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