Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-85-2731 2 3 4 5 7 A 8 9 10 11 12 13 14 15 16 17 18 20 21 22 23 34� 35 36 Introduced by 4 Temp.# i�` CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-X5 ,273 A RESOLUTION AWARDING A BID FOR ONE ENGINE ANALYZER - BID #85-32 WHEREAS, The City Council authorized the Administration to go to bid -'at its meeting on July 24 198 5 ,,and, WHEREAS, bids were advertisied in the Fort Lauderdale News a newspaper of general circulation in Broward County on August 14 and August 21 , 198 5 , and Whereas, bids were opened on September 3 1985 , and Whereas, Sun Electric Car oration is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION I: That the bid of Sun _Electric _Corporation in the amount of $3,517.50 is hereby approved. SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this 198 5 ATTEST: ASST. CITY CLERK I HEREBY CERTIFY that I have approved the rm and correctness of this RESOLOTION. ., day of RECORD OF COUNCIL VOTE MAYOR: KRAVITZ DIST 4: C/N4 STEIN DIST 3: C/M GOTTESMAN DIST 2: C/M MUNITZ DIST 1: V/M MASSARO a 7 po"M r, CITY OF TAMARAC q1y'?_7 ., ' v! � Fixed price bid f `� El for Proposal 'DATE: MID NO: 85-32 (This is not an order) PAGE NO.: 1 of 2 (Ali blanks must be filled In) 9MM(S) REQUIRED: t E ENGINE ANALYZER USING ACT1 � PUBLIC WORKS der: M 7C-- R. abU'ZZ, 72 ,,Ohm* (305) 72v"o 2.00 P.M. .September 3► 1985 MUST BE SUBMITTED ON DR BEFORE ► . F�Stenderd Time or f"em Btsnde►d Daylight savings Two as epptiabb. The ofRds► tkrie stall be es r*o0rded an the Date/Tlme Recording Ciodl in the City Clerk's Office. It will be the sob responsibility of the bidder to arnsure that his progaasl roach*$ the OIIIce of the City ,CA**, City of Tamarac on or before dosing hour end date Shown above. The Legal Adverbaemerri, Mtvttation"b 4d, General COnditiorrs, Mrsfixliono to Bidders, Sp&cbt Carmptions, Spedffoat�s. Addendum, and any .ether pertinent document form S part of 11rs propoS&I and by taferel Ste made a part tien&o1. ANTI.COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed a compared his bid with father bidders and has not colluded with any other bidder or parties to a bid whatever. (NOTE No premiums, rebates or gratuities permitted elther with, prior to. or she• any delivery at materials. Any such violation will result in th* cancellation W4/or retum ed msterisi$ (as &p,pli AW@) and the removal from Bid Usl(S) TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC' We 0), the below signed hereby &{,free to furnish the following onicle(s) or service(s) .et the prics(6) and terns stated subject to all instructions, conditions, specifications, and all attachments hereto. We p) have read all attachmentS Including the specifications and July understand what K to (By submitting this signed proposal, we p) O"Icislly accept a Contract it approve d by Ilable foand such 9001iPtancO covers 0 the 10ma, conditions, r w+dit to aapnliM City Audlton any appikabie&nd busin�essiof fI n�"l this doe p�rtffnent twe o)a reroutth"O ord�iraor COMI't we will Sc )e bUl prices to be quoted F.O.B.. Buyers Destination Tamarac, Florida (D*Iivervd at the ap0ibable City address indicated onthe Purchase Order.) WAILURE TO OUOTE: If youquotremoved from our bid sl e quotation hoot, State reason ttnerew and reque st that your nine be retained an our MnDUr �M tailing list. otherwise. y Bids are term for &ocePtartoe within Eta days after bid opening dstf— yes -.—..--no other. TERMS: 96 . .-ays of by —! of Month (To aWty on date of delivery and aceptance o1 fnaterial.) I► f o�ftered in addition TTEMi �BID )any HEREIN offered abarce�), an additional DISCOUNT OF. 2001 C ELlyEyry: S calendar days after receipt of Purchase Order (City Feeerves the tight to consider delivery time as a vital consideration When making or recommending award). 9YARUIJdCES: stm eny vartetiorre to eaeNllaeHM -, $Mft wid/a ow dliane Inv* pea or lefert 08 herein ae varwnMe Wnwihed an~ as pages ar thi Prop oul Fam a In anybid etrachmeM. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR YVILLeE DEEMIDTD BE APART OF THE /1DSUBMITTED UNLESS BUCHVARIATION OREXCEPTIONISUSTMWITHIN TtfBIDDOCUMENTSANDREFERENCEDINTHISCOLUMN NO5EsAAATE OR ACCOMPANYING DOCUMENTS OR LEtTERS wILL BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED BID, AND THE C(rY WILL NOT BE BOUND IN JA1NY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION OR L1MrTATION NOT SPECIFICALLY UST ED WrTHIN THE BID DOCUMENTS. ALL PRI CE S 'WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WrrWN THE B►D DOCUMENTS UNLESS A BIDDER TAILS SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFEp*XCED IN THIS COLUMN. M no Wale,"" is aorlsei►Ird Intfrs epace, N s hereby 4R*iwd list your bid P R ,,ea with the %M pm" of this aid kMlat4n. M Purchase Order Payment or Fuhn bids are to be mailed to other than proposer a address shown below. please complete the /gnawing: Mail Plachnse Order to: Mail Payment to: WArea Code Mail Bids to: Ilef--"73 "I OPOSAL SUBMITTED BY: , - "Cl— 1071 .v "2 NAME (Printed): Company. &opt pepistered TM in PULU Address: %O /A- - • DATE: "'V A J A-z r"'Im � C �-� • Endosod Reterenoes ApOkAbb to Prtlpaaat: IrMtstior+ To Sid - F1 *wax of General Provlah" Clauses -F2 General Provisions - F3 tltetal" acre am for VW 111es) :1HDDERS NOTE: Lath aides M this Fam t*girhe Npt&brre: - Telephone No.: =LPL ^ */.;L Indicate Which: Corporation: Partnership: individual: Other: SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No. 85-32 1f OF TAMARAC 1 N.W. 8Bth Avenue rurat. Florida 33321 Date P Na. 2 of 2 All prices to be quoted F.O.B. Tamarac, Florida, Dellvered and unloaded at applicable city destination as Indicated below. The following special ooridttions (if checked) apply to this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall rye from' aill.SidderstCwhDffi0d checkorbid bus Hess is bor►d in the amount of five (5) per oent of the bid, which shall be forfeited to the Cttl y tl to unsuccessful Bidders ttwsrded, ahsll fan" or refuse to oomph with the specifications of the bid. Checks will be returned promptly after award of bid. Failure to submit IN& bid bond with the bid could cause rejection CO the bid. PERFORMANCE BONDS: The City shall prior to the a all ontheto& contract. theneundi'Aree �p+m and amounto furnish t bonds the covering the ,faithful performance of the contract and the paymentGs 0 ay prescribe and with such sureties secured through the Bidder's usual sources as may be agreeable to the pasties, if such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder Shall deliver to required bonds to the City not later than the date of execution of the contract. pUANTITY I DESCRIPTION 1 1 ONE ENGINE ANALYZER Deliver To! An! INT= A statement of specifications for a dynamic and static engine diagnosis and tune up machine. Unit required and covered by this spec. shall be manu- facturers latest product model. Product literatur must acccnpany bid along with necessary specificat to verify unit either meets or exceeds said spec- ifications. A demonstration of machine may be required at the Public Works compound by each bidder to determine the equipment most suited to requirements. Machine will consist of, but not be limited to the following: Power S 1 - 110 volts. 0sci11isao - M.inimml 12" diagonal CRT - Seperate, controls for adjusting pattern brightness, horizont and vertical position, and raster spacing - with a superimposed feature, selection of high - law scale, pattern made, and pattern selection which will include primary, secondary, and alternator. Display units to provide information pertaining to: RPM, distributor volts, D.C. volts, ohms, amps, power balance, dwell in percent, dwell in degrees, and magnetic timing. Capacity to analyze any en- gine with number of cylinders ranging from 2 throuc 8, and two or four cycle engines. Roll around test stand to be included with storage cabinet for lead: ENGINE kill switch. Any adapters needed to utilize machine on vehicles in the City fleet to be pro- vided by vendor. Adequate training for staff will be provided at the Vehicle Maintenance Facility by the Vendor. Warran -- 'Tied • machine shall have a miniiram► one year parts and labor guarantee. Re- pairs shall be made at the Vehicle Maintenance Facility or transported at Vendors expense. UNIT PRICE EXTENDED PRICE /)?F/, S /0/ .0 7ha� 0 JS/7, Bidden Si a Title Ili/ 0.. Company NameCJ� Address �O /S �• HJ .� Yr . C/5/ 9 r� BIDDERS NOTE: Both Sides of this form nquirs eianMm-