Loading...
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