Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 9H_4/7/1993 VILLAGE OF TEQUESTA 20/ Post Office Box 3273 • 357 Tequesta Drive rf.:;51/4.t'T l;� Tequesta,Florida 33469-0273 (407) 575-6200 ': - ` e,9•.% . ' Fax: (407)575-6203 3:1fe4 COUNt+ MEMORANDUM: TO: Village Council FROM: Thomas G. Bradford, Village Manager ti7---757 DATE: April 1, 1993 SUBJECT: Authorization to Purchase Fire Chief Automobile; Agenda Item It is recommended that the Fire Chief be provided with a city vehicle. The State of Florida Contract for mid-size, four-door vehicles contemplated for use by the Fire Chief was awarded to Ed Morse Chevrolet of Lauderhill, Florida. Delivery time required after the receipt of order is six (6) to ( 10) weeks . I have assumed that eight (8) weeks will be needed and, as such, would recommend that the vehicle be ordered as .soon as possible. The vehicular specifics are as follows : 1) State Contract No. 070-100-205 Specification No. GRLV-1, General Requirements All Light Vehicles, Dated 8/28/92 . Base Unit and Base Unit with Options; Southern District Model No. 1WL27 Base Price: $10,250 . 70 Options : Specification No. , 9902 . Rustproofing $ 40 .00 9903 . Extended Vehicle Warranty $ 565 .00 8003 . Door Edge Guards . $ 34 .00 8005. 4-Door Sedan $ 303 .65 9901 . Tinted Glass $ 45 .00 TOTAL PURCHASE PRICE $11,238.35 It is recommended that the Village Council authorize the Village Manager to purchase the Fire Chief vehicle as stated herein, in the. amount of $11,238 . 35 . Funds for this purchase were allocated in • the budget in the amount of $12,500. TGB/krb - Recycled Paper 03/26/93 16:56 ED MORSh u-ity r Ltt i urr i ..... 070-100-205 (2G) INVESTIGATIVE VEHICLE, MID-SIZE, 2-DOOR BUICK REGAL, CHEVROLET LUMINA, FORD T-BIRD, PONTIAC GRAND PRIX, OLDSMOBILE CUTLASS SUPREME OR APPROVED EQUIVALENT NOTE: This detailed specification is not complete unless it ts Light used conjunction with Specification Number GRLV-1, Generalequ Vehicles, dated 8/28/ 10. ENGINE: V6, minimum 3 .1L (191 CID) and 140 Net HP. The A. ' Gasoline engine, r a roved equivalent, are acceptable: following g engines, PP 3 (SEFI) .1L (191 CID) , 140 Net HP (MFI) GM:For 3 GM: CCA 0 degrees F. battery. minimum 525 B. Minimum 65 amp alternator;C. Maximum capacity cooling system (SEE NOTE 1) , factory installed. 20. TRANsMISSION: Automatic overdrive transmission, 4-speed. minimum. 30. AXLES. Manufacturer's standard drive axle ratio for specified engine-transmission combination. 40. PERFORMANCE ITEMS: PoWer steering, factory installed. 50. COMFORT ITEMS: factory installed. A. Air-conditioning•on pests. installed.!1. upholstery B. Facto uP C. Factory AM/F'M radio with Plitbbench utton�or bucket electronic tuning, D. Full width bench seat, split 60. SAFETY ITEMS: Intermittent electric windshield,wipers; windshield washer(s) . B. installed. B. Dual brakes.tsideFactory LH mirror to be remote control or electric; C. Dual outside mirrors, inside day/night rearview mirror. (4) P195/75R14 or larger radial WSW highway or all tread 70. TIRES & WHEELS: Four s W only if available from the manufacturer) . Factsons sea full wheelecovers. Manufacturer's standard spare. ory S0. CHASSIS, FRAME, CAB: A. Minimum 107.S" wheelbase. factory installed. B. vinyl insert body side molding. 90, CONDITIONS: See General Requirements All Light Vehicles. For use only by full-time undercover investigative positions. *NOTE purchase must be fully justified 54 ('J.sieb/7J to% , c✓ wry w. • _� . ��n,wr . . 070-100-205 (2G) Mms- oMIi4A.-. st roofing in compliance with specification SDRP-3 and (]1) 9902 . Ru p SM-40.00 ARPM-1. gM-DI4 - ORDER CODE C-RP PRXC Manufacturer' Extended Vehicle Warranty (beyond Manufacturer' s Ma Warranty shall be for a period of (12) 9903 . be first (see standard Vehicle Warranty) . whichever 5 years or 70,000 0'S0 70) . Specification EVW / EM-565.00 EM-W5-70 (5YR/75,000M ) ORDER CODE (13) 9904. Manufacturer's Extended Vehicle Warranty (beyond Manufacturer's Warranty shall be for a period of standard Vehicle Warranty) .6 years or 100.000 miles whichever occurs first (see Specification EVW 6/100) . gM=925.00 gM-W 6-100 PRICE ORDER CORE - SPECIAL: interested - The State of Florida is very bide ingpurch PASSIM RESTRAINT restraint T SYSTEMS tems. To the extent of availability purchasing passivepassive restraint devices air bag bid. if more than one device is available, e automatic seat belts, or other available or syate�q• Specify device(s) provide separate prices for each device available. The State of Florida is very interested in the use and RECYCLED MATERIALSequipment and other c�mnodi.tieE�' . encouragingoesible, specify the percentages of the use of recycled materials in of recycled purchasedmpne by the state. To the extent p components that utilize recycled materials and the percentages comp components. basic materials used in these comp is very interested in the The State of Florida ricer for any standard purchase of alternative ti'Je VEHICLES Provide p experimental standard purchase alternate oduction, limited production or production,from the P ss of hicle pecified. available prom the vehicle manufacturer for tdh enclose any sand all available State the production status of the vehicle an literature and information. t justification as to why this option is required. Requires j 25,000 miles per year or more. **For use only on vehicles traveling NOTES' capacity cooling system (EXAMPLE: Ford RPO 624, GM RPO V08, i1. The available)alb caps Y athat willl shall be a system with afar the vehicle�b component(s) that he providefgreatest cooling ability option ome A. imum capacity cooling system offered from t nu combination. urer may include larger capacity or design of the radiator or manufacturer may or any combination of these cooling fan, a transmission oil cooler, components. required to bid the smallest available engine meeting or 2. Bidders are as specified in Sections 10 exceeding the displacement and HP minimums and options. . 58 03/26/93 16:57 EDP UtV 1 Ltt i ue.r i • --- 070-100-205 (2G) ,..: • IRMA-11111011341 WE UNIT ONLY ITEM CONTRACTOR DISCOUNT* MODEL# PRICE Western District NIMNICHT CHEVROLET 0 1WL27 19.346.00(A) Northern District NIMNICHT CHEVROLET 0 J.SJL27 10.306.00(B) Central District ED MORSE CHEVROLET 0 1WL27 10.275,70 (C)** Southern District BD MORSE CHEVROLET 0 1WL27 10,250.70 (D)** MAKE LUMINA VASE UNIT AND SU L UNIT KITH OPTIONS ITEM CONTRACTOR DISCOUNT* MODEL# PRICE Western District NIMNICHT CHEVROLET 0 . 1WL27 10.346,09 (A) Northern District ED MORSE CHEVROLET Q 1WL27 10,315.70 (B)** Central District $D MORSE CHEVROLET 0 1WL27 10.275.70(C)** Southern District ED MORSE CHEVROLET 0 1WL27 10,250.70 (D)** *Discount per unit for vehicle picked up by ordering agency at contractor's place of business. **POWER DOOR LOCKS STANDARD Approximate delivery time required after receipt of order: NC-6 WEEKS EM-6-10WEEKS • 56 • 03/26/93 16:55 ED MORSE O-EV FLtti utri 070-100-205 (2G) MAKE L4INA Option: 070-100-206-Option, Investigative Vehicle, Mid-Size, 2-Door, Spec. 2G (1) *1002 . Gasoline engine, 8-cylinder, minimum 5.0L (302 CID) and 200 Net HP. The following engine, or approved equivalent, is acceptable: Ford: 5.0L (302 CID) , 205 Net HP (EFI) ORDER CODE NJA PRICE N/A (2) 3002 . Limited slip or locking differential on drive axle. State ratio(s) available. N/A RATIO(S) AVAILABLE: ORDER CODE N/A PRICE N/A (3) 4001. Heavy-duty suspension or handling package. ORDER CODE N/A PRICE N/A (4) **5003 . Electronic speed control with resume feature, factory installed. EM-193.50 ORDER CODE K34 PRICE NC-220.00 (5) 7001. Full size spare tire. Must match factory installed tires and wheels. EM-DIi EM-100.00 ORDER CODE NC-7001 PRICE NC-2,,20.00 (6) *8001. Two-tone color, mfr's standard colors, factory painted. EM-AAT COLOR IS RESTRICTED EM-N/C ORDER CODE NC-UPS PRICE NC-400.00 (7) a002. Accent stripes; painted or adhesive stick-on pin stripes along each side of vehicle. -15.00 EM-D12 ORDER CODE N" C=DB1 PRICE NC-29.00 (8) 8003. Exterior decor package, factory installed. State exact components bid. COMPONENTS BID:NC DOQEGUS P S IP EM-EM1003 EM-34.00 ORDER CODE NC-D112 PRICE NC 344.00 (9) 8005. 4-door sedan. Bid 4-door version of base model which meets the same minimum requirements of this specification. '303 .65 EM-1WL69 ORDER CODE NC-L69 _ PRICE _ NC-240.00 (10) 9901. Privacy itt teed glassd on all windows except windshield. May be dealer EM-DI3 EM-45.00 ORDER CODE NC-CTG PRICE NC-45.00 57 03/2bPii lb:DO OM FILIMG u iv r i_u-u an-. . - - -- 070-100-205 1�''_ • (2c) T • • 'iidders must provide the following information'about the vehicle bid, whether Jr not it is a representative model listed in the heading of the specification. BIDS NOT PROVIDING THIS INFORMATION WILL BE REI7ECTED. List all manufacturer's ordering codes required to establish a State of Florida Contract "Basel' Vehicle; ED MORSE CHEVROLET 1WL23 WLAB • LIiO MXO NA5 CMX R9W VK3 C**1 NIMNICHT CHEVROLET 3.WL2 7 MXO OMX C**1 NA5 -WLAB • • 55