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