Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5676 GOLF CARSFEB-UB-02 FRI 01:39 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P. 07/07 7.0 BID PROPOSAL (Bid #5676) 7.1 MAKE Csi� _MODEL Cs-16A Gees YEAR 7.2 PRICING 72.1 BASE PRICE PER UNIT $ - 0170 00 (as specified) 7.2.2 BASE PRICE FOR EIGHTEEN (18) UNITS $ " ' l' ^ co 7.2.3 TRADE-IN FOR FIFTEEN (15) UNITS $ 'rL 2. 4 i s4'I T $ 7.2.4 WE PRICE LESS TRADE-IN 7.2-5 YEAR 2007 Guaranteed buy back, per car Buy back amount must not be tied to any future golf cart purchase. Bid will be awarded to the lowest net cost calculated using Base Price minus Trade -In. 7.3 At the option of the City additioni purchases may be made from this bid for up to two years following the initial award. Planned purchases include 13 new golf carts at City Park Nine in 2003 (12 trade-ins) and about 17 new golf carts for SouthRidge in 2004 (17 trade-ins). Trade-in terns for these purchases shall be as specified in this bid. Golf cart base price changes must be negotiated by and agreed to by both parties. Notwithstanding the above, the City may elect to solicit separate bids for the additional golf carts. 8.0 FREIGHT TERMS 8-1 FOB destination, freight prepaid. All freight charges must be Included in base price. 9.0 DELIVERY 9.1 Delivery will occur _ .3Q days after proper noifiication of bid award. 10.0 VENDORS STATEMENT 10.1 1 have read and fully understand all the conditions, specifications, and special Instructions herein set forth above. I hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. Y Lj4ek Go%f, t aw GO Company Name _ Auth d Sign ure q;ZS M 1541at Cw-- NE— N ►'�S Address (Street, City, State, AP) 6 1 Tltie 211d/o;�j %00-06-�yg7 Date T Telephone Number FtH-Ub-2 FRI 01:39 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P. 05/07 6.0 Specifications GENERAL: The following specifications describe gasoline -powered Of carts to be purO=W and used by the City of Fort Collins Golf Division. All bids must include complete and up-to-date manufacturer's specifications. Meets Specifications? (check applicable space) Yes No 6.1 QUANTITY: 6.2 TYPE: 6.3 ENGINE: 6.4 TRANSMISSION: 6.5 BRAKES: 6.6 PARKING BRAKE: 6.7 SUSPENSION: 6.8 STEERING: [x�d;7_1 �IFTdi 6.10 BUMPERS: 6.11 BODY. 6.12 TIRES: 18 cars ,& _ New, four wheel, gasoline X _ powered. Only bids for to makes and models listed in Section 1.1 will be considered. 8.5hp minimum, 285 CC, 4-cycle air cooled, automotive type oil system w/oil filter or approved fitering system, low oil pressure light, RPM limiter, remote air intake w/thre"tage air filter or approved system. Noise level shall not exceed 70 dba at 25 Feet, 6.0 gallon fuel tank. Engine to be lowest HC emission available for the model bid. Automatic. Dual rear drum or disc brakes, self adjusting. Foot or hand operated for parking on slopes - Heavy -duty springs - from and rear. Heavy-duty, shocks - front and rear. Automotive -type with set&adjusting rack and pinion and automotive -type steering wheel, or approved equal. Turning radius not to exceed 19 feet. Aircraft -type aluminum chassis frame, or approved equal. Front and rear bumper protection_ Bumpers must protrude far enough out to protect body and tires. Rear bumper must have rubber cover or other acceptable spike protection. Urethane, Fiberglass, or Armor -flex, metal bodies are unacceptable. 8.50 x 8, 4-ply rated, power rib. F1 -V— .)L _ Y — FEB-08-02 FRI 01:39 PM CITY/FT COLLINS, PURCNAS FAX NO. 970 2216707 P.06/07 6.13 COVER: 6.14 COLOR: 6.15 SEAT: 6.16 BAG RACK: 5.17 SPIKE PROTECTION: 5.18 ACCESSORIES: Canopy or sun roof top. White or beige Individual or bench -type seags) Large enough to accommodate two oversized golf bags. Spike -proof dash, floor covering, and pedals. - Minimum of 2 drink holders - Scorecard holders - Storage area for golf balls or small personal items - Back-up warning alarm - Any and all other accessories advertised as standard by manufacturer - Sweater basket - Three (3) number decals -Two (2) sand bottle divot repair kits, behind the seats of each cart 6.19 WARRANTY: Warranty is to be a full four (4) Years, commencing from date of delivery. Warranty shaft cover defecwe components and workmanship, and shall cover all parts and labor associated with any defects. All warranty work is to be performed at the SouthRidge or City Park Nine Goff Course Shop, as appropriate. 6.20 DELIVERY: Bid price shall include delivery of golf carts Prior to May 1, 2002. Cars shall be delivered in ready -to -operate condition. 6.21 ORDERING: Awarded vendor will be promptly notified. 6.22 BUYBACK: Bid proposal must include a guaranteed bury back amount per car, as set forth In Section 7.0, Bid Proposal. The buy back must not be tied to any future golf cart purchase. Cars covered by the buy back provision and returned to the selling dealer under that provision shall be in good repair and shall not have been abused, subject to the normal wear and tear related to the cars use on a golf course for their designed purpose. 0 rttl-ui w rXl 111:38 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P, 03/07 CITY OF FORT COLLINS GOLF CARTS BID PROPOSAL BID # 5676 BID OPENING: February 26, 2002, 2:30pm, (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS REQUIREMENTS FOR GOLF CARTS, WHICH HAVE BEEN EVALUATED AND JUDGED ACCEPTABLE TO THE GOLF DIVISION, as specified below: 1.0 SCOPE 1.1 The City of Fort Collins is soliciting bids for the purchase of. Eighteen (18) 2002 Model Golf Carts For the purposes of this bid, the following golf carts have been Judged to be acceptable to the Golf Division: 2002 Club Car DS Gasoline with top, 2002 Yamaha G16A Gasoline with top, and the 2002 FZ-GO TXT Gasoline with top. Pricing (Part 7.2) shall include a trade-in allowance for fifteen (15) golf carts. The cars are located at SouthRidge Golf Course, 6090 S. Lemay Ave, Fort Collins. it is the responsibility of the bidder to arrange to inspect these cars, which will be traded in on a where -is, as4s basis. Inspections may be arranged by contacting Randy Bonneville, 970-2234604. 12 Should the manufacturers current published data or specifications exceed the Citys specifications, they shall be considered minimum and furnished. 2.0 BID CLARIFICATION 2.1 Clarification regarding these specifications shag be obtained from the Director of Purchasing and Risk Management prior to the time and date of the Bid Opening. Any changes to these specifications will be made by an addendum issued by the Director. 3.0 DELIVERY 3.1 The date of delivery is an essential element of this proposal. Delivery of equipment shall be made to: SouthRidge Golf Course (15 cars) 6090 S. Lemay Avenue Fort Collins, CO 80525 Randy Bonneville 970-223-6604 City Park Nine Golf Course (3 cars) 411 S. Bryan Ave Fort Collins, CO 80521 Dave Sadler 970-221-6653 3 FE8-08-02 FRI 01:38 PM CITY/FT COLLINS, PURCHAS FAX NO, 970 2216707 P,04/07 3.2 The word "delivery', as used in this specification, encompasses delivery of the actual equipment, as specified, complete with all necessary papers such as Manufacturer's Statement of Origin, application for title, invoice, warranty, shop, operator's and technical manuals, parts books, etc., as applicable. 3.3 AN equipment must be completely washed and serviced in accordance with standard new equipment "make ready", and the manufacturers specifications and be ready for delivery in drive away condition. 3.4 All units to be new and of the manufacturer's latest model in production at the time of delivery and standard equipped, unless otherwise specified. Time is of the essence. The City shall be kept advised of any anticipated delay in delivery. In the event the successful bidder, hereinafter referred to as the Contractor, fails to properly perform delivery as specified above, within the specified time limit set forth by the Contractor in his bid proposal, the City shall sustain damages in an amount difficult to ascertain. Accordingly, after due allowance for any time extensions which are agreed by the City to be due to conditions beyond the Bidders control, the Contractor shall be liable to the City, in the amount of Ten (11i10) dollars for each undelivered unit, as liquidated damages, and not as a penalty, for each and every calendar day that delivery is delayed. Additionally, no payment shall be made by the City for any delivery of specified equipment until all aspects of the contract have been fulfilled, unless prearranged and approved jointly by the Director of Purchasing and Risk Management and the Operations Services Director. 4.0 WARRANTY 4.1 The manufacturer shall unconditionally warrant the entire vehicle and all component parts, but not accessory equipment, for a warranty period of specified usage that is.currenily being offered in open trade for that vehicle at the time of delivery. Additionally, the Contractor shoo furnish the City a fully priced copy (parts and labor) of any warranty or commercial cost repair order which originates in his repair facility, subsequent to delivery, during the warranty period. No charge for service calls, travel time, travel expenses, mileage, or per them will be allowed by the City in connection with the performance of any warranty repairs. 5.0 DEALER IDENTIFICATION 5.1 No dealer identification will be allowed on any vehicle sold to the City of Fort Collins.