Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-88-1141' I 2 3 4 3 B .g 10 11 12 13 14 15 16 17 a 0 21 22 23 24 25 26 27 28 29 30 33 34 35 Temp. Reso. #5008 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-88-- /� A RESOLUTION AWARDING A BID FOR TEN (10) POLICE LIGHT BARS, SIRENS AND CONTROL PANELS, BID NO. 88-19; 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 March 29, 1988, and April 5, 1988; and WHEREAS, bids were opened on April 11, 1988; and WHEREAS, Lawmen's & Shooters 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 Lawmen's & Shooters Supply, Incorporated, in the amount of $6,948.60 for Ten (10) Police Light Bars, Sirens and Control Panels, is HEREBY APPROVED. SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this pZ 7 day of , 1988. ATTEST: NORMAN ABRA140WITZ MAYOR CAROL E. BARBUTO :- CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. L &a�� RICHARD DOOR CITY ATTORNEY RECORD OF COUNCIL VOTE MAYOR ABRAMOWITZ DISTRICT 1: C/M ROFiR Ir DISTRICT 2:.%I/N1 STELZER Di : i R;CT 3: C/M HOFFMAN DISTRICT 4 C/M BENDER CITY OF TAMARAC ® Fixed price bid ❑ Request for Proposal BID NO:.. 85 19 (This is not an order) (All blanks must be filled in) oRIGI NA COPY DATE: April 11, 1988 PAGE NO.: ITEM(S)REGUIRED: ICE LIGHT BARS SIRENS & CONTROL PANELS USING ACTIVITY P.D. (POLICE DEPT .) Buyer. CHIEF McINTOSH Phone (305) 722.5900 BIDS MUST BE SUBMITTED ON OR BEFORE 2:00 P.M. Monday, Aril 11 1988 Eastern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official time shall be as recorded on the DateRime Recording Clock In the City Clerk's Office. it will be the sole responsibility of the bidder to ensure that this proposal reaches the Office of the City Clerk, City of Tamarac on or before closing hour and dale shown above. The Legal Advertisement, Invitation -to -Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and any other pertinent document form a part of this proposal and by reference are made a part hereof. ANTI -COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared his bid with other bidders and has not Colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities permitted either with, prior to, or after any "ivory of materials. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from Bid List(s). TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC: We(I), the below signed hereby agree to furnish the following article(s) or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. Well) have read all attachments Including the specifications and fully understand what Is required (By submitting this signed proposal, we(I) officially accept a contract it approved by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and well) hereby ogres that we will make available for audit to appropriate City Auditors any applicable business or financial records pertinent to a resulting order or contract.) All prices to be quoted F.O.B. Buyers Destination Tamarac, Florida (Delivered at the applicable City address Indicated on the Purchase Ordeal FAILURE TO QUOTE: If you do not quote, please return quotation sheet, state reason thereon and request that your name be retained on our mailing list, otherwise, your name may be removed from our bid mailing list. Z Bids are firm for acceptance within 60 days after bid opening date yes no other. Net 30 I nd TERMS: Days or by of Month (To apply on date of de (very a acceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF 0/0 Is offered in addition to any terms offered above. DELIVERY: 15-30 calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). es of VARIANCES: Proposal ANCE$+state any bid any variations attachment. NO VARIATIONS OR EXCEPTIONS cificalions, terms and/or conditions BY A BIDDER WILL BE CONSIDERED ORace or referencetiorein riances contained on other WILL BE DEEMED TO BE AePARTYtOF THE BID SUBMITTED UNLESS SUCH VARIATION OR OR ACCOMPANYING DOCUMENTS OR LETTERS Wllp BE CONSIDERED AS INCLUDED WIITHINN IS LISTED WITHIN THE BID N TS AND REFERENCED IN THIS COLUMN NO SEPARATE A SUBMITTED BID, AND THE CITY WILL NOT BE BOUND IN ANY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE BID DOCUMENTS ALL PRICES WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. it no statement is contained in this space. it is hereby implied that your bid complies with the full scope of this Bid Invitation. If Purchaser Order Payment or Future bids are to be mailed to other than proposer's address shown below, please Complete the following: Mail Purchase Order to: Mail Payment to: I elephone No.: ROPOSAL SUBMITTED BY: Mark Fielder w/Area Code Mall Bids to: Bid Coordinator NAME (Printed): Title: Aulltne�l t I s a e ex � i-P/ y I—,-c Company: Tura , Irl. Address: SIGNATURE "' Telephone No.: ED0'"562-5697 DATE: Indicate Which: Corporation: Enclosed References Applicable to Proposal: Partnership:_ Invitation To Bid -- F1 Individual: _ Index of General Provisions Clauses — F2 General Provisions — F3 Other: (Retain one copy for your flies) FORM F1 BIDDERS NOTE: Both sides of this Form require signature. SPECIFICATIONS AND BID SCHEDULE Mwitation To Bid r11 OF TAMARAC 11 N.W. W Avenue moose. Florida 33321 Rate A r No. 2 of 3 AN pftes p Mooted Faa�er 0.9. Ta ww, p d) SOP, De this bld dad at applkable dh death hm as Indicated below. 7Ite apeclal DMODEM REOUME1r Pff FM CER t'lIt1EDCHECK on BID BOND: The City shall rMft from all Bidders, a Certified Check or bid band in the affICK t Of five (s) Pe► ow of the bid, vAi *t#E+stt be fortsfled to** Ofty in** tom the Bidder, to whom the business is awarded, doll fall or reface to Campy with the Spacfficeive of tM bad. 0sack4 wW be retumad prprrtptly to vt w=ssful Bidders A award of bid. Faifun to Submit this bid bond with te bid Could *W" mbm of Ow bid. FORMANCE •DUDS: ThS City Shan prior to the 9WAIM of te "it' Ct, rrqulreteidder furNsh bonds COverinp the ful parlour ance of the oCw'ttract and the payment of all obligations ariSinp ttwourrdsr in Such form and amount as the City may prescrtbs and with such auratias Saaured through the Bidder's usual So~ as may be agRaaabfe to the parties If such bonds are atoAted, the Phmkm Shall be paid by ft Bidder. The Bar @hall deliver Iha reaWred bonds to 00 City riot Islet than the date of execution of the contract. - CUANTITY 0 E 1 C R I P T 10 N UNR PRICE EXTENDED PRICE We Did Emarg cy Equipmen The purpose of these specifications is to Corp. (Smith Wasson adl. #18884 10 obtain specific emergency equipment to be utilized light; bar cotx late• by the Police Department of the City of Tamarad: i6740$6 $$$4 Light bar e Proposals submitted should consist of on(1) #664005 840E Switch contro: complete and complementary package consisting of: #550000 $00 Super Siren #667010 S$1000 100 Watt 10- Police light bars w/speakers. speaker 10- Sirens 10- Control panels If possible, units bid are to be in -stock item 694.86 $6948.60 for delivery to the Vehicle Maintenance Division of Public Works upon award of the bid. Complete Total each sat Warning Light System: System base will be built of corrosion re- • sistant, extruded aluminum. This will provide maximum strength and minimal weight. It will be mounted on rubber cushions. Del ive► To Alt: Low profile standard hook -on mounting. This will eliminate drilling holes) locate the light bar closer to the roof. Wiring loom input cable will consist of a minimum of seven (7) color coded wires, minimum of 12' in length, with a quick disconnect close in prox mitt' to the light bar itself. Cord to exit bar on passenger side of bar. Dimensions: 1) Width of light bar to be between eleven and fifteen inches. 2) height to be between 7 and 9 inches top to bottom without mounting. 3) Length to be approx. 48" this will give the capability of utilization on different size vehicles in the future. CONTINUED: SEE ATTACHMENT A Z4-5-88 i<idert •lure Date Title Bid Coordinator Lawmen's & Shooters' Supply, Inc. Compsny Nome 1306 29th. Street Address Varo Beach,. 1i►1. 32960 BIDDERS NOTE: Roth sides of this form rOW" ai/netvre.