Loading...
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