Loading...
HomeMy WebLinkAboutBid Response Form 44.0 BID RESPONSE FORM 4.1. Certification Statement (Page 1 of 3) Please quote on this form(s) net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination, The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 120 days following the time set for opening of the bids, In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this bid have been documented in the section below (refer to paragraph and section). EXCEPTIONS: Payment Terms: 2% 10 days_ Net 30 days X Delivery of equipment will be made within calendar days after receipt of purchase order. Installation of equipment will be made within itgcalendar days after receipt of purchase order. We (I) certify that any and all information contained in this bid is true; and we (I) further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this IFB and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: NAME OF BIDDER: role .1C. EGOIPrilEtjr RJ0 11,1S`Prti (411r~`f\ii ADDRESS: 1305 .Nam) I'5DrivcciTY f Ir rrli (xy er,s8TATE Ft ZIP 33I PHONE: 30'5—toll ' (D7-1I51 EMAIL: S'el SIGNED BY: TITLE: \I tce FAX: ') '.3' 402-; al BEEPER: Ceti "4423 - Cion brrrot. mti ldfri+ DATE: g 0-�i� , J FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. City of Miami Page 27 Bid No, 05"08"035A Bid Response Form - Certification Statement (Page 2 of 3) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a me tiny of the Board of Directors of �,ttdr��o �s4��Ty E061.1T•rjrrsrrf►,c.rfT+c;r `corporation organized and existing under the laws of the State of 19-o /_\ b 4 , held on the J�day of , 2,006 , a resolution was my passed and adopted authorizing (Name) &+4$itnNA i w c s � as (Title) *f te,e ii Aes ib4 r of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS HE 0;;, I have hereunto set my hand this es, day of •406—(t•S" , 20.06. Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTTY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws' of the State of , held on the day of , a resolution Was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: . CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). City of Miami Page 28 Bid No. 06-06-035A Bid Response Form -Certification Statement (Page 3 of 3) I HEREBY CERTIFY t business as (d/bfa) executed and am bound by the terms CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) at, I (Name) SObrliZ. ��C,individually and doing ,� Jn �� �■ 'a r (If Applicable) have the bi• to which this attestation is attached. hereunto set my hand this 1$ , day of IN WITNESS WHEREOF, I have 20 OG( . Signed: Print: &+ STATE OF Fems' / COUNTY OF ) SS: The foregoin instrument was a�ckn9wledged 20 co .6 , by �r3 Qd-j IT' f-�6a � ,D produced 'l‘Rc- — oath, SIGNATURE STATE OF FLORIDA RY PUBLIC r T ,SIA�[��YPF� Notary Pubc - State ofCommsonExpire*Jun16,2010 —1� ;,,; Conxrrisslon E DO 559479 Bonded By National Notary Assn, City of Miami Bid No. 05-06-035A before me this day of fAv\ , _, who is personally known to me or who has as identification and who (did / did not) take an Page 29 4,2. BID FORM 4.2.1. POLICE; EQUIPMENT PURCHASE: (Equipment only and includes all standard components regularly supplied with the component, i.e. mounting brackets, hardware, etc.) Bid price quoted will be for an estimated total of 165 vehicles, based on the vehicle Make and Model to be outfitted. 1. LED Lightbar: Same as or equal to Code 3, Mfg, Model 2147A-MPD2. A. B. C. D. Description Crown Victoria Chevy Impala Est. Qtv. U/M Unit Price 165 ea $ N ft 165 Dodge Charger 165 ea $ Dodge Magnum 165 ea $ ea N � Extended Price $ N. $ i`f% Can you offer a better standard warranty that exceeds two (2) years? YES E. Please indicate number of years of standard warranty: Manufacturer/Model No. M H i S NO (Circle one) INIK years 2. Light/Siren controller: Same as or equal to Code 3, Mfg. Model 3892L6 or the Whelen, 295HFSA6. Controller shall include integrated siren and light controller with a three (3) level slide switch and PA capabilities. Description Crown Victoria Chevy Impala Dodge Charger Dodge Magnum A. B. C. D. Est. Qty. U/M Unit Price 165 ea $ Mtn; 165 ea $ N 165 ea $ N1. 165 ea Extended Price $ $ Hsi $ NI` Manufacturer/Model No. 1-I Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) E. Please indicate number of years of standard warranty: H. K. years 3. Speaker: Satre as or equal to Code 3 Mfg. Model CV214 Whelen Eng., Model SA314 for vehicle specified. A. C. D, Description Crown Victoria Chevy Impala Dodge Charger Dodge Magnum Est. Qtv. U/M Unit Price Extended Price Manufacturer/Model No. 165 ea $ N IQ $ 165 ea $ /-I A $ /f , ,,f 165 ea $ — $ P� trt tC 165 ea $ �f f _ $ /'I r 1`i li, Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) E. Please indicate number of years of standard warranty: r`I k years 4, 4-Corner Strobe Package: Same as or equal to each Whelen 90 watt power supply (CSP690) and four (4) Whelen clear strobes (S3OHACP). Package pricing includes one (1) power supply and four (4) clear strobes per vehicle. A. B. C. D. Description Crown Victoria Chevy Impala Dodge Charger Dodge Magnum Est. Qty. U/M Unit Price 165 ea $ 3'I i£ 165 ea $ Nth 165 ea $ N 165 ea $ ti if, Extende1 Price $ P IF. $ /',1 t, $ iP\ Can you offer a better standard warranty that exceeds two (2) years? YES E. Please indicate number of years of standard warranty: City of Mtami Page 30 Bid No. 05-06-035A Manufacturer/Model No. 0-4 NO (Circle one) 1C1 . years 5. Deck Light Package: (Items Only) Same as or equal to Whalen Dash King (DKRSR and DKRSB) or Whelen Talon TLNCV5RB, Package pricing includes one (1) DKRSR and one (1) each DKRSB per vehicle or (1) Whelen Talon TLNCV5RB. Description Est. Qty, U/M Unit Price Extended Price Manufa;turer/Model No. A. Crown Victoria 165 ea $�-- $ B. Chevy Impala 165 ea $ hip/ $ °"t N. C. Dodge Charger 165 ea $ p A$ 14 A N � D. Dodge Magnum 165 ea $ N 44 $ p Y . Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) 99 k years E. Please indicate number of years of standard warranty: 6. Prisoner Partition: Same as or equal to Troy Products TP-3US-F (75% Lexan /25% mesh) to include 2-PAR-28- driver advantage mounting hardware and 2-PAR-25- lower extension panels (kick plates) for vehicle specified. Description Est. Qty. U/M Unit Price Extend 0 Price Manufacturer/Model No. A. Crown Victoria 165 ea $� $ Xi J` Nf B, Chevy Impala 165 ea $ $ 'J` i C. Dodge Charger 165 ea $ $ N I\ 0, Dodge Magnum 165 ea $ $ A4 ` Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) E, Please indicate number of years of standard rranty: years 7. Prisoner Transport Seat: Same as or equal to Pro-Qrd, Part # S6001 to fit specified vehicle. Description Est. Qty., U/M Unit Price Extender Price Manufacturer/Model No. A. Crown Victoria 165 ' ea $ $ ► IA B. Chevy Impala 165 ea $ N • $- , N C. Dodge Charger 165 ea $ Ai $/�'- f. 1•I 1 D. Dodge Magnum 165 ea $ At $ t4 f Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) E. Please indicate number of years of standard warranty: P-1 K years TOTAL ITEMS 4.2.1. (1-7) $ M II. City of Miami Bid No, 05.06-035A Page 31 4.2.2. POLICE EQUIPMENT IN$TALLATION: (Bidder shall submit pricing for installation only, city supplied equipment components. Installation prices shall include all requirements listed in the bid specifications.) Bid price quoted will be for a total of 165 vehicles, based on the vehicle Make and Model to be outfitted. 1. Installation of the light bar, siren and speaker per specifications 3.1.1.1., 3.1.1.2., & 3.1.1.3. Description Est-Qtv. U/M Unit Price A. Crown Victoria 165 ea $ 2.10 B. Chevy Impala 165 ea $'210 C. Dodge Charger 165 ea $. D. Dodge Magnum 165 ea $, Can............_ ....................._..,...... _..,................._....... . you offer a longer labor warranty that exceeds one (1) year? Extended Price n. $4 NO (Circle one) E. Please indicate number of years of labor warranty: �- years 2. Installation of four -corner strobe package per specification 3.1.2. A. B. C. D. Oescrintion Crown Victoria Chevy Impala Dodge Charger Dodge Magnum Est. Qtv. U/M Unit Price 165 ea$t2' 165 ea $ 125 165 ea $ j 165 ea $ 1L1 Extended Price $ 2L11(42.5" $ $2.5 Can you offer a longer labor warranty that exceeds one (1) yea NO (Circle one) E. Please indicate number of years of labor warranty: Z years 3. Installation of rear deck light package as per specification 33.3. Description Est. Qtv. U/M Unit Price - ..Extende Price A, Crown Victoria 165 ea $ B. Chevy Impala 165 ea 2 $ 4 12, C. Dodge Charger 165 ea $ r i $ $ 1 R A D. Dodge Magnum 165 ea $ $ 9- Can you offer a longer labor warranty that exceeds one (1) yea E. Please indicate number of years of labor warranty: 4. Installation of prisoner partition as per specification 3.1.4 A. B. C. D. Description Crown Victoria Chevy Impala Dodge Charger Dodge Magnum Est, Qty. U/M Unit Price 165 ea $ 165 ea $ R fS 165 ea $ 165 ea $ i30 NO (Circle one) years Extended Price $ $i2. 109- $2.11 60 Can you offer a longer labor warranty that exceeds one (1) yea E. Please indicate number of years of labor warranty: City of Miami Bid No.08.08.035 Page 32 NO (Circle one) years 5. Installation of prisoner seat as per specification 3.1.5. Description Est. Qty. U/M Unit Price Extended Price A. Crown Victoria 165 ea $ 55 S. Chevy Impala 165 ea $ ;�''a C. Dodge Charger 165 ea $ 65- D. Dodge Magnum 165 ea $ il'15 Can you offer a longer labor warranty that exceeds one (1) year? E..,.....:..Please..indicate .rwxnber.of years .of.lab:or.warranty......._.......5... .years.. NO (Circle one) 6. Installation of complete emergency equipment package to include light bar, siren, speaker, four -corner strobe package, deck lights, prisoner partition and prisoner seat (turn -key) as per specification 3.1.1. through 3.1.5. Description Est. Qty. U/M Unit Price Extended Price Martufact.urer/Mode! No, A. Crown Victoria 165 ea $ 4-1q6 $ RO136p N i,. B. Chevy Impala 165 ea $ ' C $ 11 > i C. Dodge Charger 165 ea $ $ ` rY A D. Dodge Magnum 165 ea $ 9-4PC t'+ r1 Can you offer a longer labor warranty that exceeds one (1) year NO (Circle one) E. Please Indicate number of years of Tabor warranty: 5- years TOTAL ITEMS 4.2.2. (14) $ g It, 750.00 4.2.3. Police Vehicle Euuloment Discount Off Cstaiost: (Bidders need not bid on all equipment catalogues, but MUST submit current catalogue list prices for those bid.) Discount Item % Discount Evaluation Cost*Total Cost A. Whelan Catalog (ex. 25%,$100-$25=$75.00) HA % X $ 100 $ KO 8. Federal Signal Catalog N I4 % X $ 100 $ Ir 14 C. Code 3 Public Safety Equipment AP 14 % X $ 100 $ H O- D, Troy Industries Catalog t4 % X $ 100 $ 04 E. Adamson Industries Catalog R' t/i % X $ 100 $ N l" F. Ray Alien Manufacturing Company Catalog h 4- % X $ 100 $ H14 G. Havis-Shields Manufacturing Company Catalog N_I _% X $ 100 $ MA- H. Radiotronics Inc. Catalog (561-746-0935) Mid % X $ 100 $ HO- * For Evaluation Purposes Only Total Amount (A-H): $ 'i - City of Miami Page 33 Bid No. 05-08.035 4.2.4. Labor Rate: (Bidder shall indicate a "per hour" shop labor rate for miscellaneous individual repairs andlor installation of police vehicle equipment components purchased from catalogue and applicable offered discount percentages.) Hourly Rate Item A. Labor Rate Per Hour for Misc. Individual Repairs and/or Installation of equipment purchased under catalog(s) a. _years B. Warranty on work performed: TOTAL ALL ITEMS (4.2.1 — 4.2.4.) $ 6 g / is •Ol 1505 Nkfti i5S i MIA gdiAS FL. '3.Si(a'i Per Section 3.2.1, Location of Facility; (Street Address) (City) (State) (Zip) 4.3.1. FIRE/RESCUE EQUIPMENT PURCHASE: (Equipment only and includes all standard components regularly supplied with the component, i.e. mounting brackets, hardware, etc.) Bid price quotedItems silwbrberan estimated total of 303 vehicles, in installed for Fire -Rescue emergency resp ressed on ponse vehe icles (esubject ct to ake and hangeel ): o be outfitted. item Durango, Tahoe, Blazer, Stratus, Cherokee, Van 1. LED Lightbar: Same as or equal to Whelen Talon Super -LED Red (TLNI-R) Description Est. Qtv. U/M Unit Prce Extended Price Manufacturer/Model No, A, Dodge Durango 303 ea $ — $ M i1/41 IS B. Chevy Tahoe 303 ea $ % N C. Chevy Blazer 303 ea $_,Lgig�- $ ea $ (a $ 14i; D. Dodge Stratus 303 ea $ � �` $ L - �ar � � F. Van (TBD) F. Jeep Cherokee 303 03 ea $ /1 le. $` N12. rr tt Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) G. Please indicate number of years of standard warranty: years 2. Same as or equal to Whelen Low Profile Headliner Mount Bracket (TLNBKTI) Description Est. Qtv. U/MUnit Price Extended rice � a ufa turer/Model No. ea A. Dodge Durango 303$ $ B. Chevy Tahoe 303 ea $ C. Chevy Blazer 303 ea $ c`_ I 14. $ Pi D. Dodge Stratus 303 ea $ `t $ P � E. Jeep Cherokee 303 ea ea $ --— $$ M � N,� F. Van (TBD) Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) years G. Please indicate number of years of standard warranty: Page 34 City of Miami Bicl No, 05.06-036A 3. Same as or equal to Whelen Talon Dual Super -LED Red/Red (TLN2-RR) for vehicle specified. A. B. C. D. E. F. Description Dodge Durango Chevy Tahoe Chevy Blazer Dodge Stratus Jeep Cherokee Van (TBD) Est. Qtv. 303 303 303 303 303 303 U/M Unit Price ea$ N ea $ rv� ea $ ✓wry ea$ Nr-- ea $ ,ter rl' ea $ L4 Extended Price $ $ Can you offer a better standard warranty that exceeds two (2) years? YES G. Please indicate number of years of standard warranty: 4. Same as or equal to Whelen Talon Dual Super -LED Red/Red (TLN2-RR) A. B. C. D. E. F. Description Dodge Durango Chevy Tahoe Chevy Blazer Dodge Stratus Jeep Cherokee Van (TBD) Est. Qty, U/M Unit Pjce 303 ea $ 303 ea $ N V. 303 ea $ M 303 ea $ /-P tk 303 ea $ N 4 . 303 ea $ Nab Extended Price $ $ /1/41 kr $ rr� $ Pt $ Pre Can you offer a better standard warranty that exceeds two (2) years? YES G. Please indicate number of years of standard warranty: Manufacturer/Model No. lei 1, N1 NO (Circle one) M k years Manufacturer/Model No. 14 1� 4i NO (Circle one) N k years 5. Same as or equal to Whelen Low Profile Mounting Bracket For TLN2 only (TLNBKT2) Description Est. Qtv. U/M Unit Price A. Dodge Durango 303 ea $ N vC B. Chevy Tahoe 303 ea $ H►: C. Chevy Blazer 303 ea $ N A D. Dodge Stratus 303 ea $ N K. E. Jeep Cherokee 303 ea $ A/A F. Van (TBD) 303 ea $ I —Q Extended Price $ N �•4 $ r, $ I\ $ r%ff $� $_ N Can you offer a better standard warranty that exceeds two (2) years? YES G. Please indicate number of years of standard warranty: Manufacturer/Model No. MA rz N IQ NO {Circle one) Nyears 6. Same as or equal to Whelen 400 Series Single Level Linear -LED Super -LED Red w/Clr Lens (400 SERIES LED R) A. B, C. D. E. F. Description Dodge Durango Chevy Tahoe Chevy Blazer Dodge Stratus Jeep Cherokee Van (TBD) Est. Qtv. U/M Unit Price 303 ea $ i•ij,. 303 ea $ d� Z 303 ea $_ 303 ea $ K 303 ea 303 ea Extended Price $ $ ,t`t X $ $ $ 1r: $ Can you offer a better standard warranty that exceeds two {2) years? YES G. Please indicate number of years of standard warranty: City of Miami Bid No. 06-06.036A Page 35 Manufacturer/Model No. l'4lC MI: Al I: u r; NO (Circle one) 1N r: years 7, Same as or equal to Whelen grille master black housing w/ swivel bracket (4EGRILB) Extended Price Description Est. Qtv. U/M Unit Price A. Dodge Durango 303 ea $ +‘4,4 B. Chevy Tahoe 303 ea $ rm k C. Chevy Blazer 303 ea $ NA D. Dodge Stratus 303 ea $ 1-fifk E. Jeep Cherokee 303 ea $ ti_ F. Van (TBD) 303 ea $ N A $ Manufacturer/Model No. $ N $ $ fq N�.f. Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) j-1 rfZ. years G, Please indicate number of years of standard warranty: 8, Same as or equal to Whelen 60-watt Undercover Strobe Package w12-15', 2-30' Cables (S660CCCCSP) Description Est. Qtv. U/M Unit Price Extended Price Manufacturer/Model No. A. Dodge Durango 303 ea $ $ IM ? iki B. Chevy Tahoe " 303 ea $ $ N C. Chevy Blazer 303 ea $ $} IC D. Dodge Stratus 303 ea $ iy $ 4 1N A M E. Jeep Cherokee 303 ea $ A $ F. Van (TBD) 303 ea $ A{ it $ Ng Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) tit )t years G, Please indicate number of years of standard warranty: 9. Same as or equal to Whelen Headlight Flasher (UHF2150A) Extended Price Description Est. Qtv, UIM Unit Price $ ce A. Dodge Durango 303 ea $• K B, Chevy Tahoe 303 ea $$ /r N C. Chevy Blazer 303 ea $ M N D. Dodge Stratus 303 ea $ 141. $ E. Jeep Cherokee 303 ea $ Ni°. $ n1 iV F. Van (TBD) 303 ea $ J.r A $ ti t2 N K Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) G. Please indicate number of years of standard warranty: years 10, Same as or equal to Whelen Watt Speaker wl #SABKT9 mounting bracket (SA314P) Description Est. Qtv: U/M Unit Price Extended Price Manufacturer/Model No. A. Dodge Durango 303 ea $ Mt'-_ $ /r: N B. Chevy Tahoe 303 ea $-- - $ !` g N: C. Chevy Blazer 303 ea $ l�t re, $ ylIL lcD. Dodge Stratus 303 ea $ / ti $ JAf, lc E. Jeep Cherokee 303 ea $ N i, P4 Y, F. Van (TBD) 303 ea $ M $ �� •ar Manufacturer/Model No. Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) G. Please indicate number of years of standard warranty: I. l` years City of Miami Bid No. 05.06-035A Page 36 11. A. B. C. D. E. F. Same as or equal to Star Control -- Unistar Command Center (LCSSBOCONTOLER) Description Dodge Durango Chevy Tahoe Chevy Blazer Dodge Stratus Jeep Cherokee Van (TBD) Est. Qty. 303 303 303 303 303 303 U/M Unit Price ea $ r1 ik ea $ ea$ ill ea $ NA ea $ roe. ea $ Extend d Price $ $ Ni4. $ hlrE $ Manufacturer/Model No. N I� tj Nk M Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) G:...-Please lndicate'number of years'of standard.warranty: g . years- 12. Same as or equal to Headlight Flasher (Wig -wag) A. B. C. D. E. F. Description Est. Qty. U/M Unit Price Dodge Durango 303 ea $ N R Chevy Tahoe 303 ea $ N►. Chevy Blazer 303 ea $ 1,4i Dodge Stratus 30J ea $ riK Jeep Cherokee 303 ea $ At ik Van (TBD) 303 ea $ N k Extended Prices Manufacturer/Model tio. $ fv►e N $ Nl: NA $ N► Cif $ Nit; NA $ 1`+ iR Can you offer a better standard warranty that exceeds two (2) years? YES NO (Circle one) G. Please indicate number of years of standard warranty: F i & years TOTAL ITEMS 4.3.1. (1-12) $ Al 4.3.2. FIRE/RESCUE EgUIPMENT INSTALLATION: (Bidder shall submit pricing for installation only, city supplied equipment components. Installation prices shall include all requirements listed in the bid specifications.) Bid price quoted will be for a total of 303 vehicles, based on the vehicle Make and Model to be outfitted. 1. LED Lightbar: Same as or equal to Whelen Talon Super -LED Red (TLNI-R) Description _ gst. Qty. Ll1M Unit Price Extended Price A. Dodge Durango 303 ea $ 9 5 $ B. Chevy Tahoe 303 ea $ C-'i , $ C. Chevy Blazer 303 ea $ 1,ti $ 2i1 '7 Y. D. Dodge Stratus 303 ea $ 61 5 $ 7 d ') �' S E, Jeep Cherokee 303 ea $ 61 5 $ ztl .r Y 5 F. Van (TBD) 303 ea $ qS $ 24 7 YS Can you offer a better standard warranty that exceeds two (2) years?6 NO (Circle one) G. Please Indicate number of years of standard warranty: it years City of Miami Page 37 ,Bid No.06-06-035 2. Same as or equal to Whelen Low Profile Headliner Mount Bracket (TLNBKT1) Description Est, Qtv. U/M Unit Price Extended Price A. Dodge Durango 303 ea $ O B. Chevy Tahoe 303 ea $_ t 0 C. Chevy Blazer 303 ea $ 10 D. Dodge Stratus 303 ea $ i Q E, Jeep Cherokee 303 ea $ t r'2 F. Van (TBD) 303 ea $ 1 Q. $ 3o,{r, $ oso $ ?o3o $ t)3Q $ .;oSo Can you. offer.a.better.standard.,Warranty..thatsxceeds-two..(2)..years? _ ...N.Q..(Circle..pne).......... 4t years G. please indicate number of years of standard warranty: 3, Same as or equal to Whelen Talon Duet Super -LED Red/Red (TLN2-RR) for vehicle specified. Description Est. Qtv. U/M Unit Price ,.extended Price. A. Dodge Durango 303 ea $ /5 $ ' 54f5 B. Chevy Tahoe 303 ea $ / 5 $ `fi 54 5 C. Chevy Blazer 303 ea $ $ 5 - 5 D. Dodge Stratus 303 ea $. i 5 $ E. Jeep Cherokee 303 ea $ / S $ F. Van (TBD) 303 ea $ j 5 $ 45 5 Can you offer a better standard warranty that exceeds two (2) years G. Please indicate number of years of standard warranty: 4. Same as or equal to Whelen Talon Dual Super -LED • Description Est, Qtv. U/M Unit Price A. Dodge Durango 303 ea $ / 5 B. Chevy Tahoe 303 ea $ /.5 C. Chevy Blazer 303 ea $ D. Dodge Stratus 303 ea $ / 5 E. Jeep Cherokee 303 ea 303 ea $ / — F. Van (TBD) Red/Red (TLN2-RR) Extended Price Can you offer a better standard warranty that exceeds two (2) years G. Please indicate number of years of standard warranty: NO (Circle one) ht years NO (Circle one) it years 5. Same as or equal to Whelen Low Profile Mounting Bracket For TLN2 only (TLNBKT2) ,xtended Price $ Lti3 0 $ S030 $ 3OSO $ vt5-' $ • 3Q A, B. C. D. E. F. Description Est, Qty. U/M Unit Price Dodge Durango 303 ea $ /0 Chevy Tahoe 303 ea $ /0 Chevy Blazer 303 ea $ Dodge Stratus 303 ea $ /0 Jeep Cherokee 303 ea $ v U Van (TBD) 303 ea $ /0 Can you offer a better standard warranty that exceeds two (2) years? G. Please indicate number of years of standard warranty: City of Miami Bid No. 05-08 035 Page 30 NO (Circle one) years 6. Same as or equal to Whelen 400 Series Single Level Linear -LED Super -LED Red w/C1r Lens (400 SERIES LED R) Description Est. Qty. U/M Unit Price Extended Price A. Dodge Durango 303 ea $ a d P.y $ 6 B. Chevy Tahoe 303 ea $ 74 1$ c G 0 r C. Chevy Blazer 303 ea $ 20 pv $ D. Dodge Stratus 303 ea $ 2-0 14- $ - E. Jeep Cherokee 303 ea $ $ 0G U eLIO F. Van (TBD) Can. you.offor.a.better.sta.ndard_werranty. that, oeds..two...(2)..Ye 's? .,.....NQ . (Circle one) _ ....... G. Please indicate number of years of standard warranty: !t years 7. Same as or equal to Whelen grille master black housing w/ swivel bracket (4EGRILB) Description Est_ Qtv. U/M Unit Price Extended Price A. Dodge Durango 303 ea $ `2..5 re $ 1575 B. Chevy Tahoe 303 ea $ ' — S r $ 7 5 15 C. Chevy Blazer 303 ea $ '2- S 'r $ 1 575 D. Dodge Stratus 303 ea $ 2-5 fir $ 7 5 7,5 E. Jeep Cherokee 303 ea $ z5 'r $ .7 5 75 F. Van (TBD) 303 ea $ vS re $ .7 5 7.5 Can you offer a better standard warranty that exceeds two (2) years? NO (Circle one) if G. Please indicate number of years of standard warranty: years 48. Same as or equal to Wheien 60-watt Undercover Strobe Package wl 2-15', 2-30' Cables (S660CCCCSP) Description Eat. Qty. U/M Unit Price Extended Price A. Dodge Durango 303 ea $ / t 3 $ 4t3 q 3$ B. Chevy Tahoe 303 ea $ / `/ 5 $ Cr"- 3 1 35 C. Chevy Blazer 303 ea $ t $ Li.S955 D. Dodge Stratus 303 ea $ /,�4' 5 , $ 4.3 6.,5 - —� E, -�— Jeep Cherokee ::,- 303 ea $ /.f� $ Lf 3 `i 1,,5 F. Van (TBD) 303 ea $ /'/3 $.43 7.5 Can you offer a better standard warranty that exceeds two (2) years?› NO (Circle one) G. Please indicate number of years of standard warranty: years 9. Same as or equal to Whelen Headlight Flasher (UHF2150A) Description Est. Qtv. U/M Unit Price Extended Price A. Dodge Durango 303 ea $ 45 $ /3 35 B. Chevy Tahoe 303 ea $ Li 5 $ i 3 6 a S C. Chevy Blazer 303 ea $ a_ t5 $ I';(55 D. Dodge Stratus 303 ea $ Lt S $ 13 3 -5 E, Jeep Cherokee 303 ea $ � e-$ $ 13 (2 3 5 F. Van (TBD) 303 ea $ Et 5 $ 1163 Can you offer a better standard warranty that exceeds two (2) years? YES NQ Circle one) G. Please indicate number of years of standard warranty: years City of Miami Bid No. 05-06-035 Page 39 10. Same as or equal to Whalen Watt Speaker wl #SABKT9 mounting bracket (SA314P) A. B. C. D. E. F. Description Est. Qty. UN Unit Price Dodge Durango 303 ea $ 40 Chevy Tahoe 303 ea $ 26 Chevy Blazer 303 ea $ Dodge Stratus 303 ea $ -� Jeep Cherokee 303 ea $ :247 Van (TBD) 303 ea $ ;1-G Extended Price $ 60bt, $ 13-o CSC $ U6(n) $ 66&z, $ _1 61) $ f>t;bp Can you offer a better standard warranty that exceeds two (2) years G. Please indicate number of years of standard warranty: NO (Circle one) 11. Same as or equal to Star Control — Unistar Command Center (LCS88000NTOLER) A. B. C. D. E. F. Description Dodge Durango Chevy Tahoe Chevy Blazer Dodge Stratus Jeep Cherokee Van (TBD) Est. Qty. U/M Unit Price Extended Price 303 ea $ $ ?PS 5 303 ea $ $ 2 5 303 ea $ 303 ea $ j S $ L 303 ea $ 015 $ zry 7 303 ea $ `15 $ z -/ e 5 years Can you offer a better standard warranty that exceeds two (2) years? YES ICCIa)(Circle one) G. Please Indicate number of years of standard warranty; 12. Sme as or equal to Headlight Flasher (Wig -wag) - ',ar Description Est. Qty. UIM Urlit Price Extended Price A. Dodge Durango 303 ea $ q S $ /3 &3.S B. Chevy Tahoe 303 ea $ .1 5 $ i 3 S 35 C. Chevy Blazer 303 ea $ th S $ 13 & 3 S D. Dodge Stratus 303 ea $ LeS $ 1 S 6 s .S E, Jeep Cherokee 303 ea $ ,e5 $ 1:3 6 3 5 F. Van (TBD) 303 ea $ # 5 $ i 3 C ' F Can you offer a better standard warranty that exceeds two (2) years? YES G. Please indicate number of years of standard warranty: Z years ( IO�(Circle one) a. years TOTAL ALL ITEMS 4.3.2. (1 12) $ !/I') 720.00 3,3. f ire/Rescue Veh(cte Equiument Discount Off Catalan: (Bidders need not bid on all equipment catalogues, but MUST submit current catalogue list prices for those bid.) Discount Item % Discount Evaluation Cost"Total Cos( A. Whalen Catalog (ex. 25%,$100-$25=$75.00) )14 is % X $ 100 $ N B. Federal Signal Catalog % X $ 100 $ h 1; C. Code 3 Public Safety Equipment % X $ 100 $ D. Troy Industries Catalog N +'& % X $ 100 $ tt A E. Adamson Industries Catalog M tk % X $ 100 $_ O- F. Ray Allen Manufacturing Company Catalog 1^t i L % X $ 100 $ City of Miami Bid No. O5-06-035 Page 40 G. Havis-Shields Manufacturing Company Catalog 1 H. Radiotronics Inc. Catalog (561-746-0935) N lC % X $1 00 $ N A * For Evaluation Purposes Only Total Amount (A-H): $ aneous repair Labor Rat(Bidder ce vehicle equip ent components purchased fbor rate for rom catalogue and individual repairs and/or installationp applicable offered discount percentages.) Hourly Rate Item A. Labor Rate Per Hour for Misc. Individual Repairs and/or installation of equipment purchased under•catalog(s).:...... . . years B. Warranty on work performed: TOTAL ALL ITEMS (4.3.1 -- 4.3.4.) $ ' / 7 00 Per Section 3.6.1, Location of Facility: i 3 i5 !-I t,.1 r 5 5 • R' ell `rk• ni tw F JN i(. (Street Address) (City) (State) (Zip) TOTAL ALL ITEMS (4.2.1 — 4.2.4. and 4.3.1 — 4.3.4.) $1 4 7 c? pidcler6 installation location must be located within Miami -Dade or Broward Counties SUB -CONTRACTORS MUST BE IDENTIFIED: If no Subcontractors are to be used, insert the word "Self' in the spaces under "Name of Subcontractor". Subcontractor's County -Municipal Name of Occupational Subcontractor License Number Ty eafWork 0t_D6-- 648 5 2. 3. (Current copy of Occupational License to be submitted with bid) Expiration Date: BIDDER: i — (company name) Signature. _ DATE:. ig i F I _ UR _ TO CO ' LETE GN A D ' ETURN HI O ' i Hs . S LIF "DE Page 41 City of Miami Bid No. 06-06-035 • 4.3. Qualification Statement (Page 9of 2) INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: PM FET`1 L fi(,l 11'w, 1 Str41-4—r4-7Ic c :S /, �,.. COMPANY OFFICERS: President....._ ..�7i i I� ._......,� ,� l'4-'� Vice President. �.........._..._............................ ' " C14 544) Secretary NN 12E S F}-�) Treasurer P svk i) COMPANY OWNERSHIP: T 1`CiS0 C, rL�NA T PC-KS;�� LICENSES: d % of ownership b % of ownership % of ownership % of ownership I . County or Municipal Occupational License No. ' C 1--O 6 . ( t4 ij' C (attach copy with bid) 2. Occupational License Classification I b l 0 YY( Ir i` e-1-14w g TA I L 3, Occupational License Expiration Date: 411.50( 4. Metro -Dade County Certificate of Competency No. Name (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. ()a- C7vwzoii. EXPERIENCE: b. Number of Years your. organization has been in business: 3 `/ J#R.S 7/7/t.3.5 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP; 1 . '* y.514+4.5 8, Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 'ta-eL . City of Miami Page 42 Bid No. 06-06-035 8id Response Form — Qualification Statement (Page 2 of 2) 9, Experience Record; List references who may be contacted to ascertain information on past and/or present contracts, work, jobs, that BIDDERIPROPOSER has performed of a type similar to that required by specifications of the City's Bid or REP with whom you have done business with in the past three (3) years: AGENCY/FIRM NAME/ADDRESS DATE OF CONTRACT DESCRIPTION OF CONTRACT GIY'f t F f-1 r""Lbi4 H a S G 4 k- 5 re E -' +11wLr~ i L S30i2 Aftet.. 65 2.7 'v i C 1: G r' i,,1-l0 , S' wica +,- sr",, ,Sp ka .1 LI •e1 Cct fi ,ti �►- ,H kost.r Fig si.�-• . CONTACT PERSON: -:-114-1.41-L AGENCY/FIRM NAME/ADDRESS PHONENO.: SOS -Gs) % -2-Z.5 DATE OF CONTRACT DESCRIPTION OF CONTRACT G'iT /t7F £H iqy g67104 R12-106 t?Lt sttThfrot4 Ave 6c-H lc4. 334tLFt-f CONTACT PERSON: kEVI N Mal t: i- I3 iorbcui Iii4erti-ekS, �.i1L( -. h.v -Pm PHONE NO.: 56i-2-4f3 7 #5 AGENCY/FIRM NAME/ADDRESS DATE OF CONTRACT DESCRIPTION OF CONTRACT t1 -r1-I gt,I ��iL4.4. 'beGaS 5 ro 1hcui 1 7,e4-6,ktA, i rNcAeTr i',G- 7los Ert-s7 D i riissari r r►,i, 3& , L L L4 , Noe.-01 /'*`/ tltc-tvl-G'e. F 3314i S rem. 1-r1G4l'ia , S t. ra4to, ('Arai-. CONTACT PERSON: In i H1-1 a, 'f l4/LE.S /11-TLE'I PHONE NO,: .3O " 75* ^ AGENCY/FIRM NAME/ADDRESS DATE OF CONTRACT DESCRIPTION OF CONTRACT etT`t DF- 4i4vA i i-hILL p) E4.a)s 10 Pao eV 410-40.} Sihe-- - G 21 `i t -I D ik► J- -ta b bout AL40 _ a o 6 },- t.D - 1--+, .1� . rrF�i ��614 3 1-144a.te-A4tu-, FL 33ki3 Jarhor ;40,4t lieje0, CONTACT PERSON: L i , i' /7 rue• 1-i N ir, PHONE NO.: i 4 - 7 - 4"7Di) A LURE TQ FULLY CQMPLETE, AND RETURN THIS FQRM MAY DISQUALIFY YOUR BID. City of Miami Bid No. 05-08.035 Page 43 4.4. MINORITY/WOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT Please Check One Box Only [ I Hispanic Female [ ] Black [ ] Not Applicable If business is not 51% minority/female owned , affidavit does nbt apply. 1f not applicable, notarization is not required. 1 (We), the undersigned agree to the following conditions: 1) that we have read Section 2.25 of the General Terms and meet the fifty-one percent (51%) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at any time information submitted by the undersigned applicant in his/her Bidder Application should .prove .ta.be, false,. inaccurate, .or. misleading,..applicant.'.s.name .will ..be. struck ,.from. .the...City..of ..Miami's.... Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women -owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may share a firm's registration information concerning its minority/women status and its capability with other municipal or�,state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. - ".r! I (We) certify under the pepalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as amended. Firm Name: e 8146 S 4 F6-T'( 60 u i r p cri i f' I N s i t� Lz. !1-T l,,,,, 3 //N cc, (1f g c4porate officer, kindly affix corporate seal) Viceql,qflent 5'1O(0 (Naive, Title & Date) (Name, Titte & Date) s application must be signed by at least one general partner of a partnership or the proprietor of a proprietorship or ail partners of a joint venture. NOTARIZATION COUNTY, SS COUNTY OF DADE Date: That: GFll3Q-. rJ4=4 -77 sas' acknowledged the foregoing instrument as his/her act and deed. That he/she has produced JP v. 6/.2-1 i c -6eY sole v- --- — �� ;,,iris,,,,,, JYQTI V. PATEL Nowt' Pub5c • Slate aiJun Florida1$ x010 ,,—'' �.. ' 61 Commlation 1r DD 559479 NOTARY PUBLIC: ' ' ' goad 5 r�Natioaal Natar r�Mrn. My Commission Expires: S/cA 73/43Z, personally appeared before me and �� as identil FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY THIS BID. City of Miami Bid No. 05-08-036 Page 44 4.5. SAMPLE OF AFFIRMATIVE ACTION POLICY for EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION/ EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. One of the management duties of all principals at (Company Name) is to ensure that the following personnel practicesare beingsatisfied!............................._............._...................,. __... ,..........._...,............................._._......._...... I, Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management. And so, to monitor our efforts, (Company Name) has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. - Employees may contact (Name of assigned principal) It (telephone number) regarding this Affirmative Action Policy. DATE; tZ) 25 I (SIGNATURE/TITLE): ..„6—li vice PreOtto FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISOUALIFY THIS BID. City of Miami Page 46 Sid No. 08-06.036 4.6. OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed And notarized ONLY if your office is located within the corporate limits o1 the City of Miami. Legal Name of Firm: Entity Type: (check one box only) [) Partnership l�j JPr [] Sole Proprietorship 0Corporation Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: Ys. •. n h. y. ° &-IS� �n�WVO-PV�.�I eA'.i;i.tr;.rit .`Vaii;t tP�v'?Z:Sfflebrtu�11My,PRESENT Street Address: City: PREVIOUS Street Address: State: How long at this location: City: State How long at this location: According to Ordinance No. 12271 (Section 18-85): The City Commission may offer to a responsible and responsive local bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor js not more titan ten pereot (JO°%) in excess of the lowest other responsible and responsive bidder. The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. has' t (we) certify, under penalty of perjury, that the office location of our firm has ii�t been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. - al AuthorizA Signature Print Name (i (51' c)ritte Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a Joint venture.) STATE OF FLORIDA, COUNTY OF DADE it Personally known to me; or Subscribed and Sworn before me that this is a true statement this day of 199. () Produced identification: Notary Public, State of Florida My Commission expires Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office. City of Miami Page 46 Bid No. 06-06-035 4.8. STATEMENT OF INTENT TO COMPLY WITH ORDINANCE NO. 10032 Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Bidder will complete and submit the following questions as part of the IFB. Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded this contract by the City? ,s Yes No B. in the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration dell new positions which might be created as a result of this award of contract. 1) ?f &P 2) i Eli 3) 4) 5) ID-•i2. L.w ill Fprtej-4 1N i•rOPL1+Vorb L fa i,vE'ci.ks to vig�ki 6) 7) 8) (Use additional sheets if necessary) COMPANY NAME: SIGNATURE/TITLE: A F�rY 6G tilein 'N f e1 / S?iliLy4l rJrv'S /NC DATE: 12-5 i d lU ALLURE TO CO - ETESICN. AND RETURN THIS FORM MAY DISOUALIFY THIS BID. 5.0 BID RESPONSE CHECK LIST City of Miami Bid No. 06.08.035 Page 48