City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

Similar documents
CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

City of Albany, New York

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

CITY OF NIAGARA FALLS, NEW YORK

BID DOCUMENTS FOR. WTP VFD Replacement Bid

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

INSTRUCTIONS TO BIDDERS

INVITATION TO BID. ONE (1) Zero Turn Mower

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

INSTRUCTIONS TO BIDDERS

Vertical Milling Machine

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

Contract Documents and Specifications for AWOS Replacement Installation Project. For Mustang Beach Airport Port Aransas, Texas

COUNTY OF OSWEGO PURCHASING DEPARTMENT

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

INVITATION FOR BID Multi Power Power Plant

CITY OF GAINESVILLE INVITATION TO BID

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois 61348

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

NOTICE TO BIDDERS BID #FY150019

City of Albany, New York Traffic Engineering

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

Request for Proposals

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5

ADVERTISEMENT FOR BIDS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

University of North Alabama

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

Up to 2,400 booklets per hour. Isaberg Rapid stapler and staple cartridge

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

City of Hammond Purchasing Department RFP 14-15

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT (203) Fax (203)

REQUEST FOR PROPOSAL T1/PRI LOCAL SERVICE

Erie County Water Authority

SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY

CITY OF GAINESVILLE INVITATION TO BID

City of Forest Park Request for Proposals. Secure Access Control Systems

City of New Rochelle New York

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Core Technology Services Division PO Box Grand Forks, ND

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR PROPOSALS CITY OF CONROE PD DISTRIBUTED ANTENNA SYSTEM (DAS) SERVICE FOR CELLULAR ENHANCEMENT

JACQUELINE M. IZZO MAYOR

Invitation to Bid (ITB) for Athletic Trainers Services

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Bulk CO2 Tank and Fill Box

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

PURCHASING OFFICE 405 MARTIN LUTHER KING JR. BLVD. CHAPEL HILL, N.C

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

COUNTY OF COLE JEFFERSON CITY, MISSOURI

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INVITATION TO BID. PO Box N. Main Street Clovis, NM

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

STATEMENT OF BIDDER'S QUALIFICATIONS

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

(PRICES MUST BE EXTENDED) ITEM QTY ARTICLES AND DESCRIPTION UNIT PRICE AMOUNT Cisco Wireless Networks per attached specifications.

CITY OF GAINESVILLE INVITATION TO BID

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Bridgeville School District

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

INSTRUCTIONS TO BIDDERS

City of New Rochelle New York

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

CENTENNIAL SCHOOL DISTRICT Business Office 48 Swan Way, Warminster, PA (215) , Extension FAX: (215)

Transcription:

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE TO BIDDERS 2) INVITATION TO BID 3) INSTRUCTION TO BIDDERS 4) NON-COLLUSIVE BIDDING CERTIFICATE 5) GENERAL REQUIRMENTS 6) SPECIFICATIONS 7) BID PROPOSAL 1

SECTION 1.0 - NOTICE TO BIDDERS 1.1 INTENT. It is the intent of the City of Waukegan to enter into a contract with the successful bidder for the purchase and installation of a complete operational Outdoor Warning Siren system. 1.2 SPECIFICATIONS. The specifications are based on mandatory performance requirements. The City of Waukegan has determined that electromechanical, omni-directional, rotating, maintenance free sirens using continuous duty fan cooled motors and battery backup constitutes the best product configuration available. Only siren systems meeting these specifications will meet the performance and reliability specifications the City requires. Bids on equivalent items meeting the standards of quality, performance, and type thereby indicated will be considered, providing the bid clearly describes the article offered and indicates how it differs from the referenced specifications. Descriptive literature or manufacturer s specifications or any supplemental information necessary for comparison purposes submitted with a previous bid or quotation, or on file with the City of Waukegan will not satisfy this requirement. 1.3 QUESTIONS AND INQUIRIES. Questions and inquiries concerning this invitation to bid should be addressed to the Waukegan City Clerk telephone number (847)599-2513 SECTION 2.0 - INVITATION TO BID 2.1 The City of Waukegan is soliciting sealed bids for the purchase and installation of a complete operational Warning Sirens and Automatic Siren Activation Software in accordance with the attached specifications and bid documents which are on file at the City of Waukegan City Hall located at 100 N. Martin Luther King Jr. Ave., Waukegan, IL 60085 2.2 BID OPENING. Bid Opening to be, 2017 at City Hall located at 100 N. Martin Luther King Jr. Ave., Waukegan, IL 60085. 2.3 EXPIRATION PERIOD. No bid may be withdrawn for a period of thirty (30) days after the scheduled time for opening bids. 2.4 RIGHT TO REJECT OR WAIVE INFORMALITIES. The City of Waukegan expressly reserves the right to reject any and all bids or to waive any technicalities, discrepancies, or information in the bids. The City of Waukegan does not discriminate in admission, access to, treatment, or employment in its programs and activities. SECTION 3.0 - INSTRUCTIONS TO BIDDERS 3.1 SEALED BID. All bids must be submitted in separate sealed envelopes addressed to the City of Waukegan and marked Bid Enclosed: Outdoor Warning System. 2

3.2 EXPIRATION PERIOD. All bids shall remain in force for thirty (30) days after the date of bid opening and may be accepted or rejected by the City at any time prior to the expiration of this period. 3.3 CORRECTIONS. All corrections or erasures shall be initialed by the person signing the bid or by an authorized representative. 3.4 AMEND OR WITHDRAW. Bids may be amended or withdrawn by an authorized representative of the company or corporation submitting the bid up to the scheduled opening time. No bid may be amended or withdrawn thereafter regardless of the circumstances. 3.5 INSPECTION. The item bid will be inspected by a representative of the City of Waukegan upon delivery to ascertain compliance with the specifications. An item not in compliance with specifications will be rejected until proper remedial measures are taken to assure compliance. 3.6 RIGHT TO ACCEPT OR REJECT. The City of Waukegan reserves the right to accept or reject any and all items covered in the request, or portion(s) thereof, waive formalities, readvertise and/or take such other steps decreed necessary and in the best interest of the City of Waukegan. 3.7 NO INCREASE. The City of Waukegan is to be protected against any increase above the price in the bid until all material covered by this bid have been delivered and installed. 3.8 BID PRICE. All bids which do not contain a firm/absolute, stated price for the items required will not be considered. 3.9 NO ESCALATOR CLAUSE. Any bid containing an Escalator Clause will not be considered. 3.10 WARRANTY. The bidder shall assume full responsibility for warranty of all components of the equipment. A statement shall be attached with the bid setting out the conditions of the warranty. A copy of the manufacturer s standard warranty shall be furnished. 3.11 BID NOT SIGNED. Any bid not signed by an authorized representative will automatically be rejected. 3.12 CANCELLATION OF INVITATION TO BID. The City of Waukegan reserves the right to cancel this bid invitation, without cause, prior to bid opening. 3.13 AWARD. An award shall be made or contract entered into with the lowest responsible bidder meeting the specifications. The City of Waukegan reserves the right to determine the lowest responsible bidder on the basis of an individual item or group of items, whatever deemed necessary and in the best interests of the City of Waukegan. 3

3.14 TAXES. All prices quoted shall be inclusive of all federal and state excise taxes, and sales and manufacturer s taxes. SECTION 4.0 - NON-COLLUSIVE BIDDING CERTIFICATION By submission of this bid, each bidder, and each person signing on behalf of a bidder certifies, and in the case of joint bid each party hereto certifies, as to its own organization, under penalty of perjury, that to the best of his or her knowledge and belief: 4.1 The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor. 4.2 Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the opening, directly, to any other bidder or to any competitor. 4.3 No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not submit a bid for the purpose of restricting competition. 4.4 I certify that neither I nor any representative of the bidder to my knowledge is a party to, or participated in, any agreement or collusion in restraint of competition with respect to the project bid herein. Signature Dated Print Name 4

Cont. - NON-COLLUSIVE BIDDING CERTIFICATION I, the person who subscribed the above certification, do affirm under penalties of perjury that the statements hereinabove set forth are true in every respect and that, I am authorized to execute said certification in the name of the bidder. Signature Dated Printed Name SWORN to and subscribed before me this day of 2017, My commission expires: Corporate Seal Bidder shall insert below his official corporate seal or stamp to ensure originality of this document. Affix Corporate Seal Here Bid shall be considered void without corporate seal or stamp 5

SECTION 5.0 - GENERAL REQUIRMENTS All bids must include assurances that the following provision will be complied with in their entirety: 5.1 Federal Labor standards provisions, US Department of Labor, 29 CRF 5; 5.2 Section 3 of the Housing and Urban Development Act of 1974, as amended, 12 U.S.C. 1701U, which requires that, to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the project area and contracts for work in the substantial part by persons residing in the area of the project. 5.3 Section 109 of the Housing and Community Development Act of 1974, which assures that no person shall, on the grounds of race, color, natural origin, or sex, be excluded from participation in, be denied the benefits of or be subject to discrimination. 5.4 Certification of Non-Segregated Facilities, which assures the bidder does not maintain or provide any segregated facilities. 5.5 Equal Opportunity Provisions Executive order 11246, as amended which assures nondiscrimination. 5.6 Minority Business Enterprise and Women Business Enterprise provisions which encourage minority owned businesses and women owned businesses to bid on the project. 5.7 Assurances that surety companies executing bonds appear on the Treasury Department s list and are authorized to transact business in the state where the project is located. 5.8 The Bidder must provide a Certificate of Insurance with the bid naming the City of Waukegan as an additional insured. 5.9 All other laws, ordinances, and regulations of the Federal, State, and local governments, which may in any manner affect the preparation of bids or the performance of the contract. 5.10 The Bidder acknowledges sole responsible for obtaining for any and all necessary permits for the Project. SECTION 6.0 - SPECIFICATIONS 6.1 PURPOSE. This bid is for the purchase and installation of a complete operational outdoor warning siren system. The attached specifications are being provided to potential bidders as guidelines which describe the minimum type and quality of the equipment that the City of Waukegan is seeking to purchase. The bidder must submit documentation with the bid listing any exceptions to the specifications. It will be assumed that the bidder will fully comply 6

with the minimum specifications if no exceptions are submitted. Failure to comply with this provision shall be cause for rejection of the bid. 6.2 GENERAL. The objective of this bid is to provide for the procurement of a complete siren warning system capable of complying with the FEMA Outdoor Warning Systems Guide at the recommended alert level for outdoor warning throughout the City of Waukegan. To this end, it is required that the bidder conduct an on-site survey of the City of Waukegan to determine the best locations for the sirens. The sirens, once installed, will be capable of being remotely activated by radio from the City of Waukegan s Dispatching division utilizing existing radio equipment. Any omission in the specifications of any item essential to the delivery of a fully operational system does not alleviate the successful bidder from furnishing such. 6.3 Each bidder will submit a map with their bid showing proposed siren locations and coverage (digital topographic overviews required). 6.4 Based on the City of Waukegan s research into the different types of commercially available warning sirens, it has been determined that omni-directional, rotating sirens with continuous duty motors, and radio control will best serve the City s needs. All of the required sirens must also feature battery backup. Sirens must be maintenance free; no annual maintenance or service plans will be required for continued operation. Bids deviating from this type should take specific exception and be clearly marked as such or risk disqualification. 6.5 All bids will include turn-key installation. This is to include 45-55 class II wooden utility poles on which the sirens will be mounted; all necessary conduit, wire, connectors, etc.; an appropriate electrical disconnect, battery enclosure, batteries, charging circuits, chargers; all necessary labor to set the telephone poles, mount the sirens on poles, wiring, etc. All cabinets at each site will be made of corrosion free material, weather proof, lockable and pad-keys for all cabinets will be provided; any and all miscellaneous parts and labor necessary to create a complete and working storm warning system. 6.6 The bidder will provide the siren sites checked for underground lines, etc. and 230 VAC, single phase, 125 amp electrical service to the siren poles only. The successful bidder will meet with a representative of the City of Waukegan to discuss exact siren locations. 6.7 The Warning Siren System will be controlled from the client designated activation center. All proposals will be 100% compatible with the current radio system or will include the necessary equipment and or labor to make the system 100% compatible, at the bidder s expense. 6.8 Warranty for the proposed warning sirens (including all electronic parts), radios, batteries, and workmanship, will be clearly stated. 6.9 The time necessary to complete the project is of major importance to the City of Waukegan. From date of order, each bidder will specify the amount of time that it will take to 7

complete 100% of the project. By submitting a bid, the bidder recognizes that time is of the essence in the completion of this project. 6.10 Each bidder will submit a minimum of 5 local municipal references that are utilizing the proposed warning system and 5 local municipal references for the installation contractor. Customer satisfaction reports will also be required. 6.11 ITEM AND DESCRIPTION OF SIRENS AND RELATED EQUIPMENT Item #1 - Siren 14HP AC/DC Storm Warning Siren Electromechanical Omni-Directional Rotating Maintenance Free Using One, 14 HP Continuous Duty DC Motor Minimum SPL 130 (+/- 1 db), db rating at 100 feet, on axis. Certification of SPL rating shall be provided with bid. Magnetic Contactor W/NEMA 3R Enclosure (Lockable) Optima 34U Rechargeable Batteries Heavy Duty Battery Box (Pole Mountable and Lockable) Power Requirement: 230 VAC, Single Phase, 125 Amp Pole Mounting Hardware Item #2 - Radio Controller UHF / VHF Wireless Radio Decoder Pre-Programmed No proprietary software will be required for reprogramming of any feature of said decoder Weatherproof, aluminum Cabinet NEMA 4X rating (Lockable) Antenna Item #3 - Mounting Pole Class II Pole 45-55 ft. (Specific of pole to be listed) Item #4 - Installation Installation (Turn-Key) 8

Item #5 - Locking Mechanisms All necessary padlocks to secure battery boxes, radio decoders, magnetic contactors, rectifiers, and electric disconnects. Item #6 - Warranty All siren components will be covered by a 10 year warranty. All radio decoder components will be covered by a 5 year warranty. All batteries will be covered by a 10 year pro-rated warranty. All labor/workmanship associated with the installation of the system will be covered by a 5 year warranty. Warranty periods to start upon the City of Waukegan s acceptance of the system. 6.12 DATE TO COMPLETION. The timely completion of this project is of utmost importance to the City of Waukegan and will be a factor in the City s decision. Completion time from date of order will be clearly stated in each bid. 6.13 SCOPE OF WORK. Price to supply and install a warning siren system on 45-55 feet compatible poles. Price to include all electrical and component hookups, and run a fully operational test for acceptance. All components must be attached to the siren pole. 6.13.A The scope of work to specifically include but not to be limited to: 1) Bidder shall have all required permits and licenses. 2) Bidder shall coordinate all work with the City Waukegan and/or property owners to minimize activities, scheduled events, and general inconvenience. 3) Bidder to be responsible for calling in locations for underground utility, telephone, etc. identification. 6.13.B All electrical installation (conduit, wire, fittings, etc.) will be completed in accordance with manufacturers recommendations. Electrical power cables must run through a lockable breaker/disconnect box. A 120 VAC, 60 Hz power receptacle for maintenance tools to be supplied at each site. 6.13.C All electrical wiring must be in 1 inch water tight flex or larger conduit depending on wire size, all conduit must be run along the pole and securely attached. All work must meet or exceed all applicable electrical codes for each applicator. All equipment must be grounded in accordance with applicable electrical codes, or meet and exceed the required manufacturer s recommendations. 6.13.D Some or all sites will require service meters. It is the Bidder s responsibility to determine which sites require meters and allow for the meter bases in the installation. 6.13.E A full test of the system will be required prior to acceptance and payment. End of Bid Specifications 9

SECTION 7.0 - BID PROPOSAL TO CITY OF WAUKEGAN The bidder declares that he or she has informed himself or herself fully in regard to all conditions pertaining to the items to be provided, and has examined the specifications and Contract Documents relative to the items to be provided. The bidder proposes and agrees, if this proposal is accepted, to contract with the City of Waukegan to provide all items described in the Invitation to Bids, Specifications, Notice to Bidders, General Instruction to Bidders and related documents, which are made a part hereof to the same extent as fully set out herein, and in full and complete accordance with the described and reasonably intended requirements of the Specifications and to the full and entire satisfaction of the City of Waukegan. The bid proposal is the purchase and installation of a complete operational warning siren system and all equipment necessary to complete the warning siren system project in the City of Waukegan IL 60085. All bidders must meet the BASIC REQUIREMENTS. Bidders must also note any exception(s) to the GENERAL REQUIREMENTS specifications and itemize those specific exceptions to the bid in a letter accompanying the bid at the time of the bid opening. BASE BID: Cost for the Warning Siren System project as described above: $ The bidder acknowledges receipt of addendum (addenda), if applicable: Legal Name of Bidder Printed Name of Authorized Agent Address Signature of Authorized Representative City, State, Zip Code Date Affix Corporate Seal Here: Bid shall be considered void without corporate seal or stamp 10