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