Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2019-042 Temp. Reso. #13238 May 22, 2019 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2019 LIZ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF A REPLACEMENT STORMWATER CONSTRUCTION LOADER UTILIZING COMPETITIVE PROCUREMENT METHODS AND CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE AT THE TIME OF PURCHASE, INCLUDING, BUT NOT LIMITED TO, THE AGREEMENT AWARDED BY THE FLORIDA SHERIFF'S ASSOCIATION; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO SELECT, APPROVE AND AWARD THE PURCHASE OF A REPLACEMENT STORMWATER CONSTRUCTION LOADER UTILIZING CURRENT AGREEMENTS AVAILABLE FOR COOPERATIVE PURCHASE AT THE TIME OF PURCHASE IN THE BEST INTEREST OF THE CITY; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $245,366.20 FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, funds were appropriated in the Adopted Fiscal Year 2019 Budget for replacement of a Stormwater Construction Loader; and WHEREAS, the timely replacement of Stormwater Construction Equipment is necessary in order to ensure the effective and efficient delivery of services by City departments; and WHEREAS, City of Tamarac Code, §6-148 allows the Purchasing Officer the authority to waive purchasing procedures and purchase equipment which is the subject of contracts with other governmental agencies; and WHEREAS, it has been proven in the marketplace that formal competitive bids available for cooperative purchase provide the lowest prices as well as the most efficient method for purchasing heavy equipment; and Temp. Reso. #13238 May 22, 2019 Page 2 of 5 WHEREAS, the Director of Public Services, Director of Financial Services, and Purchasing and Contracts Manager have determined that it is in the City's economic interests to purchase replacement equipment as identified in "Exhibit 1", utilizing a current agreement available for cooperative purchase through the Florida Sheriffs Association Agreement copies of the FSA18-VEH16.0 Price List, and detailed quotation are attached hereto as "Exhibit 2"; copies of "Exhibit 1" and "Exhibit" 2 are hereto attached, and the Terms and Conditions for FSA18-VEH16.0 are incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, funds in the amount of $245,366.20 exist in the FY 2019 Adopted Budget and are available in the Stormwater Management Fund; and WHEREAS, it is in the best interest of the City to authorize the appropriate City officials to select, approve, and award the most cost-effective procurement method utilizing competitive procurement methods and current agreements available for cooperative purchase at the time of purchase including, but not limited to, the agreement awarded by the Florida Sheriffs Association for the replacement of Stormwater Construction Equipment at a cost not to exceed $245,366.20; and "The remainder of this page is left blank intentionally" Temp. Reso. #13238 May 22, 2019 Page 3 of 5 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that the appropriate City Officials be authorized to select, approve and award the cost-effective choice for replacement equipment as identified in "Exhibit 1" be purchased utilizing a competitive procurement method and current agreement available for cooperative purchase, including but not limited to, the Agreement awarded by the Florida Sheriffs Association for the replacement of Stormwater Construction Equipment at a cost not to exceed $245,366.20. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS"clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission of the City of Tamarac HEREBY authorizes the purchase of replacement Stormwater Construction Equipment utilizing competitive procurement methods and current agreements available or cooperative purchase, at the time of purchase, including, the Agreement awarded by the Florida Sheriffs Association; authorizing an expenditure in an amount not to exceed $245,366.20 from the appropriate account for said equipment. The appropriate City Officials are further authorized to execute all appropriate agreements and do all things necessary to effectuate this Resolution. Temp Reso. #13238 May 22, 2019 Page 4 of 5 SECTION 3: Funds totaling $245,366.20 were appropriated in the Adopted Fiscal Year 2019 Budget for the purchase of replacement Stormwater Construction Equipment as identified in "Exhibit 1", attached hereto. SECTION 4: An expenditure in the amount of $245,366.20 is HEREBY authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. "The remainder of this page is left blank intentionally" Temp. Reso. #13238 May 22, 2019 Page 5 of 5 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this ,2a day of 2019. /4.- 4,./„(..r ijr-2,i,„' MICHE LE J. GOMEZ , MAYOR ATTEST: PATRICIA TEUFE C C CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ c DIST 1: COMM. BOLTON c DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN - - DIST 4: V/M PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM 4$ ,44- lita,61,, ,,r, , 11_.. SA rd UEL S. GORE CITY ATTORNEY v Cit of Tamarac 1IT y EXHIBIT 3238 1 1 FY19 Stormwater Construction Equipment Replacement Worksheet; Temporary Resolution No. 13238- May 22, 2019 Stormwater 410-5050-538-6405 Project no. N/A Dept/Acct FY19 Proposed Unit Year/Make/Model Project no. Amount Repl.Year/Make/Model Projected cost 1 2031 2000 John Deere 644H Loader Public Services $245,366 2019 John Deere 644H $245,366 Loader $245,366 FISCAL YEAR 2019 STORMWATER CONSTRUCTION EQUIPMENT REPLACEMENT Fund/Account No. Fund Name/Description Project No. FY 19 Projected Cost FY 19 Available Funds 410-5050-538.64-05 Stormwater Fund-Capital Equip N/A $ 245,366.20 $ 245,366.20 FY 19 Total Vehicle Replacement Budget $ 245,366.20 $ 245,366.20 TR 13238-EXHIBIT 2 ;,vim. .:ax v , FA . Niglio 0 FLORIDA AssocIATto\OF I fo.G, COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone Base Unit Price 3.0 CU YD WHEEL LOADER(Z-BAR LINKAGE BUCKET-PARALLEL ARM OPTION)(Specification#33) Trekker Tractor 2019 Case 621G Western $134,566.00 2019 Case 621G Western --NB-- Trekker Tractor 2019 Case 621G Northern $128,159.00 2019 Case 621G Northern --NB-- Trekker Tractor 2019 Case 621G Central $128,159.00 2019 Case 621G Central --NB-- Trekker Tractor 2019 Case 621G Southern $128,159.00 2019 Case 621G Southern -- Ring Power Corporation 2019 Caterpillar 926 M Western $139,837.00 2019 Caterpillar 926 M Western -- Ring Power Corporation 2019 Caterpillar 926 M Northern $139,837.00 2019 Caterpillar 926 M Northern -- Ring Power Corporation 2019 Caterpillar 926 M Central $139,837.00 2019 Caterpillar 926 M Central -- Kelly Tractor Co 2019 Caterpillar 926 M Southern $134,973.00 2019 Caterpillar 926 M Southern -- Doosan 2019 Doosan DL220-5 Western $135,072.86 2019 Doosan DL220-5 Western --NB-- Doosan 2019 Doosan DL220-5 Northern $135,072.86 2019 Doosan DL220-5 Northern -- Doosan 2019 Doosan DL220-5 Central $135,072.86 2019 Doosan DL220-5 Central -- Doosan 2019 Doosan DL220-5 Southern $135,072.86 2019 Doosan DL220-5 Southern -- Doosan 2019 Doosan DL280-5 Western $158,489.00 2019 Doosan DL280-5 Western --NB-- Doosan 2019 Doosan DL280-5 Northern $158,489.00 TR 13238-EXHIBIT 2 2019 Doosan DL280-5 Northern --NB-- Doosan 2019 Doosan DL280-5 Central $158,489.00 2019 Doosan DL280-5 Central --NB-- Doosan 2019 Doosan DL280-5 Southern $158,489.00 2019 Doosan DL280-5 Southern --NB-- Great Southern Equipment 2019 Hitachi ZW180 Western $149,225.00 2019 Hitachi ZW180 Western -- Great Southern Equipment 2019 Hitachi ZW180 Northern $149,225.00 2019 Hitachi ZW180 Northern -- Great Southern Equipment 2019 Hitachi ZW180 Central $149,225.00 2019 Hitachi ZW180 Central -- Great Southern Equipment 2019 Hitachi ZW180 Southern $149,225.00 2019 Hitachi ZW180 Southern -- Dobbs Equipment LLC 2019 John Deere 524L Western $124,585.00 2019 John Deere 524L Western -- Dobbs Equipment LLC 2019 John Deere 524L Northern $124,585.00 2019 John Deere 524L Northern --NB-- Dobbs Equipment LLC 2019 John Deere 524L Central $124,585.00 2019 John Deere 524L Central -- Dobbs Equipment LLC 2019 John Deere 524L Southern $124,585.00 2019 John Deere 524L Southern --NB-- Cowin Equipment 2019 Volvo L6OH *Western $119,479.00 2019 Volvo L6OH Western -- Flagler ConstructionEquipment 2019 Volvo L6OH *Northern $120,000.00 2019 Volvo L6OH Northern -- Flagler ConstructionEquipment 2019 Volvo L6OH *Central $120,000.00 2019 Volvo L6OH Central -- Flagler ConstructionEquipment 2019 Volvo L6OH *Southern $120,000.00 2019 Volvo L6OH Southern -- TR 13238-EXHIBIT 2 7%Vu _G FA A FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 3.0 CU YD WHEEL LOADER (Z-BAR LINKAGE BUCKET - PARALLEL ARM OPTION) SPECIFICATION #33 2019 John Deere 524L The John Deere 524L purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $124,585.00 $124,585.00 $124,585.00 $124,585.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles,we realize equipment needs and preferences are going to vary from agency to agency.In an effort to incorporate flexibility into our program,we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s)you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s)you wish to order. NOTE:An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order.Additional add/delete options other than those listed here may be available through the dealers,however,those listed here must be honored by the dealers in your zone at the stated prices. TR 13238-EXHIBIT 2 VEHICLE: 524L DEALER: Dobbs Equipment LLC Dobbs Equipment LLC Dobbs Equipment LLC Dobbs Equipment LLC ZONE: Western Northern Central Southern BASE PRICE: $124,585.00 $124,585.00 $124,585.00 $124,585.00 Order Code Delete Options All Zones JD 444K 1 Downgrade model-specify i $3,160.001.. Downgrade to John Deere model 444K loader. 1 Downgrade model-specify NA Downgrade model-specify NA Downgrade model-specify NA Delete cab and A/C NA Optional equipment delete-specify NA Optional equipment delete-specify NA Non-Specified Optional equipment delete-specify NA1 Option Discount Option:A discount of 20%off manufacturers current published list price(MSRP)will be applied to all Discount non-specified factory options. This discount would apply to both base units,and optional models. 1 20% 1 Order Code Add Options All Zones JD 644K 1 Upgrade to minimum 180 hp 4.0 cu.yd.wheel loader with/23.5R25 LD radial tires S96,215.001) Upgrade to John Deere model 644K,4.0 cubic yard loader,equipped with 23.5R25 L3 radial tires. 1 JD 544L 1 Model upgrade-specify $17,565.001 Upgrade to John Deere model 544E loader. 1 JD 624L 1 Model upgrade-specify $34,405.001 Upgrade to John Deere model 624L loader. 1 JD 644K HY 1 Model upgrade-specify $114,215.001 Upgrade to John Deere model 644K Hybrid loader. 1 JD 544L WH t Model upgrade-specify $26,610.001 Upgrade to John Deere 544L Waste Handler loader,less bucket. 1 500RBL 1 Model upgrade-specify $14,294.001 Refuse bucket,5.0 cubic yard,for use on John Deere 544L Waste Handler loader. I 1520 1 Model upgrade-specify $1,285.001 Reversing fan drive. 1 4423 1 20.5R25 Radial L3 tires $3,705.001 20.5 x 25 L3 radial tires. 1 2432 1 Third spool valve/control lever $1,899.001) Add third function auxiliary hydraulics with lever. 1 8559 1 Manual quick hitch coupler system $3,999.001 Add manual coupler system to John Deere 444,524,544 model loaders 1 8560-1 1 Hydraulic quick hitch coupler system $4,238.001 Hydraulic quick coupler,for use on John Deere 444,524 and 544 model loaders. t Air ride seat Std 9106 1 AM/FM weather band radio $483.001 AM/FM/WB radio. 1 TR 13238-EXHIBIT 2 VEHICLE: 524L DEALER: Dobbs Equipment LLC Dobbs Equipment LLC Dobbs Equipment LLC Dobbs Equipment LLC ZONE: Western Northern Central Southern BASE PRICE: $124,585.00 $124,585.00 $124,585.00 $124,585.00 Parallel arm "Tool Carrier"system iNA No spin 3 Stdi Differential lock is standard equipment. 1 Limited slip NAl Differential lock is standard equipment. I 8560-2 1 Multi-purpose attachments-specify $6,516.001 Hydraulic quick coupler,for use on John Deere 624 and 644 model loaders. 1 5760/5890 1 Multi-purpose attachments-specify $4,812.001 Forks, 60"x 72",for use with quick couplers on John Deere 444,524,544 and 624 model loaders. I QC300SR 1 Multi-purpose attachments-specify $10,175.001 Stacking rake with quick attach,for use on John Deere 444,524 and 544 model loaders. 1 QC275MP 1 Multi-purpose attachments-specify $15,940.001. Multi-Purpose 2.75 cubic yard bucket,for use with quick attach coupler on John Deere model 524 and 544 loaders. 1 Non-Specified Multi-purpose attachments-specify NAl Option Discount Option:A discount of 20%off manufacturers current published list price(MSRP)will be applied to all non-specified factory options. This discount would apply to both base units,and optional models. 1 Discount 1 20% 1 1520 1 Optional equipment-specify $1,285.001 Reversing fan drive. 1 2510-1 1 Optional equipment-specify $2,910.001 Ride control,for use on John Deere 444,524,544 and 624 model loaders. 1 2510-2 1 Optional equipment-specify $3,473.001 Ride control,for use on John Deere model 644 loaders. 1 7140 1 Optional equipment-specify $1,295.001 Premium LED work light and tail light package. 1 9045 1 Optional equipment-specify $573.001 Quick fluid service drains. 1 9065 1 Optional equipment-specify $1,649.001 Axle coolers. 9130 1 Optional equipment-specify $3,523.001 Rear camera and radar detection system. 1 9420/9430 1 Optional equipment-specify $1,468.001 Transmission and bottom guards,for use on John Deere 444,524,544 and 624 model loaders. 1 9410 1 Optional equipment-specify $1,999.001 Transmission and bottom guards for use on John Deere 644 loader. 1 AT301703 1 Optional equipment-specify $369.001 Amber strobe light. 1 AT407942 Optional equipment-specify $2,303.001 Front window screens 1 96X72 1 Optional equipment-specify $7,055.001 Add set of 96"x 72"forks to John Deere 444,524,544 or 624 model loaders 1 Optional equipment-specify NA TR 13238-EXHIBIT 2 VEHICLE: 524L DEALER: Dobbs Equipment LLC Dobbs Equipment LLC Dobbs Equipment LLC Dobbs Equipment LLC ZONE: Western Northern Central Southern BASE PRICE: $124,585.00 $124,585.00 $124,585.00 $124,585.00 Optional equipment-specify NA i; Non-Specified Optional equipment-specify NA': Option Discount Option:A discount of 20%off manufacturers current published list price(MSRP)will be applied to all non-specified factory options. This discount would apply to both base units,and optional models. 1 Discount 20% Temporary tag NA Transfer existing registration(must provide tag number) NA New state tag(specify state,county,city,sheriff,etc.) NA Maintenance Plan-specify NAl Please contact your dealer for a quote. 1 Maintenance Plan-specify NA1 Please contact your dealer for a quote. 1 Warranty-specify NA1 Please contact your dealer for a quote. 1 Warranty-specify NA1 Please contact your dealer for a quote. 1 TR 13238-EXHIBIT 2 DOBBS EQUIPMENT A John Deere Dealer FLORIDA SHERIFFS ASSOCIATION FLORIDA ASSOCIATION OF COUNTIES 2018-19 Contract for Vehicles and Equipment Contract Number FSA18-VEH16.0 Spec#33 3.0 Yard Wheel Loader John Deere 644K Loader Quick Coupler 4.25 Bucket, Forks and Grapple Bucket February 14, 2019 Quote For: City of Tamarac Base Unit: One (1) Deere 524L Loader with: $124,585.00 8419 Cab with A/C and Heat 4313 20.5X25 12PR Bias Tires 3046 Axles, Standard Rear, Manual Hyd Diff Lock Front Stated Options from Contract: JD 644K Upgrade to John Deere 644K 4.25 Yard loader with 23.5 radials 96,215.00 Reversing Fan Drive with Centrifugal Pre-Cleaner Single Lever bucket Control, 2 function JD Link Ultimate GPS Telematics with 5 Year Free Monitoring Cloth Seat with Air Suspension Radio, AM/FM/WB Ride Control Outside Mirrors/Rear View Mirror Rear Camera Only Bottom and Transmission Guards Hydraulic Quick Coupler 4.25 Yard QC Bucket with Bolt on Edge Single Beacon Bracket with Amber Strobe Beacon 2432 Third Function Auxilary Hydraulics with Control Lever for front 1,899.00 Non-Specified Options Less 20% Discount From List: 600GB400 JRB Grapple Bucket 4.0 yd $19,590.00 600CU6072M Forks 60"wide x 72"tines 8,744.00 Total Non-Specified Options List Price $28,334.00 Less 20% Stated Discount ( 5,666.80) Total Non-Specified Options 22,667.20 Total Price FOB City of Tamarac $245,366.20 MADE IN TIIC U.S.A. Greg Dudek, Governmental Sales Manager 3933 Martin Luther King Jr West Palm Beach, FL 33404 Cell Phone(239)-470-0822 Fax(561) 848-7099 TR 13238-EXHIBIT 2 DOBBS EQUIPMENT Standard John Deere Warranty is 12 months/unlimited hours This FSA Quote is Valid Through September 30 2019-purchase order must be received by this date Greg Dudek, Governmental Sales Manager 3933 Martin Luther King Jr West Palm Beach, FL 33404 Cell Phone (239)-470-0822 Fax(561) 848-7099