HomeMy WebLinkAboutCity of Tamarac Resolution R-87-019Introduced by e
Temp. Reso. #4475
1
2
3
4
6
7
B
9
10
21
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
THE CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-87-Zf
A RESOLUTION AWARDING A BID FOR TWO
(2) 1/2 TON FULL SIZE PICKUP; BID
86-36; AND PROVIDING AN EFFECTIVE
DATE.
WHEREAS, bads were advertised in the Fort Lauderdale
News/Sun Sentinel, a newspaper of general circulation in
Broward County on December 6, 1986 and December 13, 1986; and
WHEREAS, bids were opened on December 23, 1986; and
WHEREAS, Lou Bachrodt Chevrolet, Inc., is the lowest
fully responsive and responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF TAMARAC, FLORIDA:
SECTIQN 1: That the bid of Lou Bachrodt Chevrolet, for
two (2) 1/2 ton pick-up trucks at $10,120.00 each for a total
of $20,240.00 is HEREBY APPROVED.
a9ECTIQN _2: This Resolution shall become effective
immediately upon adoption.
PASSED, ADOPTED AND APPROVED this d�7 d y of
1987.
BERNAR VART
MAYOR
ATTEST:
CAROL E. BAR UTO
CITY CLERK
I HEREBY CERTIFY that I have
approved the form and correct-
ness of this ESOLUT N.
A. AN AP T
CITY ATTORNEY
/pw
MAYOR: HART
DIST. 1: C/W MASSARO
DIST. 2: V/M STELZER _
DIST. 3: C/M GOTTESMAN
DIST. 4: C/M STEIN
CITY OF TAMARAC ORIGINAL COP-X
O Fixed price bid
Q Request for Proposal HATE:
i j (This is not an order)
+BID NO: `' PAGE NO.: 11
(/►II blanks must be filled In) O
FTEM(S)REQUIRED: TWO (2) 1/2 TON FULL SIZE PICKUP
726-2300
USINGAf"TIVRY: UTILITIES/ENCINIMJING William Greenwood 44v" (305) 72ft-ZOM
BIDS MUST BE SUBMIITED IDN"Coi BEFORE A.M. "
Eas tltar+dard TWO a Eastern stsartdare DMiOM � 71me a MW able The alfioial trims shstl be as recardsd an the DatelTlme
iiet ardrng Cock in fie Ctty, CMrk's Ofhce. It will be fie &isle mavar+sbittfy of the bidder to ensure east his propOa,at resohsi tau Ofl►ce of me CIb
'+irk, Ctty of Tanwac on or before Giosing tow and date shown above.
The Legal A artisernem t, kw fstio"4o-Bid, Genaral C ndltions, %ta"Uctiona to Bidders. SWisl Conditions, Sp oogkntk=. Adderdams. and any
.other pertinent document lone a part of stirs proposal and by referernos am nrds a part hereol.
ANTI -COLLUSION STATEMENT: The below aigned bidder has not divulged to, discussed or coml;wred his bid W" other bidders and has nor
colluded wfm any other bidder or parses to a bid whatever. (NOTE No premiums, rebates or'gratutties permuted elther with, pnor to. or aher a,,y
delivery of materials. Any such vlolst m 94H mwft In the osr celWoon andlor return of materials (as applirabie) and the removal from Bid Ustls I
TO THE IaUfte 1AS1NG OFRCER OF THE CITY OF TAMARAC: We V), the below signed hereby spree tofLmsh "following article(sl or service r s!
,at the prica(s) and terms stated subject to all instructions, condition, specifications, and all sttaChments hereto We (1) have read all amchme'+ts
eluding the specifications and fully understand what is required (By submitting this signed proposal, we (I) officially accept a contract A aDprove w
by the City and such o gppmnce corers su the terms. con IkaWi bughwasshd roorrt'Ons of finencial Ism al. and we pertinent to a revsuMingree g ord0a pontratt t we wili ►e
rvallsbM Ior audit to appropriate City Audltara srry appf
kll prices to be quoted F.O.B.. Buyers Destination Tamarac, Florida (Delivered of the applicable City address hldicafed onthe Purchase order 1
WAILURE TO QUOTE: It you do not Quote, phase refum quotation sheet, state reason trrerew and request that your name be retained On our
Inaihng fist, omenvvise. you► name may be removed from our bid malling fist.
$ids are firm for acceptance within 60 days after bid I>;,Ipening dated yes — no A —.....other'
T"MS: 100 5 Days or by . of Month (To appN on date of delivery and
• Isceptance of material.)
If awarded ALL ITEMS BID HEREIN ("n applicable), an additional DISCOUNT OF,
As offered in addition to any terms overed above.
0 %
pE RY: 60 Calendar days after receipt 01 Purchase Order (City reserves tale right to consider
Idelivsry time as a vital consideration when making or recommending award).
•VARIANCES:Stateshyvartabonatomlc+rtc+twra.tenrrand/avow+en,ar.+"rw.veworIBraerrSehrwr+envananpetaoAtalED onpEA Papesyr KE
Pr000"l Fprm or in a bob ana&wrnra NO VARIATIONS OR ExCErrrrONS BY ABIDDER WILL BE CONSIDERED? OR WILL aE DEEMEDT0 BE A PART ( THE
=SUBurrTTMUNLESSSUCHVARIATIONOREXCEpTlONISUSTEDWTTMINTFEBIDDOcUMENTSANDREFEs1ENCEDINTHISCOLUMN NOSEPAAsTE
CIA ACCOMDANYING DOCUMENTS OR LETTERS WILD. BE CONSIDERM AS INCLUDED WTfMIN A SUBMI I I BID AND TIE CITY WILL NOT BE BDJND IN
NYM,A► 4ERW►iATS"0EVERBYANYVARIATIONOREXCEpT*NORLIMRATIONNOTSPECIFICALLYUSTEDWITKNTHEINDDOCUMENTS ALLPRZES
wlu K CONSIDERED AS FIRM FOR THE PERIOD 0C."CATED WITHIN T►E BID DOCUMENrS L04LESS A INDOER TAKES SPECIFIC EXCEPTION THEA TO
AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND FIEFEP&NP.fD IN THIS COLIAAN. P rw stassnrern a W ta'ned In V a spate M Ia he'e0)
41,1000 vat your ad oamplrea With we full MOM of this be Inwratcn.
111 purchase Order Payment or Future bids are to be tnsilid to other than proposers address shown below, please Complete the
toltowing:
•Mall purchase Order to:
Mall payrt "t to:
Telephone No.: W/Arta Cede
Mall side to:
MSAL fSUBMfTTED BY: ,
EMe�1 Ted Bear Tltje: F1 Manager
Lou Bachrodt Chevrolet
Company. 4API rtprparsd Tft in KW
Address. 1801 est Atlantic Blvd. Porn ano Beach F1. 33
SIGNATURE:
Telep!Oil" No.: 305-971-3000
12/15/19 8 6 indicate Which: Corporation: „ XXXXXXXX
Enrbred Rebrentse ApplWAk" m hsipoaat: PaAtxAhip: -"
Irwhaboh To Bid - F1 individual:
Index of Gewal Provisiafts Clauses - F7 Other:
General Provisions - F3
"o,taln ale copy for yotw flies)
ram, r, -111MO ErtS NOTE. Bath aides of Ows Fom1 requlre swWture:
SPECIFICATIONS AND BID SCHEDULE d r`o ►�
Invitation To Bid —
:.
IT1' OF TAMARAC
311 N.W. 88th Avenue Poe No, of
smarec, Florida 33321
All prices job* quoted F.0•B. Tamarac, Flodda, Delivered and unloaded at applicable city destination se Indicated below.
The following special rvndttions (if checked) apply to this bid. •
BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR DID BOND: The City shall require from all Bidders, s certified check or bid
.J bond in" amount of five (5) per cant of" bid, which shall be forfeited to the City in the event the Bidder, to whom the business is
awarded, shall fail or refuse to comply with the spectheations of the bid. Checks will be retuned promptly to unsuccessful Bidders
after award of bid. Failure to submit this bid bond with the bid could cause rejection of the bid.
PERFORMANCE BONDS: The City shall prior to the axci tion Of the contract, require the Bidder to furnish bonds covering the
.faithful performance of the contract and the payment of all obligations wising thereunder in such form and amount as the City may
�
proscribe be and with such shall be aid ed by � h the Bidder's U&SI sources as Bidder. The Bidder &hall deliver the required agreeable
d r to � Citynnot later thaies. if SUCh n the datnds ar e
stipulated, the premiums shall pa y
of execution of the contract.
CUANTITY I DESCRIPTION
2 1/2 TON FULL SIZE PICKUP
( i.e. CHEVROLET SERIES R-10 FLEETSIDE
PICKUP)
Unit bid should be an in -stock vehicle for
immediate delivery upon award of bid -
Alternate - give exact time frame for non -
stock vehicle delivery.
Unit required and covered by this spec-
ification shall be manufacturers latest
basic production model with all standard
equipment in accordance with manufacturers
latest literature - a copy of which must
accompany bid along with necessary spec-
ifactions to verify unit either meets or
exceeds said specifications. The vehicle
described in this specification shall in
all respects meet or exceed all require-
ments of the Federal Government and the
State of Florida for the model year bid.
The vehicle shall include all standard
equipment normally sold and marketed to
the retail public, unless specifically de-
leted by Request.
Enr,ine - minimum 5.0 liter gasoline engine
w/170 net H.P. - up to 6.0 liter acceptabl
Transmission - automatic transmission.
Must incorporate external transmission
cooler - combination radiator and trans-
mission cooler not sufficient.
Akles - manufacturer selected axle ratio
which will provide the best overall per-
formance and mileage for this model.
UNIT PRICE EXTENDED PRICE
$10,120.001 $20,240.00
Im
Chassis, Frames S Cab - Heavy Duty Rear
Suspension minimum 6,000 lbs. GVW.
maximum 133 wheelbase
Deliver To: - Bidders Si nstvm J Date
An.
Title Fleet Manager
Comnany Name Lou Bachrodt Chevrolet
Address 1801 West Atlantic Blvd.
Pompano Beach, F1. 33069
C�
BIDDERS NOTE: Both Sides of this form require aisnaturs,