Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-86-4341 2 3 4 5 6 7 8 9 10 11 12 13 14 15 o 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Introduced by_ % .p�/jC. _ Temp. Reso. #4392 CITY OF TAMARAC, FLORIDA 1- RESOLUTION NO. R-86- 3 A RESOLUTION AWARDING A BID FOR SIXTEEN (16) 1987 POLICE PATROL VEHICLES, BID #86-30; AND PROVIDING AN EFFECTIVE DATE. .WHEREAS, the City Council authorized the administration to go to bid at its meeting on October 22, 1986; and WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County on October 31, 1986 and November 7, 1986; and WHEREAS, bids were opened on November 12, 1986; and WHEREAS, Ed Morse Chevrolet is the lowest fully respon- sive 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 in the amount of $194,505.28 ($12,156.58 per vehicle) with an extended thirty-six (36) month warranty on all vehicles is HEREBY APPROVED. PASSED, ADOPTED AND APPROVED this ozw day of1986. ATTEST: 0 ,CAROL E. BARBUTO •A.SSTSTANT CITY CLERK I HEREBY CERTIFY that I have approved the form and correctness of this Resolution. CITY AT OR A. BRYANT APPLEGA E MAYOR BERNARD HART MAYOR: HART _ l FIST. 1: C/w MASSARO DIST. 2: V/M STEL-7 DIST. 3: C/M GOTTFSMAN GIST. 4: C/M STEIN O Fixed price bid C)RIGINAL COPI Cd` Request for Proposal HATE: 8 6 - 3 0 (This is not an order) IBID N0: >pA NO.: tA11 blanks must -4 filled in) rMM(S) REQUIRED:SI]%7F N(16)19g'7 POLICE PATROL VEHICLES USING ACTIVITY: POLICE DEPT. •fryer: *wme (306) 722-59M .November 12, 1986 BIDS MUST BE SUBMITTED C* OR BEFORE., 2 : 0 irne 2=niopCkx*in"CItYCO*fk'50fbc@.Itwfllb*VWSO'fr*Mtl" wdard Time or Eastsm Stanched WOM GrAl a Time as its Tl+s dfOM lwla shelf be al recorded on the of City briny of tha bidder to enllwnr Chet hie proposal r•�ies the Office of me Glry 'Cleric. Ctry of Tsrtarse on or before closing hour and date shown above. The Lop, Adwheement, kwlletiorrto^Bid, 3arnral CandhOm lnstructlons to Bidders. Special Caidltiona, 6po . Adderdums. end any rather pert tent document form a W of this Proposal and by rNersnoe an made a pan hereof. AtM4X LLUSION STATEMENT: The below signed bidder has not divulged to, discussed a compered his bid with other bidders end has rap! colluded with any other bidder or parties to a bid whatever. (NOTE No premiums, rebates oigirstun as puma) andremovsed either wftt,� oham d usasy delivery d matenals. Arty uCh violation WAR FULM in the Cancellation andifor return of materials (a+ spP the To THE PURCHASING OFFICER OF THE Crry OF TAMARAC: We 0), the below signed hereby agree tofurnish the following anicle(s) or servrcet s .at the price(s) and terms stated subject to all inatructions, conditions, specifications, end all attachments hereto. We (1) have read au attachments ftluding the spectkations and fully understand what Is required (By Submitting this signed proposal. we 0) officially accept a contract d approved by the Cdy and such smspitance covers e11 the terms, conditions, and specifications of this proposer, rtW w to i nr aby egret g ordah►at eontraca )e �Isblar, Sorki for, to te Ck' Audtors any applicable business or fklsnc l records M WI prices to be quoted F.O.B., Buysrs Destination Tamarac, Florida (DMivered at the apPlic" City Isddrass indicated onthe Purchase Order-) AFAILURE TOO rwise. > o rdo n t quote, y to removed from our bid ens l shoot, state reason Thereon end mqueat that your name be retained ors our rag Aids are firm for acAreptance within 60 days after bid opening dat._.... - Yes ----no ^^other. TERMS: 100 x "ice 0 — Days or by of Month (To apply on date of delivery and • aceptance of material.) it awarded ALL ITEMS 810 HEREIN (when applicable), an additional DISCOUNT OF, 48 offered in addition to any terms offered above. NIA DELIVERY: 90 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: Swe any vanat1wo to specsicatiorrs.11anna and/o► cv+dlearr Mh ltib sows a retrarence rwein as v VALL E DEEM rd ar+ Cirri AM rr HE Pre pmal Form or In any bid aesacnmrm NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILT. BE CONSIDERED OR WILL BE DEEMED t0 BE A PATXT OF THE so SUBMTTTM UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIIN THE BID D0CUL4EN'rS AND REFERENCED IN THIS COLLPAN NOSEPARATE OR ACCOLAPAHYINO DOCUMENTS OR LETTERS WILLBE CONSIDERED AS INCLUDED WMM A SLOMri'►ED BID. AND THE Cr►Y vvlLLNOT BE BOUND IN r WMANNERWHATSOEVERBYANYVARIATIONOREXCEP ION ORUMITAT1ONNOT SPECIFICALLY USTEDWnWNTHEBID DOCLIIAENrS ALLPRICES TIILL BE CONSIDERED AS FIRM FOR THE PERIOD POCATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFEFIENCE:D IN THIS COLUAAN. a ro eiaiamarrt is rjor - f*d in eras Spicer II a here0) 4irphod treat your bid oong' with tlw AAI straps rX tha Bid MlnRtatron. NONE 11 Pixrtuse Order Payment or Future bids am to be mailed to other than proposers address shown below, please complete the following: 'Mail Purchase Order to: N/A_ mail Payment to: N Mall Bids to: N/A Telephone No.: 305-733-6000 w/Aree Code PROPOSAL SUBMITTED BY: (Printed): MELVIN HUNT Tft: FLEET SALES ' CXVIPanY Segal Rapis1ed "W m PULU ED MORSE CHEVROLET 1640 N. Address: 7 LAUDERHIL SKMTURE: IAA L/c r _, TelephoneNo.: 305-733-6000 DATE: 1 1-6-86 Indicate Which: Corporation: 9nchoW Ilehrene+ss APPftWo b irwitstion To Bid it F1' Miles of Garlefet PrwAskm Clauses - F2 Qenaral Provisions - F3 Partnership. lnd Usil: Other: tt Petaln ore owy for tlovr see) rtiywrr -BIDDERS NOTE: Both sidaa Of this Form require siP'whm: SPECIFICATIONS AND BID SCHEDULE id No 86-30 ' Invitation To Bid ' Date October 27 ,1986 1TY OF TAMARAC � II N.W. BBth Avenue Page No. 2 of -_ _ 7 itrac. Florida 33321 AN prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable eft destination as Indicated be low. The following special conditions (If checked) apply to this bid. 7 BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The Chy shall require from all Bidders, a certified check or bid bond in the amount of five (5) per vent of the bid. which shall be forletted to the City in the event the Bidder, to whom the business is awarded. shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders after award of bid. Failure to wbmit this bid bond with the bid could cause rejection of the bid. PERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to famish bonds covering the ,faithful performance of the contract and the payment of all obligations arising thereunder in Such form and amount as the City may prescribe and with such Sureties "Willed tf trough the Bidder's usual sources as maybe agreeable to the parties, if such bonds are Stipulated, the premiums shell be paid by the Bidder. The Bidder psall deliver the required bonds to the City not later than the date d execution of the contract. CUANTITY I DESCRIPTION 16 1sixTEEN 1987 POLICE PATROL VEHICLES unit required and covered by these specifications shall be used in police patrol service. It will be operated for long periods of time at normal traffic speeds, but with frequent periods of idling, however, the vehicle must be capable of fast acceleration and high speed performance. The vehicle must have an outstanding cooling system, braking system and handling character-- isitics. Component parts and design shall be of the quality that will meet maximum per- formance, durability and safety stand- ards, and not merely meet minimum re- quirements of this specification. Bidder to submit the proposal, illustrat- ive product brochures and technical data on vehicles proposed to be furnished. Any and all alterations or deviations from these specifications must be clearly stated. Omission of any detail from these specifications does not relieve the supplier from supplying such a product upon issuance of a purchase order. Vehicles Full. size 4 door sedan with police package. wheelbase - 116.0 inches approximate. Minimum 20.5 cubic feet useable trunk capacity. Engine 5.7 liter, V-8 engine, with 4 barrel car- buretor and factory external crancase oil cooler. (CONT'D.) L� iver To: L. ,, r it.,Ar UNIT PRICE EXTENDED PEACE 12,156.58 1 194,505.28 Bidders Si natu �1 c. Date 11-12-86 Title FLEET SALES DEPT Company Name FD MORSE CHEVROLET Address 1640 N. STATE ROAD 7 LAUDERHILL, FLORIDA 33313 BIDDERS NOTE: Both Sides of this form nquirs sip+atura.