Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-81-131introduced by Temp.# 1952 2 2 3 i 9 2.0 21 32 23 24 25 26 20 21 22 23 24 25 26 27 28 33 34 35 36 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R/ A RESOLUTION AWARDING A BID FOR ONE NEW 1981 XEHICLE FOR FTRF nFPAR'1'MENT-BID #81-18 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on May 13 , 1881,.and, WHEREAS, bids were advertised in the -Fort Lauderdale News a 'newspaper of general circulation in Broward County on June and June 12, , 2 98 1 , jand WHEREAS, bids were opened on June 19 ,198�•, and WHETS, Hollywood Chrysler -Plymouth is the lowest fully responsive and responsible bidder: NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC# FLORIDA: SECTION I: That the bid of Hollywood Chrysler -Plymouth in the amount of $8,261.20 , is hereby approved. PASSED, ADOPTED AND APPROVED this ��day of�- ,198�• ATTEST: TY CLER? . I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION. CITY ATTORNEY RECORD OF COUNCIL VOTE MAYOR: DISTRICT 1: - — DISTRICT 2: DISTRICT 3: DISTRICT 4: f ,D ORIGiNAL COPY/1' CITY OF TAMARAC f4rl, O Fixed price bid Er Request for Proposal GATE: MAY 20,1981 81D N0: (This is not an order) PAGE NO.: (AIL blinks must be filled in) ITEM(S) REOUIRED: ONE NEW 1981 VEHICLE FOR FIRE DEPARTMENT USEIN AWITH USING ACTIVITY' FIRE DEPARTMENT Buyer: JOHN M. CF7ARn Phone (305) 722-59W FS MUST BE SUBMITTED ON OR BEFORE A.M.,' n astern Standard Time or Eastern Standard Daylight Savings Time as applicable. The official tine shall be as recorded on the Date/Time sco►ding Clock in the City Cierk's Office. ff will be the sole responsibility of the bidder to ensure that his proposal readies the Office of the City Isrk, City of Ta►earac on or before closing hour and date shown above. -e Legal Advertisement. Invft lion -to -Sid, General Conditions, Instructions to Biddera. Special Conditiom. Spodiliclations• Addendums. and any Cher pertinent documptIt form a part of this proposal and by reference are made a part hereof. Wn-COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared his bid with otffet bidders and has not 0uded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities permitted either with, prior to, or after any #livery of materials. Any such violation will result in the cancellation wWor return of materials (as applicable) and the removal from Bid Ust(s). DIME PURCHASING OFFICER OF THE CITY OF TAMARAC- We A), the below signed hereby agree tofurnish the following articles) or service(s) , the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. We (1) have read all attachments cluding the specifications and fully understand what is required (By submitting this signed proposal, we p) officially accept a contract if approved ✓ the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and we (1) hereby agree that we will make Owl" for audit to appropriate City Auditors any applicable business or financial records pertinent to a resulting order or contract.) 11pricas to be quoted F.O.B., Buyers Destination Tamarac, Florida (Delivered at the applicable City address indicated onthe Purchase Order.) ALLURE TO OUOTE: If you do not quote, please return quotation sheet, state reason thereon and request that your name be retained on Our sailing list, otherwise, your tame may be removed from our bid mailing list. Bids are firm for acceptance within 60 days alter bid opening data yes no -fir- TERMS: Net % 1_0 Days or by _ of Month (To apply on date of delivery and aceptanee of material.) Rewarded ALL ITEMS BID HEREIN (_when applicable), an additional DISCOUNT OF % Is offered in addition 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). •------- 1% .,--1--- - VARIANCES: State any veristions to specifications, terns and/or conditions in this space or reference herein an variances contained on other Pages of this Proposal Form or in anybid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMEDTOSE A PART OF THE DID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED INTHIS COLUMN NOSEPARATE 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 UST1:DWiTHINTHEBID DOCUMENTS ALLPRICES WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. if no statement is contained in this space. it is hereby implied that your bid cor►plies with the full scope of this Bid invitation. f Purchase Order Payment or future bids are to be mailed to other than proposer's address shown below, please complete the ollowing: dial! Purchase Order 10: H01-LYV100D CHRYSLER PI.Y!10UT!4 '-I' n n)� _FI A 33021 _ Mail Payment too: Mail Bids to: I! �' LY\"!00D CHRYSLER Pl_YMOUTH 2100 I;O1%1I r relephone No.• 305-962-6400 w/Ares Code PROPOSAL SUBMITTED BY: NAME (Printed): H' Company: (Legal Re t Address: 21 of ,• i SIGNATURE: DATE; June 0,. Munroe Title: Fleet Manager Title in FULL) Hollywood Chrysler Plymouth' ,' L ^ IVe -eHRYkER ,. 21010 W01TH STATF M A n HOLLYWOOD, FLA. 33021 Telephone No.: Above Indicate Which: Corporation: XX Enclosed References Applicable to Proposal: hwitation To Bid - Ft Index of General Provisions Clauses -FZ General Provisions - F3 Partnership: Individual: Other. �►31 SPECIFICATIONS AND BID SCHEDULE _ Bid No. Invitation To Bid Date DF TAMARAC J.W. 68th Avenue Page No. of 3c, Florida 33321 All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable city destination as indicated below. The following special conditions (H checked) apply to this bid. BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City 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 the City in the event the Bidder, to whom the business is d, shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders ward o? bid. Failure to submit this bid bond with the bid could cause refection of the bid• RMANCE BONDS: The City shall prior to the excution of the contract, raquire the bidder to famish bonds covering the taithiul performance Of the contract snd the payment Of all obligations arising thereunder in wch form and amount as the City may prescribe and with such sureties securad through the Bidder's usual sources as may be apreeabk to the parties. M such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder shall iver the required bonds to the City not later than the date of execution of the contract. 4NTITY DESCRIPTION UNIT PRICE EXTENDED PRICE I ONE NEW 1981 MOTOR VEHICLE IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS ( 1 THRU 26) AND CONDITIONS ( 1 THRU 3). 8261.20 8261.20 III Lj A of To: 1981 Dodge Diplomat Model GH41 Engine H/D 318-4 Police Pkg. Std. police Tires Rear window defroster Left Remote Rear view mirror Air Conditioning AM Radio H/D floor mats 6" spot lite Calibrated speedo Elect. Deck release Add Dome lite Color White Interior - Blue cloth & vinyl seats 9 Date Title Fleet Manager Company Name Hollywood Chrysler Plymouth Addrett 2100 North State Road 7 Hollywood Fla