HomeMy WebLinkAboutCity of Tamarac Resolution R-89-075■ 3 1
4
5
6
7
20
21
22
Temp. Reso. #5352
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-89-��
A RESOLUTION AWARDING A BID FOR ONE SINGLE AXLE
DUMP TRUCK -- 5 YARD, BID NO. 89--6,; AND
PROVIDING AN EFFECTIVE DATE.
WHEREAS, bids were advertised in the Fort Lauderdale
News/Sun Sentinel, a newspaper of general circulation in
Broward County on January 13, 1989 and January 20, 1989; and
WHEREAS, bids were opened on January 27, 1989; and
WHEREAS, Ed Morse Chevrolet, Inc., is the lowest fully
responsive and responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF
TAMARAC, FLORIDA:
SECTION 1: That the bid of Ed Morse Chevrolet, Inc.,
1640 North State Road 7, Lauderhill, Florida, in the amount
of $26,066.66 for One Single Axle Dump Truck - 5 Yard, with
funds to be taken from Account #425-364-533-640, titled
Utilities Vehicles, is HEREBY APPROVED.
SECTION 2: This Resolution shall become effective
immediately upon adoption. ,Q
PASSED, ADOPTED AND APPROVED this p2-,-2- day of
1989.
ATTEST:
CAROL A. EVANS
CITY CLERK
I HEREBY CERTIFY that I have
approved this RESOLUTION as to
foorrm.dV j)00
(,&A
RI CHARD DOODY
CITY ATTORNEY �J
REC0Z OF COUNCIL VOTE
MA'i'OR: �@f}Mo cvi7`
DISTRICT 1: GSM �GN
DISTRICT 2: C S7
DIFTR.ICT 3: C �1 0 PA-4,+N
DISTRICT 4: VIM .-jENPE!<
rr
��f'achrnPr� � l
CiTY OFT ORIGINAL COPS-
AMARAC
10 Fixed price bid
❑ Request for Proposal January 27, 1989
191f3i1:r',o9-ti DATE:
IAII blinks must be ttlled In) (This Is rest an order) of. PAGENO..
ITEM(S) REQUIRED: 1 (ONE) SINGLE AXLE DUMP TRUCK — 5 yARD
USING ACTIVITY UTILITIES/ENGINEERING Buyer. BOB FOY
Phone (305) 722-5900
BIDS MUST ISE SUBMiTTED ON OR BEFORE 2: 00 P • M • on January 27 • 1989
Eastem Standard TO* or Easton Standard Daylight Savings time as applicable. The otll W&I tlrrlS shall be as re�ordad on the Oate►Tlme
R*cording Clock in the City Clerk's OIIiCtt. itw111 be the Sol* responsibility of the bidder to ensure that this proposal reaches the Office of the City
Clark, City of Tamarac on or before cloNnp hour and data Shown above.
The local Advertisement, kwhstionto-Bld, amoral Conditions, Instnuilons to B
Other idders, Special Conditions, Sped/ielttions, Addendum:,and any
pertinent dxunient Toren a part of this proposal and by reference are made a pert hereof.
ANTI -COLLUSION STATEMENT: Thebelow signed bidder has not divulged to, discussed or Compared his bid with other bidders and has not
Colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates Or gratuities permitted either with, prior to, or &tier any
delivery of materials. Any such violation will result In the cancellation and/or return of materials (as applicable) and the removal from Bid List($).
TO THE PURCHASING OFFICER OF THE CITY OF TAMARAC- We([), the below signed hereby agree to furnish the following aniclWS) or smvicefs)
at the arIMN! 3hd terrrs stated Subject to all Instructions, conditions, specifications, and all attachments hereto. We(1) have read all attachments
Including the specification end fully understand what Is required (By submitting this signed proposal, wep) oftici&tly accept a contract if approved
by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and WOO) hereby agree that we will make
avellable for audit to appropriate City Auditors any applicable bushwas Of financial records pertinent to a resuiting order or contract.)
All prices to be quoted F.D.B. Buyers Destination Tamarac, Florida (Delivered at the applicable City address Indicated on the Purchase Order)
FAILURE TO QUOTE: If you do not quota, please retum quotation sheet, state reason thereon and request that your name be retained on our
mailing list, otherwise, your name may be removed from our bid mailing list.
Bids are firm for acceptance within 60 days after bid opening date_ye5 naather.
TERMS: o % � � Days
Y Y of Month (To apply on date of delivery and
acceptance of material.)
If awarded ALL ITEMS BID HEREIN (when applicable), an addltional DISCOUNT OF ova
ir, 466ilion to any terms offered above.
.DELIVERY: calendar days after receipt of Purchase Order (City reserves the right to consider
delivery time as a vital consideration when making or recommending award),
VARIANCES: Stott any variations to SpeCI ica11011S. term$ and/or conditions In this space or reference herein all variances Contained on other pages of This
Proposal Form or in any bid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO Be A PARTY OF
THE BID sUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN NO
SEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED BID, AND THE CITY WILL NOT BE
BOUND IN ANY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE BID DOCUMENTS
ALL PRICES WILL BE CONSIDERED AS FIRM FORTHE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDERTAKES SPECIFIC EXCEPTION
TMERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. 1f no Statement is Contained in this $pact. it Is
hereby implied that your bid complies with the full Scope of this Bid Invitation,
0 S7
o >✓
iv A-
11 r M1411dpr1 Order Payment or Future bids &re to be mailed to other than proposer'& address shown below, please
complete the following:
Mail Purchase Order to: Mall Payment to: Mail Olds to:
Telephone No.:
IPROPOSAL SUBMITTED BY:
ME(Printed): eP2
mpany: (Leal pepiSte Ills In FULLI
■r/Area Code
_Title: e. ev-
Address: h + O Pt `� 3 3 313
SIGNATURE: Telephone No.: 05� % — Zo vb d
Indicate Which: Corporation:
ands sed Referonces Applicable, Iis Pnaposeh Partnership:
NwNstion To Bid — Ft
koeX of General Provisions Cbuses — F2 Individual:
amoral Provisions — F# Other.
o* �telafn one copy tar yearMes) "`j" •*.. snaM rt DOERS NOTE: Both aides of this Form T . tequlre slpnattma. ......
i
rrrr- r, z —. a MARA►C
7525 N.W. 88 Avenue
Tamara„ F"e)rlda 33321.2401
_... _ 6PECxCATIONS AND DID S
CIM
Znvitatlon TO Bid DULE
Bid No.,, g 9 _ g
Date January 27, 19
Page— -,,Of 9
� !allowing s� S.O.B. Tic ply.
W dlod c d) app1Y 10 dj, bid unloaded u APPlicabk city d,tirnad
. BIDDERS Rt� on � indiea�d below. T>�
SENT FOR El caYitiesl chcrk atr bid bond in the �TiFIED CHECK OR DID BOND:
to whom the business is awarded. shall t offia►e (S) Pa►ccnt otthe bid The atY shall
to the fail car . which shall be forfeited to they hom all Bidders. a
�veessfW Bidders after alNard of bid. �e b comply with the Yin the "M the Bidder
sR b suor to bmit this bid bond with the bid On bid. Checks will n
PERFORMANCE BONDS: The City COUM Cause re tur"ed A�►pdY
the fauhfW PafJection of the bid.
1 C y cv j, oaf the oantnan �Yment otaqeleentim �1he t require the Bidder to f
and with such sunepes obligations
Irsuch
of �tio" or � �uw shall be ��y� a Bidder's usual so arWni dwjeumay
such form ammouni as th S
o 7Y u Eric Bidder aim d bondsto f City
no law k to the � Mee date
-� DESCRWnON
1 UNIT PRICE
(ONE) SINGLE AXLE DUMP TR,. E ND PRICE
(i.e. Ford F700 Dump)UCK S YARD
iTNI'r, Should beg
vehicle for immediate
in -stock J-177, J
award of bid
delivery upon
Alternate ID �a
non-stoveexact time frame for
ck vehicle
delivery.
Unit required and covered by this (a
latest basic production model with
specification shall be manufacturers'
all standard equipment in accordance
with manufacturers latest literature
aalocopy of which must accompany bid
ng with necessary specifications
to verify unit either meets or ex
said specifications. The vehicleed
eceed
scribed in this spn shallde-
ecificatio in all respects meet or exceed all '
requirements of the Federal Govern -
sent and the State of Florida for the
Model year.bid. The vehicle shall
include all standard equipment
normally sold and marketed to the re-
tail public, unless specifically
deleted by request.
ENGINE- Gasoline engine
uration-minimum b.0 F`8 config-
liter (366 cubic
Deliva To.
tk � N .. _.. _ .. ; .. a°'PatnnY Name er-
� >~o%
An: Address
Up
BIDDERS NOTE: Both Sides of this form ruin Signature g re
a sh m e" -6 -ffc-;2,
• DIDVARIANCE
^
THIS DID IS SUBMITTED WITH THE FOLLOWING VAR I ENCES:
1. RUstproof ing/undercoating is a standard factory option,
on all factory units, see attached for full information.
2. Prices are goad until 1989 model year build out. Last
orders are approximately May of 1999. Contact dealer- for
further information.
3. Lights on dump body will not be flush mounted, will be
mounted as they came from the factory on the chassis.
I
4. Engine may have EFI electric fuel injection instead of
carburetor.
C. Did 1 is manual trans, Enid 2 is automatic trans. Both
units are factory or -der- units, appro;;, 90 days.
�. Spec Sheets are furnished on both truck's and indicate hnw,
the units will be equipped, please note any variance on thE-.-,s
sheizts. KYSOR not available on gas units, after rr+ar- et Units
available, add appro:;. $`5'0 -0(-r to both quoted prices.
7. For order placement please eontrct Mr. GeorgeV. Dr-uwbik:
Or Mel Hunt, 73:3-6000 or, after hours 7 1-6097.
ANY VAR I ANCF C THIS DID IS DASED ON PRESENT MANUFACTURES
PRODUCT I to; k,l WELL. AS MEETING THE SPECS OF YOUR BID.
ANY CUE r nNS PLEAS CON iCT ME AT :7-05r-737-6000.
'GE V. DRUZEIIK
FLEET SALES MANAGER
1640 N. STATE ROAD 7 (441), LAUDERHILL, FLORIDA 33313 / 305-733-6000
CF-�iE"•.Y TFZ1.UGK0
•
01-27-1989
ED MORSE CHEVROLET
1640 NO ST RD #7
LAUDERH I LL FL =3313
30 r--733-6000
PREPARED PY: GEORGE
V DRUZBIK
.............................................................................................................................................................................................................................................................................
i I;ll.
......
WARRANTY
LIMITATIONS
PERCENT OF DEALER` 1
VEHICLE
(TIME OR
MILEAGE.
REPAIR CHARGE PAID
COVERAGE
WHICHEVER
COMES rIRST)
BY OWNER
ttmmanmtmm�mmu:xn:mt untxtntxurnnnunnnnmxnmm:mmxtmmm�n mxttnnmumtntxuunx Mu1Mnn munntrtxtt txttutnmt
TIME ; VEHIOLE MILES FARTS LABOR
ttntuutnmmmtttmtuunneumuumnumnuruxa
ENTIRE VEHICLE
ttttmm�entrnxnttntttwtttttm tttnnuuuuumtumuuunttutwnutt:tuttttwtnxtn txnttuuxtuu:swwwwwwtuwu
0.12
'rttttxuttwtut►u:a►xtrnx�umtw
TIRE)
MONTH
UNLIMITED
NO CHARGE
NO CHARGE(EXCEPT
nu+ntmuuxtnumtxarmmxa»txutxxmtmm
�
f ntruwnxunxmmnnnxunn mmxe.nu,xxxmxxmwm�nI
O `11i
UNLIMITED
NO CHARGE
hNNINER"awmntmea M—1
CHARGEtuttxmrtmtutmtmetea
+ TRAN ; AXLES
� MONTHS
NO
TRAM DER CA
, 2 - 2H
` MONTHS
UNLIMITED
E.O
SO
0 -12
MONTHS
UNLIMITED
NO CHARGE
NO CHARGE
+ FRAME RAIL
M12 -THE bo
UNLIMITED
CsO
so
��nxegen
+ ENGINE
EMIS-'SION S
txmmxntxtmxxt
O - bO
MONTHS �
O - s0,OOO
NO CHARGE
�
NO CHARGE
tmr�mttm.m
+ CORROSION
(RUST THROUGH)
>
O - 3b
MONTHS
UNLIMITED
NO CHARGE
NO CHARGE"
1
See goer GH aeal er for a complete
warranttg schedule
1640 N. STATE ROAD 7 (441), LAUDERHILL, FLORIDA 33313 / 305-733-6000
.. ............................... ................. .... 0
1 A
V UZI n
OR10P
MEMO TO:
FROM:
DATE:
SUBJECT
C(ty 4 Uamanac
INTER. OFFICE MEMORANDUM
PURTjC WORKS DP.PT.
iMICHAE', R. COLIZ7,O, JR - DIRECTOR OF 111 131.1i' ORXS 8
PARKS AND R1;CR::AI'I3N
KSN FRIFDRICHS - S::NIOR FOREMAN VEHICLE MAI,4TENANCE rl��
February 1.6, 1989
Utilitv Department Vehicle
REFERENCE: Bid #89-6
I have reviewed the two bi-is receive] on January 27, 1989,
for the purchase of one (1) Single ANIc Dump Truck with a
5 yard body.
South Flor.i,la Mack Truck, Inc. place.] a bid ;or an alternate
to our specifications. Inclulinq necessary options, the
Mercedes-Benz Model L13.19 will cost $30,58.1.00. This truck
cannot be equ.ipper:i with a Kysor type shutdown system or an
d
automatic transmission.
E-1 Morse Chevrolet, Inc. placed a bid for the truck we
require including automatic_ transmission and a Kysor style
shutdown system as stated in Bid Variance #6. I spoke with
Mr. Druzbik concerning an exact price for the shutdown syste_a.
It will be $370.00. This will make the final price $26,066.66.
Delivery time will be approximately 90 iays from receipt of
order. Vy
0�4-
40
2
O0
RF:ck