Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-1642 3 4 t, rr 12 13 14 15 16 17 �S D 21 22 23 24 ZS Introduced by CMI '02V y Temp. # 2315 CITY OF TPMARAC, FLORIDA RESOLUTION NO. R cPc - /Z A RESOLUTION AWARDING A BID FOR 1 (ONE) ELECTRONIC CASH REGISTER BID "#82-17 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on May 26 1982, and, WHEREAS, bids were advertised in the Fort Lauderdale News 9 newspaper of general circulation in Broward County on June L i nd June 9 , 198 2 , and WHEREAS, bids were opened on June 15 , 198 2 , and WHEREAS, ..�is the lowest fully responsive and responsible bidder. NOW, THERLFORE, BE IT RESOLVED BY THE COUNCIL OF THE; CIa'Y OF TAMARAC, FLORIDA: SECTION I: That the bid of in the amount of x� s1, UG is hereby app oved. PASSED, :ADOPTED AND APPROVED this day of - 98 2 i I ATT"3ST : i CITZ CL RKr I (S I HEREBY CERTIFY that I have:— 27 pproved the form and correctness -Df this RESOLTION. 28 36CIT,�St� ATT NEY t'). 33 35 36 RECORD OF COUNCIL VOTE MAYORt DISTRICT 1: DISTRICT 2: DISTRICT 3: DISTRICT 4: CiTY OF TAMARAC CQ'Y O Fixed price bid ® Request for Proposal BID NO:=Z (This is not an order) (All blanks must be Oiled in) 50. DATE: f "4 1 PAGE NO.: ITEMS) REOWRED: I (ON); )ELECTRONIC CASH .REGISTER IN ACCORDANCE WTmxgvF n+rmar+ysr► SPtCIFICATIONS. USING ACTIVITY: UTILITIES WEST ADMINBUyer: PHILIP MACLENNAN Phone (305) 722.5900 Ss MUST BE SUBMi I ICU ON OR BEFORE 2: 00 P.M. --Wst± June 15, 1982 seviem Standard Two w Eastem Standard Daylight Savings Thane as appliable. The ofildal time shall be as iscei on the Date/rime Recording ClOck in the City Clerk's Office. It will be the sole responsibility of the bidder to Nam that his proposal madws the Office of fhe City Cs+k City of Tamarac on or before closing hour and date shown above. VaLegal Advertisement, Irr1Alatiof►do•Bid, General Conditions. b0nwOons to Bidders. SpecW CortdWOM 6PWft8§0W Adclandums, and any wn- patsriani document form a part of this proposal and by reference are made a pat hereof. G/1Ti•COL LUSiON STATEMENT: The below signed bidder flas not divulged to, discussed or compared his bid with oti►er bidders and has not wooded with any other bidder or parties to a bid whatever. (NOTE: No premiums. rebates or gratuities permitted either with. prior to, or after any glalwy of materials. Any such violation will resuff in the carioeilation and/or return of matsriala (as applicable) and the removal from Bid List(s). 7OTNE PURCHASING OFF10ER OFTHE CRY OF TAMARAC- We (I), the below signed hereby agree tofsuriists the following article(s) or services) attihe price(s) and terms stated subject to all instructions. conditions, specifications, and all attachments hereto. We (1) have read all attachments including the specifications and fully understand what is required (By submitting this signed proposal, we () officially accept a contract if approved by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and we (I) hereby agree that we will make sve0abb for audit to appropriate City Auditors any applicable business or financial records Pertinent to a resulting order or contract.) Allvioes to be quo4d F.O.B.. Buyers Destination Tamarac. Florida (Delivered at the applicable City address indicated onthe Purchase Order.) VAfLURE TO OUOTE: lf you do not quote. please return quotation sheet, state reason lheraon and request that you► name be retained on our VAlling list, otherwise. your name may be removed from our bid mailing list. Rids are tam for acceptance within W days after bid am 6 9 date N/ - yes _fro .other. % — Days or by d Month (To apply on date of delivery and aceptanoe of material.) kI awarded ALL ITEMS BiD HEREIN (when applicable), an additional DISCOUNT OF % !s offered in addition to any terms offered above. DELIVERY: /4/ calendar days after receipt of Purchase Order (City reserves the right to consider delivery*as a vital consideration when making or recommending award). VARIANCES: State anyveriationetosoeetrieatioru, Isms and/orcarmnonsinthis space aretev herein all variances contained another pages ofthis Proposal Form or in any bidattacMnent. NO VARIATIONS OR EXCEPTIONS BY ABIDDER WILLBE CONSIDERED OR WILL BE DEEMEDTOSE APART OFTHE (BID SUBMITTEDUNLESS SUCH VARIATION OR EXCEPTION ISLISTED WITHNNTHE BIDDDCUMENTS ANDREFERENCED INTHIS COLUMN. NO SEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN ASUBMITTEDAID. ANDTHE CiTY WILL NOT $£BOUND IN ANYMANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION DR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE SIDDOCUMENTS. ALL PRICES WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC F-XCEPTIONTHERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. If no statement a contained in this apace. it is hereby liaplied VW your bid comOas with the full scope of to Bid Ilwltation. It Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below. please complete the Wowli Q: MBA Purchase Order to: Malt Payment to: Telephone No : w/Area Code VROPOSAL SUBMITTED BY: Mail Bids to: %Ajm (Prince* —1Fg r.4 ^! 14c l.;- E- _Title: ��/�c : k; F /'i<'�•F_1r,�?i lei (t3 lCompany. 09w Registered TIN in FULI.I St v ' n� rr'Fc /� /r► ; i r�! ��':1 / jC_ _ E 7iA SIGNATURE: i�-cm� �- /�/�c �s-� Telephone No.: t S - 71 -:�? DATL, L, - // - 82 indicate which: Corporation: ✓ /6. %ncloaed References Applicable to Proposal: invttation To Bid - F1 WWMX of General Provisions Cisuses -iF2 Generat Provisions - 1113 Partnership: Individual: . /1100401w fma rerun few,rue 11111061 SPECIFICATIONS AND BID SCHEDULE Invitation To Bid -ITY OF TAMARAC 311 N.W. SMh Avenue smarac. Florida 33321 Bid No. !91;1 " Date & - I / 3- Page No. of All prices to be quoted F.O.B.Tamarac, Florida, Delivered and urioadedstappliu ble eitydestination as indicated below. The following special conditions (M checked) apply to this bid. —j BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND:The City shall require from all Bidders. a certified check or bid JJ bond in the amount of five (5) per cord of the bid, which shall be forfeited to the City In the event the Bidder. towhom the business is awarded. shall fail or refuse to Comply with the specifications of the bid. ChscM will be returned promptly to unsucoessful Bidders • after award of bid. Failure to submlt this bid bond with the bid could Cause rejection of the bid. D�.J PERFORMANCE BONDS: The City shall prior to the excution of the contract, esquire the Bidder to furnish bonds covering the faithful performance of the contract and the.payment of all obligations arising thereunder in such form and amount as the City may prescribe and with such sureties secured throughthe Bidder's usual sources as maybe agreeable to the parties. ff such bonds are dated, the premiums shall be paid byte Bidder. The Bidder shall doom the required bondstotha Citynot laterthan the date of execution of the contract. QUANTITY DESCRIPTION UNIT PRICE ' EXTENDED PRICE 1 ( ELECTRONIC CASH REGISTER WITH THE FOLLOWING SPECIFICATIONS AND FEATURES. r Yr- W4A"x , NA_ 1. NON-VOLATILE RANDOM! ACCESS MEMORY. 2. SUPERVISOR CONTROL OVER VOIDS,READ AMID RESET OF TOT s miANGE OF DATE AND CHANGE OF TIME. 3. AUTOMATIC PRINMG OF SIX (6) TE10MULL.REPORTS. 4. AUTOMATIC AMOUNT PICKUP ON EXACT CHANGE TENDERED. 5. PROGRAMMABLE DISTRIBUTION DEPARTMENT MNEMONICS, UP TO 5 CHARACTERS ALPHANUMERIC. 6. PROGRAMMABLE RECEIPT HEADER AVID CHECK MESSAGES. 7. PROGRAMMABLE MAJOR DEPARTMENT MNEMONICS,4 CHARACTERS ALPHANUMERIC.' S. PROGRAMMABLE HIGH AMOUNT LIMITATIONS ON ALL DEPART MENT AND TENDERED KEYS. 9. FORMS VALIDATION AND CHECK ENDORSEMENT. 10. SLIP PRINTER (40 COLUMNS) PROGRAMMABLE FOR DOUBLE VALIDATION (2 PART FORMS). 11. ORIGINAL PRINT ON JOURNAL,RECEIPT AMID INSERTED DOCUMENTS. 12. FOUR (4) TENDERED TOTALS. 13. VOID AND CREDIT VOID TOTALS. 14. TEN (10) MAJOR DEPARTMENT TOTALS (FUNDS) : TBSiEE (3) CREDIT DEPARTMENT TOTALS. • 15. ONE —HUNDRED EIGHTEEN (118) DISTRIBUTION TOTALS COUNTERS (WITHIN FUNDS). 16. EIGHT (81 CASHIER TOTALS. 17. NON-RESETTABLE GROUP TOTAL -TWELVE (12) DIGITS ELEC TRONICALLY SEATED. 18. FOUR (4) DIGIT TRANSACTION COUNTER FOR ALL TOTALS. 19. CUSTOMER RECEIPT INCLUDES TIME,DATE,CLERK #,TRANS- ACTION #, LOCATION AND REGISTER #. 20. INCREMENTAL "PREVIEW" DISPLAY WITH LEAD-THRU FOR TRANSACTIONS (ALPHANEDIERIC) . 21. "HOLDING" DISPLAY (8 DIGIT,NUMERIC). 22. AUTOMATIC QUANTITY EXTENSION. _ 23. VALIDATOR CAPABLE OF ACCEPTING MULTIPLE PART FORMS 24. OPTIONAL DATA CAPTURE ON MAGNETIC TAPE CASSETTES. 25. OPTIONAL COMMON CARRIER COMMUNICATIONS. 26. OPTIONAL IN-HOUSE COMMUNICATIONS. 27. OPTIONAL OPTICAL CHARACTER RECOGNITION READER. 4etiverTo: 11i Title Company Name S�vEn.d �iV" 1r' /'/�`T/Ori/.0 ' L Address Ql(5% Pro 3617'` SutTF_ ,21 MrAM.I rl-4 33/ blo