Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-86-456Introduced by Temp. Reso. #4428 1 2 3', 4 3� 6 71 6 9 10 11 12 13 14 15 16 17 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 CITY OF TAMARAC, FLORIDA `` RESOLUTION NO. R-86- Y A RESOLUTION AWARDING A BID FOR ONE (1) TRACTOR/LOADER/BACKHOE AND TRAILER FOR TAMARAC UTILITIES WEST; BID NO. 86-32; 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 November 22, 1986 and November 29, 1986, and WHEREAS, bid were opened on December 4, 1986, and WHEREAS, Growers Ford Tractor Company is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY. OF TAMARAC, FLORIDA: SECTION 1: That the bid of Growers Ford Tractor Company in the amount of $25,561.00 for the Tractor/Loader/Backhoe and $4,388.00 for a trailer, in the total amount of $29,949.00, IS HEREBY APPROVED. SECTION_ 2: This Resolution shall become effective immediately upon adoption. PASSED, APPROVED AND ADOPTED this _--�3 day of 1986. BERNARD HART MAYOR ATTEST: C,,7�0c T, A49 B v 7-0 CITY CLERIC I HEREBY CERTIFY that I have approved the form and correct- MAYOR: HART ness of this Resolution. DIST. 1: C/W MASSARO n „ n DIST. 2: V/M STELZER =s DIST. 3: C/M GOTTESMAN __4 A. BRYA APPLE A" CITY AT RNEY DIST. 4: C/M STEIN - - - - /Pw 0 Te— CITY OF TAMARAC QRIG-9 0 Y, Fixed price bid - NOV 24 y Request for Proposal DATE: November 8, 1986 86-32 (This Is not an order) x 18ID NO: PAGE NO.: (All blbMUSt be filled in) ol &OIID TRA(,(Y)4 �'-'OR/LOADER /'BACKHOE COMBINATION AND TRAILER >1TEM(S)IUIRED: USING ACTIVITY:. UTILITIES WEST �!►ef. BILL GREENWOOD dye O 772-$gglp _ P.M. Thursday MUST BE SUBMITTED Off OR BEFORE : 00 kpq,« December $6 Eastenl SWide+d Tine W Esatern Standard t*AV Bavinge Time a opokabIe The olliaiat Sntr shad be " re" an orate t G�ty ilecordi+n0 Clock M the City Clerk's Othee. h will be the sole responabtlity of the bidder to ensure tfiet hie propose l ra"hes 'C &nF, City of Tamarac on or before dosing hour end date shown abaft. .aefne peAinent doeumelK lawn � I Irtis Prrrrppasl�ir+d by MKer ��� a pert banal �1�1e. ��• Adderd�Rhi, and any ANTI.CO US10N STATEMENT: The below Signed bidder hat: not dtrulged to, diseussed or compared his bid with other bidders and has nor gel d materials. My such sbiet�on MII Wfl What1M roaMncbNVtion and/or tum of No praftums, tmaterials es t(as~sOPlicablel Nd removal from B us (s) TO THE PURCHASING OFFICER OF THE CrTr OF TAMARAC: e bel We p), the signed hereby spree tofurrlish the toltawirq articlNsl Or se►vlcersl. .a1 the prices)"term stated subieCt to all instructions, conditions, cih ptions, and all attachments hereto We p) have read all attachments Including "spe-etr,Cations and fully understand what Is required m1nin this signed propoaal, we p) ofrlcislly accept a contract d approve a ons of Proposal, WW we agree that we will ca eby pratlabie tt sso art to�appnW&t City etAuditm Oft aPPIkObIs bu�ss�reor fkwwAsl �s*rds PeMne t to,a rersutung order aer+tract.le (Atl prices to be quoted F.O.B., Buyers Destination+ Tamarac, Florida IDeiiverW at the apOicable City address indicated onthe Purchase Drde' ) (FAILURE TO QUOTE: H you do not ouote, please return Quotation sheet, state mean "reont and nWL"I that you► name be retained on our rtnailing list, odnarwise, your nsrne may be removed from our bid mailing list. " Bids are firm for &=eptance within 60 days otter bid opening date Yes ono �.--other. 'TERMS: 100 % 9 Days or by 10..,_ T�H.�..�- o1 Month (To appy on date of delivery and aceptance of material.) ]awarded All fTEMS BID HEREIN (_when applicable), an additional DISCOUM` OF % 46d in addition to any terms offered ve. OEUYERY: 45-90 DAYS calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). ( FROM DATE OF P . 0. ) VARIANCES: State "mr1stiomto low bol-ffl%1w00md8 IDEPMOR�LLt TO BCE AA PRAT OF HEimFiianyp,l t No S BIDDER4J BE COt wM eiDSUBMIl l UNLESS SUCH VARIATION OREXCEPTiONISLISTEDVVTTHINTHEBIDDOCAAENTSAND REF S NCEDINTMISCOL1.MN NOSEPAAATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WrrHIN A SUBMITTED BID ANDTHE CITY WILLNOT SE BOUND IN ,AWYMANNERWFiATSOEVERBYO.NYVARIATIONOREXCErnoNDRoMI'ATIONNOTSr'ECIFICALLYUSTEDWrMNTKEBrDDOCUMENTS ALLPRICES UNLESS A BIDDER TAKES SPECIFIC EXCE aVILL BE CONSIDERED A5 F1Rtr1 FOR THE PERIOD n�tDICATED WITHIN THE BID DOCUMENTS PrnON THERE-r D AND LIST$ SUCH EXCEPTION WTMiN THE BID DOCUMENTS AND RETE'RENC.ED IN THIS COUJMN. It nIo atarnlerh a vii ntarred n Va space, n na ne roy *rood tat your tod wmpWii with the MI woM ce Via IMd Wwfttcn. It Purchase Order Payment or Fub" bids ate to be mailed to other than proposers address shown below. pltytse complete the 10iowing: Mall PureMse Order to: Mall Payment to: Mail Bids to: ..�305-583-1244 wMna Code t0=" SUBMfTTED BY: NAME (Printed): JOHN G. MANAGER Company- gap, i~weumd Tits. in PJLU GROWERS FORD TRACTOR COMPANY Address: 525,2 GRIFFIN JIQ6Q, FORT LAUDERDALE FLORIDA 6tG Telephone No.: 305-583-1244 pA NOVE htdicate *%ch: CgrPOratipn: YES Enclosed Referenoss APPlkable to PrOP'0est: Parftrzhip' bwm bon To Bid - F1 - kwmdual: Index of General Prvrhfans Ctsuses - F2 Other: General Provisions - F3 fRotaln one OM for Vow Ines) _ Fa„,r q -VDDERS NOTE. Bath sloes of Taws Form require sipnelLre: Y ' SPECIFICATIONS AND BID SCHEDULE jil,d No 86-32 Invitation To Bid Date November 18 1986 .M OF TAMARAC 811 N.W. 8$th Avenue Poge No. 2 of 7 smarac, Florida 3.3321 All prides to be quoted F-0.o `a checked) i pp y to said bid.loaded at applicable eny destination es indicated below. TM following Spec (if DBIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The Ctty shall require from all Bidders, a certified Check or bid bond in the amount of five (5) per cent of the bid, which shall be forfeited to" City in the event the Bidder, to whom the business is rded, Shall tail or refuse to Comply with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders er award of bid. Failure to sub yin this bid bond with the bid could cause rejection of the bid. ffE FORMANCE BONDS: The City shall prior to the axcution of the Contract, require the Bidder to turnish bonds Covering the armful 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 Secured through the Bidders usual Sources as may be agreeable to the parties. If such bonds are stipulated, the premiums shell be paid by the Bidder, The Bidder "I deliver the required bonds to the Ctly not later than the date Of execution of the contract. QUANTITY I DESCRIPTION UNIT PRICE 1 EXTENDED PRICE 1 I(ONE) TRACTOR/LOADER/BACKHOE COMBINATION AND TRAILER Heavy duty industrial loader/backhoe with overall weight of approx. 13,500 lbs. working_�eight with loader capacity of not less than 1.0 eu. yds., and trenching buck- ets (two). 18"and 12" width Engine - Horsepower - minimum 60 SAE set Diesel engine - 3 cylinder minimum C.I.D. - 200 minimum. Air cleaner - dry type, double element Indicator or Warning Lights. Replaceable engine oil and fuel filters - . single element. Heavy duty cooling system. High torque - rise engine. Engine governed to manufacturers specifica- tions. Electrical & Lighting - Battery rating - 12 Volt - minimum 750 cold cranking amps. Safety starter switch. Key cranking switch. Two 50 - WATT halogen headlights. Instrument lights. _ Turn signals and emergency flasher system. Rear work lights. Safety strobe light°on top of cab. All lamps and reflectors conforming to Federal standards including directionals, amber flashing (slow moving). Full instrumentation including the following -oil pressure guage -volt meter Deliver To: CITY OF TAMARA UTILITIES WEST DEPARTMENT Art : ( c o n t ' d . ) bidders Sivanim 11/25/86 Till AGER ComoanyNome GROWERS FORD TRACTOR COMPANY Address 5250 GRIFFIN ROAD FORT LAUDERDALE, FLORID BIDDERS NOTE: Both Sides of this loan require z*wtura. PAGE 2CONT'D. 1 (ONE) TRACTOR/LOADER/BACKHOE COMBINATION AND TRAILER Elect. cont 'd. - Coolant Temperature Transmission Oil Temperature Guage Or Light Tachometer Electric Hour Meter Fuel Guage Neutral Start Safety Switch Keyed Engine Start Switch Electric Backup Alarm Transmission- Tourque converter power -reversing 4 - speed with 4 speeds forward and 4 - reverse. Converter oil cooling system. Planetary final drive. Body- Four post R.O.P.S. Package including seat belt and turn around adjustable seat with heavy duty vinyl cover- ing. R.O.P.S. to include a canopy. Cab - Chassis - Fuel Tank - minimum 24 gallons - total weight approximately 14,000 lbs. Tires - Front - 11L-16- 10 PLY Rear - 16.9-24 - 8 PLY Suspension & Steerin& - Hydrostatic steering with gear driven pump. Differential lock. Replaceable filters with built in by-pass. All hoses to be wire braid type to pro- vide high burst pressure - Prefer reuseable fittings on all hoses even if additional cost. Double reduction, inboard planetary rear axle - minimum 12,000 lbs. capacity. Brakes - Independent handbrake. Fully enclosed mechanical self -energizing wet disc, with pedal interlock latch. Paint - Factory Standard Color with all applicable safety warnings. Additional Equipment - Rear Wheel Fenders - Flat top. Slow moving vehicle emblem. LoaderSpecification- Minimum 5,000 lbs. lift capacity loader with 1 cubic yard heaped capacity. Bucket type - general material Breakout force - minimum 11,500 lbs. Single lever loader control. Double acting lift and bucket cylinders. Full flowfilter w/bypass relief and replaceable element. Backhoe Specification _- 15 foot center pivot backhoe. Remote throttle. Rear guard rail. Double acting cylinders. Factory installed 2 lever backhoe control - Stabilizer Pad street type. Minimum 9,500 lbs. digging force. Special Note - Machinery and all equipment and at_achments must conform to applicable OSHA requirements. Manufacturers brochure with all applicable specifications and test results to be provided with bid proposal. Literature_ - 2 Complete sets of Parts, Maintenance, and Service Manuals to be provided. 3 J PAGE 3 CONT'D. 1 (ONE) TRACTOR/LOADER/BACKHOE COMBINATION AND TRAILER Trailer - Weight - 46001bs. • Capacity - 1800 at 54 mph Overall Length - 24'-6" Overall Width - 96" Bed Length - 18'-0" Bed Width - 96" Bed Height - 31" Tires - 8.00.-14.5 F Brakes - Electric - 12 x 2, one on each wheel to be supplied with Truck kit including controller and complete wiring. Tow Hitch - Adjustable for 3 heights. Deck - 2" Hardwood - installed lengthwise Color - Highway Yellow Running Gear - Multiflex Design Lights & Electric - System Complete Set Furnished and installed - 12 Volts 0 0 kk 4 GROWERS FORD TRACTOR CO. Main Office Branch at Branch at Tractors 8501 N.W. 58th Street 5250 Griffin Road 700 E. Palm Beach Rd. Miami, FL 33166 Ft. Lauderdale, FL 33314 Belle Glade, FL 33430 r • n - a Phone 692-7890 Phone 583-1244 Phone 996-7800 November 25, 1986 City of Tamarac City Clerk 5811 N.W. 88th Avenue Tamarac, Florida 33321 Dear Sirs, We are pleased to quote the following equipment for you: 1 New Ford Model 655A 4 Speed Torque Convertor 11L X 16 Front Tires 16.9 X 28 R4 Rear Tires 1 Cubic Yard Loader Bucket Street Pads 2 Lever 15' Hoe Electric Back-up Alarm 12" Trenching Bucket 18" Trenching Bucket BID PRICE ..................................... $29,565.00 ♦V 1 New General Engine Trailer of Model B9DOW ' BID PRICE ...................................... 4,388.00 ALTERNATE BID V 1 New Ford Model 555B, 4 Speed Torque Convertor (' 11L X 16 Front Tires I 16.9 X 28 R4 Rear Tires 1 Cubic Yard Loader Bucket, Street Pads 2 Lever 14' Hoe, Electric Back-up Alarm 12" Treching Bucket .18" Trenching Bucket BID. PRICE .................................... .$25,561.00 If we can be of further assistance please feel free to call. y y you JOHN G. PETRIE Manager JGP/sb