Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-79-283Introduced by; Temp. # f'`7' %y(le 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 x 30 31 32 33 34 35 36 CITY OF TAMARAC, FLORIDA RESOLUTION # R 7:9 -a p 3 A RESOLUTION AWARDING A BID FOR SEVEN(7) COMPACT VEHICLES BID # 79- 35 WHEREAS, the City of Tamarac has heretofore advertised for bids for Seven (7) Compact Vehicles, and WHEREAS, the Council is desirous of awarding the bid for Seven (7) Compact Vehicles to the lowest and best bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: 01 SECTION 1 : That the bid of. in the amount of for seven (7), compact vehicles, No �Owfk- Sleeri:?' is hereby approved. PASSED, ADOPTED AND APPROVED this day of ,1979. !'1 MAYOR I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION. CITY ATTORNEY RECORD OF COUNCIL VOTE MAYOR: Q.rw DISTRICT 1: DISTRICT 2: DISTRICT 3: DISTRICT 4: • SUPPLY SCHEDULE INVITATION FOR BID CITY OF TAMARAC 5811 N X 88 AVENUE TAMARAC, FLORIDA 33321 All Prices to be Destination as I ]m 1 0uantity I Unit I ca c, �(_so . BID NO. 79-35 DATE 1.19 PAGE NO. OF F.O.B. Tamarac, Florida, Delivered and Unloaded at Descri licable Ci Unit Price,Extended Pricf byI UNIT OF EQUIPMENT: TWO DOOR PINTO ONZA AMC SPIRIT OR EQUIVALENT. The unit required and covered by.this specificati shall be the manufacturer's latest basic producti model and shall be equipped with all standard equ ipment in accordance with the manufacturers lates literature, a copy of which must accompany the bi along with any and all specifications necessary t verify that the unit either meets or exceeds each and every of the following: A. ENPINE- 1. Minimum four cylinder engine, minimum 140 CID acc 83 net h.p.. The following engines are acceptable: AMC:232 C.I.D., 90 net h.p. Ford:140 C.I.D., 89 net h.p. (1978 rating) GM:151 C.I.D., 85 net h.p. (1978 rating) 2. Mir_imum 50 AMP alternator, heavy duty 53 amp-hr battery, minimum. 3. Maximum capacity cooling system compatible with air conditioning permanent type anti -freeze. 4. Coolant recovery system (factory installed). B. C. TIN: T_R_ANSMISSION- Automatic transmission three speed. XLES- ice- Y anufacturer's standard ratio rear axle for speci- ied engine, transmission combination. ERFORHS .NNE ITEMS - light. - `(�Je-1 EI h, b, i "/� "- A- _ q-;�-?3 BIDDER`'S�IGNATURE (TITLE) L� COMPANY NAIL r SUPPLY SCHmLTLE continuation Item Ro. Quantity E; • ' F. _ G. H. I. J. Unit Descri nit Price ended Pri OMFORT ITEMS- 1. 'Air conditioning, four seasons (factory installed) 2. All vinyl upholstery on seats. SAFETY ITEMS 1. Electric windshield wipers with minimum two speed switch and windshield washers .toy 2. Power Brakes % TIRES - Set of five AR78-13B non steel radial tires.'Black sidewall tires only. If white sidewall are substi- tuted they must be turned to the inside. FRAME CAB CHASSIS- 1. Complete undercoating of frame and undercarriage, including fenders and hood. If hood is padded, appl ndercoating to exposed metal surfaces only. 2. anufacturer's standard color. (factory painted). y� 3. Ifinimum 94" wheelbase, ONDITIONS: 1. In addition to equipment specified, vehicle shall b quipped with all standard equipment as specified b he manufacture for this model, and shall comply ith all EPA Emission Standards and all Motor Veh- A •cle Saftey Standards as established by the U.S. apartment of Transportaion regarding the manufactu e- f motor vehicles. 2. rbe successful bidder shall be responsible for del- ivering vehicles that are properly serviced, clean and in first class operating condition, and shall include the STATE OF FLORIDA INSPECTION STICKER. re -delivery service shall include the followings a. omplete lubrication. b. heck all fluid levels to assure proper fill. C. djustment of engine to proper operating condition. 66,111 i 1 d. nflate tires to proper pressure. /' Q 'e-�,� e. heck to assure proper operation of all accessories uages, lights, and mechanical features. �W�G�° �!� f. leaning of vehicle, if necessary, and removal of_ 11 unnecessary tags, stickers, papers, etc. Do NOT lemove window price sticker. 1. o tone color, manufacturer's standard colors. Factory painted). 2. lustproofing in lieu of undercoating. Ziebart or sin lar process. Material must comply with Military pecification MIL-C-0083933A(MR), revised, and be isted on current Qualified Products List. Method of pplication must be in accordance with Federal Stan- ard 1223Q. or Military Specification VIL-C-46164(MF 3. 11 vehicles to be keyed alike. I