Date— is Page_8 19 _QUANTITY DESCRIPTION UNIT PRICE „of EXTENDED PRICE 22) 2 Su Strip Heater, Vwlcan # 2E919 15.10E 30.20 23) 4 Momentary Strap Action Switd-es Dayton #6 X 296 7.25E 2 9.00 24) 2 Exhaust ran Speed Control Dayton #4C331 13.2 8 E 26.56 25) 2 Alarm Strobe Light Melen Engineering, Part #800-1 45.00E 90.00 26) 2 Single Pole 20 AMP Heater Breaker 6.7 0 E 13.40 Square-D, OW-120 27) 8 Single Pole Control & Accessories 15 AMP Breaker, Square-D, OW-115 6.7 O E 53. 6 0 28) 2 Ground Block, Square D 2.62E 5.24 Cat. No: PKISGTA 29) 6 Grounding Lugs Greaves #GM-6-14 .37E 2.22 30) 8 IDENTIF'ICATICN TAGS "Main Breaker" "Generator Breaker" 2.7 5 E 22.00 "Pump No: 1" "Pump No: 2" 31) 2 Enclosure Door Handle i Bud. Corporation 8.7 5 E 17.50 No: H-9174 B 736-4374 32) 4 Pump Flour Clocks Redington Mfg. #7526-002 38.75E 155.00 Part No: 620-9942 33) 4 H-O-A Selector Switches 10.7 9 E SquareDt 51) 9001 KS 43B 43.16 34) 4 H-O-A Legend Plates Square D, 5D 9001 KN 360 .87E 3.48 35) 12 Contact Blocks 1-N/0 - 1-N/C 8.75E 105.00 Square D, 5D 9001 )OU 36) 2 Alternator Selectors Switch 3 Position 10.7 9 E 21.5 8 Square-D, V) 9001 KS 43B 37) 2 Man Down Push Button SquareD, 5D9001 2C1R 18.8 6 E 3 7.7 2 38) 2 Man Dawn Legend Plates Square-D, 5D 9001M 990 3.42E 6.84 39) 2 Mn Down Contact Block 5.23E 10.64 square-D, 5D 9001 DA10 40) 2 Amber motor LWV - 240 Volt Ind strial Devices, Inc. 2.10E 4.20 Mfg. #6011143Bart No: 679-7281 J 41) 40 �) 14 43) 12 44) 12 45) 12 46) 2 47) 2 48) 2 49) 6 50) 8 51) 48 52) 4 53) 4 54) 4 55) 2 0 56) 4 kber bAicMm r jmW - = Volt Industrial Devices, Inc. 3.50E Mfg. #6010-43" Part Na: 679-7278 Red Indicator Lamp - 12 Volt Industrial Devices, Inc. 3.50E Mfg. #6091-m part No: 679-7283 CYeen Indicator lane - 12 Volt 3.50E Industrial Devices, Inc. Mfg. #6091-M5 Part No: 679-7284 Yellow Indicator Lmp - 12 Volt Industrial Devices, Dec. 3.50E Mfg. #6091-M7 Part No: 679-7285 Momentary Push Button (Test Switches) 4.75 E Carlingtan Switch Corporation Part No: 683-0100 Ptagramnable Controller I Dec. Corporation 210.00E Part No: PF2J-CPU E Eupansion Bats Plate 14.25E I Dec. Corporation Part No: PFJ - EB1 4K EE Prom Memry Unit 62.10E I Dec. Corporation Part No: PFA-1M14 8 Point Relay output 64.25E I Dec. Corporation Part No: PFJ - T081 Solid State Output Module I Dec. Corporation 12.00E Part No: RASS - FA1 Transmission Output Module 12.00E I Dec. Corporation Part No: RMF! -- FAl ABS Sealminder Relay ABS Puny Corporation 56. 0 0 E Part No: 6124170 es Cling 4.75E tPole c�tcfipora Part NO; 1 X 878tion On/Off Indicator Plates Corporation 2.00E :Switch 15 Point T and nal Strip 1. 9 8 E Curtis Mfg. #GpT-15 Part No: 764-0515 6 Point Barrier 7b=inal Block Cinch 1. 5 0 E OWPcaat.ion #6-540 Part No: 750-5406 Hid No. off -Y2) Date EXTENDED PRICE 140.00 49.00 42.00 42.00 57.00 420.00 28.50 124.20 385.50 96.00 576.00 224.00 19.00 8.00 3.96 6.00 r2-$9-�96 57) 2 58) 4 59) 4 60) 2 61) 2 1) 2 2) 4 3) 4 4) 4 Panel lbunt Circular Plastic Corulector, AM P:ro&wts Corp. Part No: 743-9 Male Pin Contacts (Solder 7yM) AMP Products Corporation Part No: 745-6 Female Pin Contacts (Crinp Type) AMP Products Corporation Part No: 745-3 15 Point Panel Mount Connector AMP Products Corporation Part No: 617-15 16 Point Input Sink I Dec. Corporation Part No: PFJ-N162 FOR POMP STATICN 3E AND 4E CNLY(2 H Neutral Block Gould 67061 Solid State Reduced Voltage Controller Allen Bradley 4150-A35NBD (sub. Square D 8660 ME023) Main and Generator 3 Pole 60 AMP Breakers Square-D, FAL'32060 No: 1 & No: 2 Punp - 3 Pole 15 AMP Breakers Square-D, FAL 32015 7ML GROSS SLM BID '(Uhl PR4TBGZ' NO: 87-13 Hid No. Date p88e- ' ai 1.��.____ EXTENDED PRICE .48E .96 *' .10E .40 .10E .40 .45E �90 78.70E 1157.40 29.60E 59.20 829.00E 3316.00 80.80E 323.20 80.80E 1 323.20 $8177.83 0 � Am 1) 5 02) 5 3) 5 4) 5 5) 5 6) 10 7) 10 8) 5 9) 5 10) 5 11) 5 4 5 23) 5 14) 5 15) 5 16) 5 17) 80 18) 10 19) 5 20) 5 21) 5 49 5 23) 10 24) 5 F3.DCTRICAL CUIXNENTS FOR TUW PRQTBC T NO: 87-1 ACCT..NO: 425-367-535-6PJ REHAB. OF SEWAM PW STATICNS NO: 2A, 14, 18A, 18B AND 24 DESC1tDMON Crouse Hirxks Male Generator Recept- ioal Part No: AR1042-4 Pole Crouse Hindes 450 Generator Recept- ical Adaptor Part No: ATAC Plastic 4" Keyless Folder Eagle Part No: 1174 White Service Light Bulb 12 Volt Sylvania 2V795 6" Axial Exhaust Fans Dayton 4C720 6" Axial Fan Cards Dayton 4C741 24" Fan Cords Dayton 4C552 12 Volt Battery Charger, Power Sonic PSC 124000A 12 Volt Battery, Power Sonic PS-12150 12 Volt to 120 Volt, Power Inverter PV-200 Watt, Tripp Lite No:575-1020 4PDT 120 Volt, Power Transformer Relay Cron MK3EP-Uh AC12, Stock No: 2W922 Power Transfer Relay, 8 Pin Socket Time Mark No: 51A00108-01 240 Volt, Phase Monitor, Diversified Electronics No: SLA-230-ASA Wet Location Box, r3FI-Enclosure BW[ Mfg. 32E5 115 V, GFI Auxilary Power, Supply Receptical, Pass & Seymour 1591 Fl GFI Stainless Steel Coves Plate Hubbell S-26 Terminal Blocks, Square-D, 9080GR6 Enid Barriers, Square-D, 9080GPEB Rail for Terminal Strip-15" Long Square-D, No: 9080GH115 Ediaust Fart T iernnstat Dayton No: 2E370 Heat Strip Mmmostat Dayton No: 2E173B 8" Strip Heater, Wlcan No: 2E919 Momentary Snap Action Switches Dayton No: 6 X 286 Exhaust Fan Speed Control Dayton No: 4031 Bid No. - Jg �ld Date i5� Page` 11_of 1? EXTENDED PRICE 145.00E 1 725.00 24.40E• 122.00 1.10E 5.50 1.00E 5.00 46.30E 231.50 2.55E 25.50 1.15E 11.50 97.75E 488.50 53.70E 268.50 85.00E 425.00 12.18E 60.90 1.85E 1 9.25 41.15E 1 205.75 1.75E 1 8.75 9.50E 47.50 1.25E 6.25 64.40C 51.52 35.000 •3.50 1.75E 8.75 12.60E 63.00 17.80E 89.00 15.10E 75.50 7.25E 72.50 13.28E 1 66.40 QUAMTY DESCRDMON 25) 5 Alarm Strobe Licht, %belen Engineering Part No: 8o0-1 26) 5 Single Pole 20 AMP Heater Breaker Square-D, No: OW-120 27) 20 Single Pole Control & Accessories, 15 AMP Breaker, Square-D, No: QOU-115 28) 5 Ground Block, Square D, Cat. No: PK 15GTA 29) 15 (rounding Lugs, Greaves No:GCA-6-14 30) 20 Identification Tads: "HUN BP.F.J KM11 "G NERATCR BF AKMII "PL MP NO: 1" "PUMP NO: 2" 31) 5 Enclosure Door Handle, Bud Corporation No: H-9174 B, 736-4374 32) 10 Punp Hour Clocks, Redington Mfg. No: 7526-002, Part No: 620-9942 33) 10 H-D`A Selector Switches, Square-D, 5D 9001KS 43B 34) 10 H-O-A Legend Plates, Square-D, 5D 9001 KN360 35) 30 Contact Blocks, l-i/0, 1-N/C Square-D, 5D 9001 KA1 36) 5 Alternator Selector Switch, 3 Position, Square-D, $D 9001 KS 43B 37) 5 Man Down Push Button, Square-D, 51) 9001 2C1R 38) 5 Down Legend Plates, Square-D, 9001 M1 99Q rD 39) 5 Down Contact Block, &Inane--D, 9001 M10 40) 5 Indicator Lamp, 240 Volt, ndustrial Devices, Inc. g. No: 6011M3 Part No: 679,7281 41) 10 Indicator LmV, 120 Volt, trial Devices, Inc. g. M3� No: 6010-rt No: 679-7278 42) 35 Indicator Lamp, 12 Volt, dustrial Devices, Inc. g. No: 6091M1, Part No: 679-7283 Bid No. 9'f-Ya Date /a 15� Page_ � 'f 19 EXTENDED PRICE 45.00E 6.70E 6.70E 2.62E .37E 2.75E 8.75E 38.75E 10.79E .87E 8.75E 10.79E 18.86E 3.42E 5.23E 2.10E 3.50E 3.50E 225.00 33.50 134.00 13.10 5.55 55.00 43.75 387.50 107.90 8.70 262.50 53.95 94.30 17.10 26.15 10.50 35.00 122.50 0% � • 0 R'59'156 43) 30 • 44) 30 45) 30 46) 5 47) 5 48) 5 49) 15 50) 20 51) 120 52) 10 53) 10 54) 20 55) 5 56) 10 0 5 58) 10 e DESCRIPTION Green indicator imp, 12 Volt, Industrial Devices, Bic., Mfg. No: 6091?$, Part No: 679-7284 Yellow Indicator IaW, 12 Volt, Industrial Devices, Inc. Mfg. No: 6091M7, Part No: 679-7285 Momentary Push Button (Vest Switches) Carlington Switch Corp. Part No: 683-0100 Programmable Controller I Dec. Corporation Part NO: PF2J-Gpule >8pansion Hack Plate I Dec. Corporation Part No: PFJ-EB1 4KM Pram Memory Unit I Dec. Corporation Part No: PFA-1M14 8 Point Relay Output I Dec. Corporation Part No; PFJ-TO81 Solid State Output Module I Dec. Corporation Part No: RASS-FAA Transmission Output Module I Dec. Corporation Part No: RSSS-FAl ABS Sea minder Relay ABS Pump Corporation Part No: 6124170 Single Pole Switches Carling Switch Corporation Part No: 1 X 878 On/Off Indicator Plates Carling Switch Corporation Part No: 2 X 642 15 Point Ternnina:l Strip Curtis Mfg. #GFT-15 Part No: 764-0515 6 Point Harrier 7tnninal Block Cinch Corporation 46-540 Part No: 750-5406 Panel Mount Circular Plastic C=*ctor AMP P m&mts Corporation Part No: 743-9 Male Pin Contacts (Solder Type) AMP Products C=poration Part No: 745-6 Sid No. Date_ Page_ j j - of 19 - EXTENDED PRICE 3.50E j 105.00 3.50E 105.00 4.75E 142.50 210.00E '1050.00 14.25E 71.25 62.10E 310.50 64.25E 963.75 12.00E 240.00 12.00E j 1440.00 56.00E 560.00 4.75E 47.50 2.00E 20.00 1.98E 9.90 1.50E 15.00 .48E 2.40 .10E 1 1.00 R-F?- i 9b DESCRDYnON 59) 10 Ferale Pin Contacts (Crinp Type) AMP Products uc Part o 45-3o��tim 60) 5 15 Point Panel Mount Connector AMP Products Corporation Part No: 617-15 61) 5 16 Point Input Sink I Dec. Corporation Part No: PFJ-Nri62 FOR PME 'MTICNS 2A AND 14 ONLY (401p 1) 2 Neutral Block Gould #69081 2) 4 Solid State Reduced Voltage Controllers, Square D, Class 8660, M023J 3) 4 Main & Generator, 3 Pole 225 AMP Breakers Square-D, Q2L-3225 4) 4 No: 1 & No: 2 Punp, 3 Pole 150 AMP Breakers, Square-D, 02L-3150 FOR PUMP STATIW42 18B AND 24 CNLY 20 HP) 1) 2 Neutral Block Gould #69081 2) 4 Solid State Reduced Voltage Controllers, Square-D, Class 8660, M23J 3) 4 Main & Generator, 3 Pole, 175 AMP Breakers, Square-D, 02L-3175 4) 40 No: 1 & No: 2 P-mP, 3 Pole, 90 AMP Breakers, Square D, FAT, 32090 EM Mw STATION 18A ONLY (3I?) 1) 1 Neutral Block Gould #67061 2) 2 8«lid State Raged Voltage Ccntroller len Bradley #150-A3S= 3) (sub. Square D 8660 MEO 23) 2 in & Generator, 3 Pole, 60 AMP ers, Square--D, FAL #32060 4) 2 1 & No: 2 Ping, 3 Pale, 20 AMP s, Square-D, EXA32020 '! Y= GROSS S[M BID 4VW PROJ}7L`!' ND: 87-1 Bid No. Date Page of 19 - EXTENDED PRICE .10E 1.00 .45E 2.25 78.70E 1 393.50 29.60E 59.20 1979.00E 7916.00 210.40E 1 841.60 210.40E 1 841.60 29.60E 59.20 1487.00E 5948.00 210.40E 841.60 115.79E 463.16 29.60E 29.60 829.00E 1658.00 80.80E 161.60 80.80E 161.60 129,138.28 m • R- s9- i96 Hid No. Date /� P'll Pageof1 0 9 R-g9-i96 r Bid No. Date page-fLofis„_ INDEX OF 'GENERAL PROVISIONS' CLAUSES CFrY OF TAMARAC THE FOUOWING INDICATED 'GENERAL PROVISIONS" CLAUSES APPLY TO THIS PROCUREMENT ... x I. WARRANTIES FOR USAGE ..-X-- 2 PRICES TO BE FIRM _.X 3. DELIVERY POINT — x A CASH PAYMENT AND CASH DISCOUNT (TERMS) 5. BRAND NAMES -2L- 6. SAMPLES AND DEMONSTRATIONS _ x 7. QUALITY ...,y S. SIGNATURE REQUIRED - - Y 9. ACCEPTANCE OF MATERIAL . y__ 10. VARIATIONS TO SPECIFICATIONS _X— 11. DELIVERY • X 12. DEFAULT PROVISION 13. PRICING -.2L— 14. COPYRIGHTS OR PATENT RIGHTS -x 15. SAFETY STANDARDS .-X _ 16. TAXES x_ 17. MANUFACTURER'S CERTIFICATION 16. SIGNED BID CONSIDERED AN OFFER 19. LIABILITY. INSURANCE. LICENSE AND PERMITS .. x M RESERVATIONS FOR REJECTION AND AWARD ,A- 21. SPECIFICATIONS .L— 22. 00 ATTACHMENTS 23. FLORIDA PRODUCTS AND LABOR .IL,.,._ 24. RESPONSIBILITY FOR THOSE PERFORMING WORK ___x _ 25. INSURANCE -X_ 26. EQUAL EMPLOYMENT OPPORTUNITY ..X_ 27. APPLICABLE GENERAL CONDITION CLAUSES Cd of. 19 TAMARAC PURCHASING DEPARTMENT k Malion To Bid - Bidder Read !his CenftAft An Iedegrai PcrMon of Pre CaMract NOTICE 70 B®DERS: Sealed bids will be rece>red until the time. and at the place. and for the Rem$ as listed on the PROPOSAL FORM oflacned. The bkdswillberecelved in" office afthe City Clerk,Tomoroc CityHoll, 7525 N, W. Bath Ave". Tommoc, Florida 33321-M1, Con! **g quotations for SuppNbg the City with the items) or services • herein bated and as further specified These bids will be publicly opened In the Council Chambers or other designated area. in the presence of bidders and City affictats. AN bidders and the public are Invited and encouraged to attend the bid opening. After tabulation and review and when required. bids win be presented to the City Council for award of Cordract, Such award 0*1 be made at a Council meeting. HOW TO SUBMIT A PROPOSAL: We M two bid soft maked'ORIGINAV Nwll be submMted in a sealed opaque envelope, moiled to the City Clerk, 7525 N.W. 69th Avenue. Tamarac, Florido 33321.2401, OR hand delivered to the City Clerk al Tamaroc City Hall, 7525 N.W. 88th Avenue Tamarac, Florido, and plainly marked on the outside the 81D NUMBER, IDENTIFICATION OF REM YOU ARE BIDDING, AND TIME AND DATE OF BID OPENING. The (1) one bid marked 'BIDDERS COPY' shall be retained bythe bidder. it will be the sale responsibility of the bidder to ensure that his proposal reaches the Office of the City Clerk, City of Tamarac. on or before closing hour and date shown on proposal Form attached. PURPOSE OF MD. The City of Tamarac desires to secure a source of supply for the above Rem(s) or service(s) at the lowest price. early and satisfactorymanuracture: and prompt and convenient shipment and service bythe supplier to the City. Any follure on the part of the suppler to comply with the ensuing conditions and specifications maybe reason for rejection of bid. The City reserves the right to make an award to the supplier where the product meets the specifications, terms and conditions and where bid is considered to best serve the CIO's Interests. SUBMISSION AND RECEIPT OF BIDS: a. hoposals, to receive conslderalion, must be moolved on or prior to the specified time of opening as designated in the proposal. b. Unless otherwise specified, bidders MUST use the proposal form ArrnW*d by the City. Failure to do so may cause bid to be rejected. Removal of any part of the bid proposal may invalidate the bid. c. Proposals having any erasures or corrections must be Initialed by bidder In Ink. Bids shall be signed in Ink; all quotations must be typewritten or Hied in with pen and ink. d. Separate proposals muss be submMled an each bid reference number. GENERAL PROVISIONS . 1. WARRANTIES FOR USAGE: Whenever a bid Is sought seeking a source of supply for a specified period of time for moteriab or $*Mees.the quantities of usage showr►are estimated ONLY. No guarantee or worranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contracts These quantities ore for bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to increase or decrease the quantities as required. 2. PRICES TO BE FIRM: Bidder warrants by virtue of bidding that prices. terms. and conditions quoted in his bid will be firm for acceptance for a period of sixty (60) days from the date of bid opening unless otherwise stated by the City. 3. DELIVERY POINT: AN items shall be delivered F.O.B. destholion (Le. of a specific City of Tamarac address), and delivery casts and charges (If any) will be included in the bid price. Failure to do so may be cause for rejection of bid. 4. CASH PAYMENT AND CASH DISCOUNT (TERMS): Payment win be mode ONLY after receipt and accep- tance of materlob/services. Cash discounts will be considered In determining the award. 5. !RAND NAMES: Nand whereverinthe specifications o brand rcwwmake,nome of any mom9octurer. a trode name, or vender catalog number Is mentioned. it k forthe purpose of establishing a grade or quality of mote hol only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR APPROVED EQUALkadded. However.9aproductollwthanthatspecifiedkbid.ItIsthevendorsresponsibility to name such a product within his bid andto prove to the CRythat said product k equal to that specs ied and to submit brochures. samples. and/or speeftei ions in dotal an Nem(s) bid. The City shall be the sole judge Concemhg the merits of bids submitted. 6. (SAMPLES AND DEMONSTRATIONS: Evidence in the form of samples may be requested M brand b other than specified. Suchsamples are to be funM*d afferthe date of bid opening upon mQuW of the City unless oth- OnAwstar in"bid proposal. 980, pies ewe fequeded,suchsannpWffK tberecehredbytheCitynolater lhan seven(?) days after ib i v request Is made. When required. the City may request foil demonstrations of any unit(s) bid prlortothe award of any contract. Samples. whom requested. must be furnished hoe of expense to the City and It not lied in testing or dlostroyed, will upon request within thirty = days of bid award be re- turned of the bidders expense. 7. QUALITY: AN materials used for the manufacture or coral action of any supplies. moterlob or equipment Covered by fhb bid shag be new. The Sorm bid must be now. to Ipfest model. at the best quality, and the IV 00 grade gyp. S. 3MAW RI - 111- All Quotations and proposals MUST be !signed with the fin name and by an officer or employee having a dhc*y to blind the company or tirm by his signature. 4. ACCPTAt M OF MATERIAL: The material delivered under this prapasat to remain the pi aperty of the seller untilo physical hipection and actual usage ofthis material and/orservices k made andthereafter accepted to the satisfaction of the City and must Comply with the terms herein, and be fully In accord with specifications andofthe highest quality.Intheevent the material and/or services supplied totheCityIsfoundtobedefective or does not conform with specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product to the seller at the sellers expense. R- sq, / VG &d No. kDatePap 10. VARIATIONS TO SPECIFICATIONS. For purposes of evaluation, bidder MUST Indicate any variances from specifications, terms and/or conditions, no matter how slight. if variations Ore not stated In the proposal. It will be assumed that the produce or service fully compiles with our specifications, terms and conditions. - . 1). DELNER'Y: Time wM be of the essence for any orders placed as a result of this bid. Tamarac reserves the right to cancel such a+do s, a any part thereof, without obligation It delivery is not made at the time(s) specified on 1t>. papericlltann 12. DEFAULT PROVISION: In case of detaull by the bidder or Contractor." City of Tamarac may procure the articles or services from other sources and hold the bidder or contractor responsible for payment of any excess �. Cats occatorred or Incurred thereby. 13. PRICING! Prices should be stated in units of quantity specified in bidding specifications. In case of discrepancy In computing the amount of the bid. the UNIT PRICE quoted wtA govern. la. COPYRIGHTS OR PATENT RIGHTS: Mdder warrants that there has been no violation of copyrights or patent rights An manufocturing, producing or selling the goods shipped or ordered as a result of this bid. and seller agrees to hold the purchaser harmless from any and all Nobility. loss. or expense occasioned by any such violation and to defend some. 15. SAFETY STANDARDS: The bidder wortants that the product supplied to the City conforms In all respects to the Standards set forth in the Occupational Safety and Hearth Act of 1970 and Its amendments and the failure to Comply with this candttion will be considered a breach of contract. 16. TAXES: The City of Tamarac b exempt from taxes I mposed by the State and Federal Govemment. Proof of Exemption will be supplied upon award of bid to the successful bidder. 17. MANUFACTURER'S CERTIFICATION: The City of Tamarac reserves the right to request from bidders separate manufacturer certification of all statements made In the proposal. IS. SIGNED BID CONSIDERED AN OFFER: This signed bid sholl be Considered on offer on the part of the bidder or Contractor, which offer shall be deemed accepted upon approval bythe City Council of the Cif y of Tamarac. and in case of a defouft on the part of the bidder or contractor after such acceptance, the City of Tamarac may take such action as it deems appropriate including legal action for damages or specific performance. 19. LIAeILTTY, INSURANCE, LICENSES AND PERMITS: Where bidders ore required to enter to go onto City of Tamarac Property to deliver materials or perform work or services as a result of bid award, the bidder will assume the f ull duty, obligation and expense, or obtalning afl necessaryscenes, permffs, and insurance when required. The 0 biddershall be liable for any domoges or loss tothe City occasioned by negligence of the bidder (or his agent) or any person the bidder has designated In the completion of his contract as a result of his bid. 20. RESERVATIONS FOR REJECTION AND AWARD: The City of Tamarac reserves and by submitting a bid. the bidder acknowledges. the right to accept or reject any or ail bids or parts of bids, to waive Irregulornies and techni- Colffies and to request rebids on the required materials. The City also reserves the right to award the contract On such material the City deems will best serve its interest, it further reserves the right to award the contract on a spin order basis, lump sum, or Individual item basis, or such combination as shall best serve the interest of the City unless otherwise stated. The City also reserves the right to waive minor variation to specifications (inter. pretation of minor variances will be made by applicable City Deportment personnel). In addition, the City reserves the right to cancel any contract by giving 30 days written notice. In the event of legal act ion by either party, the contract shall be bound by the laws of the State of Florida. 21. SPECIFICATIONS: Any omission of detail specifications stated herein that would render the materials/serv- lces from use as specified will not relieve the bidder from responsibility. 22. ND ATTACHl*NTS: A bid response to an hvitatlorrto-bld which has attached a condition of sale or any other atiochrnent which aiters the specifications. conditions. terms, or makes it subordinate may be cause Tor rejection. 23. RORIDA PRODUCTS AND LABOR: The Successful Bidder's attention It called to Section 255.04. Florida Statures. which require that on pubEc buNdhg contract. Florida products and labor shall be used wherever price and quality are equal. 24. iBESPONS NUTYPORTNOSEMPONAMWMWORK:The&xmo hABidcW* ollberesporsbletotheCityfor the 004 and omission of OR his employees and all sub-carytractors performing any of the work under a contract with the SuComallul bklder. 25. MSURANCE: The Successful Bidder shay purchase and nm** h Worker's Compensation and applicable racossalry liability and Property I surar'tce. fib. NDtM&APLOMSANROPPOR1UNt1Y:Th&&xassU9lcdershoVnotdls*&WnaWoo"emplayeeorapplicant tsar ernployner+f becaure Of race. Creed. Color or national orlgh. The Successful Bidder will take affirmative action to ensure Thal app a ciris are ernpbved and that employees are treated during employment. without regardtothet rate. erred. color or rat "origin. Such action shall Include. but not be limped to the 11ollmArq emplayn►errt,IQp►ading,dematkx►,artronsfer; recruitment advertlgnp; 1pypff ortermination: rates of pay at other formss of Compensation: and ~ion far training hckrdhg Wwnticeship. The Successful Bklder agrees topost In conspicuous ploces. available to employees and ggAcantstoremployment, notices setthg forth the provisions of this rnon4ftcthnhation clause. 27. Applicable General Provision Clauses are noted on 'The Index of General Provisions% attached hereto and made an integral part of this bid and any resulting contract. R19?_/94 CITY OF TAMARAC Pa3e 19 TAMARAC UTILITIES WEST ." BROWARD COUNTY, FLORIDA BIDS FOR ELECTRICAL COMPONENTS FOR NINE 9 PROPOSED ELECTRICAL CONTROL CABINETS SUPPLEXENTAL GENERAL PROVISIONS 1. It is the intent of this specification to secure firm bids from electrical component suppliers for furnishing and delivering all items and quantities specified for each of the three (3) separate and distinct projects listed in the proposal. 2. The bidder's attention is invited to Item No: 5 of the General Provisions. It is to be noted that the three (3) part proposal specifically lists a manufacturer and Part Number for each specific item in the bid. No substitution of any kind will be accepted for this particular bid. This is not suggesting or implying that "or equal" electrical components will not be considered in future contracts. However, any future proposed substitutions may be submitted to Tamarac Utilities West Engineering Department, in writing, with all necessary catalog cuts and substantiating data for an indepth evaluation. 3. The award of contract, if any, will be made to the lowest responsive, responsible bidder, whose bid includes all stipulated items as listed in the proposal, based on the total gross sum bid for all three (3) projects. 4. The contractor's attention is called to all applicable General Provisions listed in the City's attached bid form. 5. Upon award of this contract by City Council and the receipt of a Purchase Order to the contractor from the City's Finance Department, all electrical components of the bid must be delivered to the City within sixty (60) calendar days of the Purchase Order • date. ' 6. All items shall be delivered to: TAMARAC UTILITIES WEST 7805 Northwest 61st Street Tamarac, Florida 33321 Mr. Joseph Hughes will receive and accept all deliveries from the contractor. 7. The unit prices stipulated in the contractor's proposal shall be full compensation for all work of every description required to secure, furnish and deliver all items listed in the proposal. 8. All items purchased by the City under this contract shall be warrenteed by the contractor for ninety (90),calendar days after installation by the City. MASTER-DOC 9/ALUMIN/CAB.81