HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-143Temp. Reso. # 12282
December 12, 2012
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R- 2013- Z! V__�
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO SELECT, APPROVE
AND AWARD THE PURCHASE OF REPLACEMENT
VEHICLES TO CONTRACTORS UTILIZING COMPETITIVE
PROCUREMENT METHODS AND 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 $567,000 FROM THE APPROPRIATE ACCOUNTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, funds were appropriated in the Adopted Fiscal Year 2013 Budget for
replacement of vehicles and heavy equipment; and
WHEREAS, the timely replacement of City vehicles and 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 vehicles and heavy equipment; and
WHEREAS, approval and award of City -issued competitive bids, if utilized, shall be
subject to City Manager and/or City Commission approval per City of Tamarac Code §6-
145; and
WHEREAS, the Director of Public Services, Director of Financial Services, and
Temp. Reso. # 12282
December 12, 2012
Page 2of4
Purchasing and Contracts Manager have determined that it is in the City's economic
interests to purchase replacement vehicles and equipment as identified in Exhibit "1 ",
attached hereto, utilizing a current agreement available for cooperative purchase including,
but not limited to, State of Florida Agreement, a Florida Sheriff's Association Agreement, or
a Broward County Agreement, whichever is in the best interest of the City; 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
current agreements available for cooperative purchase at the time of purchase including,
but not limited to, agreements awarded by the State of Florida Department of Management
Services, the Florida Sheriff's Association, or Broward County whichever is in the best
interest of City; and
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 vehicles and equipment as identified in Exhibit "1 " be purchased utilizing a
current agreement available for cooperative purchase.
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.
Temp. Reso. # 12282
December 12, 2012
Page 3 of 4
SECTION 2: The appropriate City Officials are authorized to select, approve
and award the purchase of replacement vehicles and equipment utilizing a current
agreement at the time of purchase awarded by the State of Florida, Florida Sheriff's
Association, or Broward County which is in the best interest of the City.
SECTION 3:
Funds totaling $567,000 were appropriated in the Adopted
Fiscal Year 2013 Budget for the purchase of replacement vehicles and equipment as
identified in "Exhibit 1 ", of which, $309,000 was provided for in the Capital Equipment Fund
— General Government, $120,000 in the Stormwater Fund, and $138,000 in the Utilities
Fund for a total appropriation of $567,000 replacement vehicles.
SECTION 4: An expenditure in the amount of $567,000 for said purpose 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 provision of this Resolution or the application thereof to
any person or circumstance is held invalid, such invalidity shall not affect other provisions
or applications of this Resolution that can be given effect without the invalid provision or
application, and to this end the provisions of this Resolution are declared to be severable.
Temp. Reso. # 12282
December 12, 2012
Page 4of4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this
ATTEST:
PATRICIA TEUFE;L, CMC
INTERIM CITY CLERK
HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
OIZ41 1 I'h Z l
SAMUEL S. GORI
CITY ATTORNEY
102- day of
4&'77zx� 2013.
BETH TALA
MAYOR
BIS
RECORD OF COMMISSION VOTE:
MAYOR TALABISCO
DIST 1: COMM. BUSHNE L
DIST 2: V/M GOMEZ
DIST 3: COMM. GLASSE
DIST 4: COMM. %4,40
- d,
Exhibit 1
TR 1 7 7R7
FY13 VEHICLE NEW AND REPLACEMENT / PROJECTED COST
#
UNIT
DESCRIPTION
COST
1
325
1996 Ford F250
$21,000
2
336
2000 Dodge Intrepid
$28,000
3
341
2004 Ford Crown Victoria
$28,000
4
822
2005 Chevrolet Venture Passenger Accessible Van
$50,000
5
2016
1996 Jeep Cherokee
$25,000
6
2018
1996 Ford F250
$26,000
7
2021
1998 Dodge 2500 Extended Cab
$38,1000
8
2026
1999 Chevrolet 3500 14' 3YD Dump Bed
$50,000
9
2029
2000 Sterling SLT750015YD Dump Truck
$120,000
10
2033
2000 Ford Explorer XLS
$28,000
11
478
1993 Ford F250
$21,000
12
4014
1998 Chevrolet S/10
$15,000
13
4018
1999 Chevrolet 3500 14' 3YD Dump Bed
$50,000
14
4024
2000 Dodge 2500 Utility Bed
$26,000
15
4034
2004 Chevrolet 2500 Utility Bed
$26,000
_[Total
$552,000
No Text