Loading...
1984-26 Bid Award to Coastal Ford Truck Sales, Inc. RESOLUTION N0. 26-84 A RESOLUTION OF THE VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA, ACCEPTING THE BID OF COASTAL FORD TRUCK SALES, INC., FT. LAUDERDALE, FL, FOR ONE PACKER TRUCK IN THE AMOUNT OF $39,675.20, FROM ACCOUNT NO. 33-534-64.10 (SOLID WASTE). BE IT RESOLVED BY THE VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA: Section 1. The bid of Coastal Ford Truck Sales, Inc., copy of which is attached to this Resolution, is hereby accepted by the Yillage of North Palm Beach in accordance with its terms. The appropriate Village officials are hereby directed to advise said bidder of this acceptance. The monies are. to be expended from Account No. 33-534-64.10 (Solid Waste). Section 2. This Resolution shall take effect immediately upon 1 passage. PASSED AND ADOPTED THIS 24th. DAY OF MAY, 1984.. ATTEST: ~~~~/Qs; C)aL age 1 TRADE-IN VEHICLES All bidders must state in the space provided below, the dealer's full ,trade-in value, which amount may be deducted from his price at the option of the Village of North Palm Beach, Florida. The Village of North Palm Beach reserves the right to buy back from the dealer, at the quoted trade-in value, any of the vehicles listed in this section. All trade-ins as is date of bid. 1975 International, Model 18106 cab and chassis with City Tank Co. Loadmaster 20 yard packer body mounted. Truck n12. 2. 1975 International Model City Tank Co. Loadmaster Truck x"13. 18106 cab and Chassis with 20 yard packer body mounted. Total Trade-In To see these-trade-ins, contact Mike Keith, 626-0212. S -5100. a-~ s y~o. ~-v $__ ~~ o0 _12_ PROPOSAL TO TtfE VILLAGE OF NORTH PALM BEACtI FLORIDA Gentlemen: The undersigned, as bidder, does declare that no other person other than the bidder herein named ha s. any Interest in this proposal or in the contract to be taken, and that it is made without any connection with eny other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. . The undersigned further declares that he has carefully examinee the specifica- tions and is thoroughly familiar with its provisions and with the quality, type end grade of material called for. The undersigned further declares that he proposes to furnish the articles called for wtthln specified time set in this proposal for the following price, and guarantees that parts and service for the articles listed below are avalleble wtthln the State 'of Florida, to wit: ' DATEc;- May 2, 19s4 .1 ~:. ITEM NO 1" SPECIFICATION "A" TWENTY (20)'CUBIC YARD PACKER BODY - LESS TRADE INS Manufacturer -Pak Mor ' ~ , Model No. 'a-i2o ' Delivery Time lso nays - One each E rrx~ Trade-In (Less) S Net Total with Trade-In E ~~ ITEM N0. 2 SPECIFIC~TiJi; '~. 32000 ='GViiP CA3 S CNASSIS ONLY ~ ~ One each $ 2s,37s.2o Manufacturer Ford t•tod ~ 1 C-800 Delivery Time 150 nays 1 TE?•1 Np. 3 SPECIFICATION "C" SPECIFICATION A PLUS B One each 5 39,587.20 Less Trade-In (2) S eoo.oo -:NET; TOTAL f ,-38,787;:20 , r,.._;;., , tz PROPOSAL TO TF1E VILLAGE OF NORTH PALM BEAtti FLORIDA Gentlemen: The undersigned, as bidder, does declare that no other person other than the bidder herein named has-any interest in this proposal or in the•contracf to be taken. and that it is made without arty connection with any other person or persons making proposal for the same article, and is in all. respects fair and without collusion or fraud. The undersigned further declares that he has carefully examined the specifica- tions and is thoroughly familiar with Its provisions and with the quality, type and grade of material called for. The undersigned further declares that he proposes to furnish the articles celled for within specified time set in this proposal for the following price, and guarantees that parts and service for the articles listed below are available within the State 'of Florida, to wit: ppTE• May 2, 1984 ITEM N0. 1 SPECIFICATION "A" TWENTY (20)'GUBIC YARD PACKER BODY Manufacturer Pak Mor ~ Model No. x.),zo"Lv" Delivery Time 15o Days ITEM N0. 2 - One each $ ~c}-w.Q Trade-In (Less) $~ Net Total. with Trade-In $ ~~~ SPECIFICA?ION "B" 32000 kGVWR CAB & CHASSIS ONLY • / 25,375.20 One each $ Manufacturer Ford Model C-boo Delivery Time 15e Days I TEhi N0. 3 SPECIFICATION "C" SPECIFICATION A PLUS B One each $ _4o a75.zo Less Trade-In (2) $_ ann_nn NET, TOTAL $ _s9',5~s.zo 13 PROPOSAL TO THE VILLAGE OF NORTH PALM BEACH, FLORIDA (Con'td.) REMARKS/EXCEPTIONS: Officers of Corporation or Members of Partnership: NAME ~ TITLE ADDRESS J.W. Tracy President Ft. Lauderdale, FL Bob Borg Vice President Detroit, MI J.E. Schmidt Secretary/Treasurer -' ` - Ft. Lauderdale, FL -:) ~ <' r ij.Sl Y • { ~ . =LP 4• . • i, e ~~~~i~ ` FIRM Coastal- Ford ~ Tctta'lesY {I nc;~,r4,Tr.:,: cam-corporation D~artners p i n v d~ '~+ ,x,<, SIGNED TI WITNESSES: .~~~~r, ~- - - 24 ADDRESS: Coastal Ford Truck Sales, Inc. 2565 State Road 89 Ft. Lauderdale, FL 33312 ,;,. .. THE VILLAGE OF North Palm Beach PUBLIC SERVICES DEPARTMENT 6!5 PROSPERITY FARMS ROA!1 . NORTH PALM BEACH, FLORIDA 331QB . SOS-626-021p April 4, 1984 ADDCNDWM'Np, 1 To sealed bids for 2Q cubl.c yard Packer Body and Cab d Chassis ..to ed at 3 'p.m., May 2, 1984 ~,,, ~ 1 ~Pag_e,9 ~;.Spectfication A. PacBer'Body . s ., ; k. ;. 'Container lift. fletl Mfg:'~Co~`part"number is 4-25~~T492."'`` 2. Page 11 - Spectfication B. Cab and Chassis Add pert item 24. Provide auxiliary oil cooler for allisom; .: automatic._transmission.' , :-+ ~ i~ . ~ NOTE: Copy~of this addendum to be su&nttted with bidder's proposal properly filled out. ,. .. ADDENDUMNl Received' ' (~jJ~ ~ ~.~•, • 1984 firm _1:~.51%J.~ ~J~D /~uN~~~-a~~PS By ~ . ' ,.. , ~. ,,,, . . ~f.: zg I ek a f. .,it:'t ~:; i1 -,. <'~\ ='~:.'. Vn1k'. ~ ~ ~. a. y ,. {;;. . ;;: Mir Ir' n fl .' ~ ~~'~~ K ~ ~ ~ ry{ ..r:r ,;;€' ~K R200 Series SPECIFICATI0;7S Rear Loader Refclse Collection Packer ~_J Scope It is the intent of this Specification to describe a hydraul;cally powered packer body with the following minimum requirements considered necessary to perform the work assignee The packer body will be the product of a manufacturer actively engaged in the production of rear loading refuse collection equipment and will embody their latest improvements in design and construction. Bidder must indicate compliance in writing at-each category to be considered for accepts: or state exception. I. BODY A. MA10;: B. MODELt C. CAPACITY: The Rear Loader Refuse Collection Packer will have a m n mum capacity of cubic yards. (Does not include tailgate hopper). D. CONSTRUCTION:. i 1. Sides: 11 ga. high strength steel. SU~~1AO ~PJ/ 2. Tom: 11 ga. high strength steel. ,fY,gid A`P3/ 3, Bottom: 10 ga. high strength steel, reinforced with 5?JCt77~.f/ wormed members to prevent deformation. Floor to have longitudinal recess approx. 33" wide and 10" deep. 4. Welding: All external welds will be continuous II, TAILGATE A. DIMENSIONS: 1. Width: The rear loading hopper will be no less than 80" wide. 2. H ~ t: A vertical opening of not less than 60", 3. Loading Hopper Capacity: Will have a T.3.G..4. hopper capacity rating of not less than 2.9 cubic yards without the use of hopper build-up or extension and caill remain stationary at all times. State exact rating. 4, Loading Height: The loading i:eight of the rear hopper will be a minimum of 3" below chassis frame. B. CONSTRUCTION: 1. Side Walls: The tailgate side walls will be constructed of 3/16" plate steel and will be supported by formed members to prevent deformation. 2. Tailgate: Tailgate will be constructed in two sections with upper section being hinged to provide access to all moving parts within tailgate. 3. Bottom: Tailgate bottom will be constructed of 1/4" high . strength steel plate reinforced w_th 3" rolled channels. TO BE COMPLETED BY BID _ll.~ . r/ i it 4 r! ~~ rr 11 rr 4. Track: The packer guide track will be constructed of ~~ x 3" square tubing reinforced with 1/4" x 3" special quality steel wear strip. C. PACKING lBCHANISM1I: 3. 4 III. CONTROLS 2. Construction: a. ac er Plate: The packer assembly is pivoted on large ear gs and mounted on a rigid slide to insure precise in the tailgate and outside of the interior or e p ~~ I area of the body. ~ - 1. Type; Hydraulic ' s. The packer will be actuated by two pair of S" I.D. double- acting cylinders, exerting over 70,000 lbs, of force, located th com action movement. Tha packer plate is constructed of forme ~~ plate boxed for additional strength. I Tail ate Lifts: Tailgate will be raised by two 3 I/2" I.D. ~~ cyl n ers to clear ejection of refuse. other: a. Compaction cycle will be manual split-cycle and will stop approx. 6" above hopper edge before being manually re-actuated to pass thru. b. A platform constructed of heavy duty expanded, non-skid metal, on each rear corner of tailgate will be provided. c: Hand rail will be provided at rear of tailgate. d. Buzzer system will be provided at rear to signal driver in chassis cab. ~~ :/, A. PACKER PLATE: 1. 2. 3. Type: Controls will be of the positive lever type. split- ~~ cycle, manually actuated and automatically terminated. Location: Curbside. n ne acceleration: Remote controlled solenoid to auto- matical y accelerate engine to operating RPM will be provided. Diesel engines must be equipped with full variable speed governors '~ for proper remote control of engine speed. -- B. EJECTION PANEL AND TAILGATE: 1. TYpe: Controls will be positive type, manually actuated. 2. Location: Located on front lefthand corner of body. 3. D1an~throttle control will also be provided with these co::tro15. IV. EJECTION PANEL n ,' it A. T e: ~. H draulic: An ejection panel will travel entire length of body an will be powered by only one angularly disposed, double- acting cylinder. There will be no structure to extend beyond ~-~ face of ejection panel. Ejection panel will be mounted on ~~ eight rollers riding in 5" structural vanadium-SO I-Beams. ~ .PaYe' - er es ea B. CONSTRUCTION: ~~plate and formed sheet with 10 ga, box sections for + . _ __ additional support. ;STAR//>AO~ V. HYDRAULIC SYSTEM A. PUMP: Hydraulic pump will have an output of 28 GPM @ 1800 RPM ~~ and 2000 PSI. B. HOSES: All pressure hoses shall have 4 to 1 burst to working ~ pressure ratio. ~ ~ C. RESERVOIR: The hydraulic reservoir will have a capacity of 40 gal. w:- e-F n filled to sight plug and will have r 1. Shut-off valve on suction. 2. Inline filter on return. 3. Filler breather. 4. Magnetic tank txap. S. Sight gauge to determine level of oil. VI. PAINT: Body is to be painted: A. COLOR: B. TYPE• ,'VII. LIGHTING ~ _. Clearance lights and reflectors to be furnished and installed in accordance with Motor Vehicle Safety Standard M108. VIII. BIDDER 1VILL QUOTE: A. NET PRICE F.O.B. ORIGIN: _ B. NET PRICE F.0.8. DESTINATION: IX. DELI~BRY Installation will be completed and delivery made within of truck chassis: X. LITERATURE ~i ,~ ~i ~i ,r ~/!/~~JlE,G, I! -~~ S S ~ days after receipt Descriptive literature of item offered will accompany bid, and becomes a part thereo:l XI. WARRANTY Any guarantee or warranty offered will be attached to the bid and become a part of ai contract entered into. Shall be in compliance with A.N.S.I. 2245.1 - 1975. The City of reserves the right to reject'anq and all bids o to accept that eemed most a vantageous.