Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (81)1 1 Temp Reso # 9667 January 25 2002 Page 1 of 4 Rev #1 Feb 22 2002 Rev #2 March 12 2002 CITY OF TAMARAC FLORIDA RESOLUTION NO R 2002 081 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO WAIVE PURCHASING PROCEDURES AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ISSUE A PURCHASE ORDER TO MOHAWK RESOURCES LTD TO PURCHASE A HEAVY DUTY VEHICLE LIFT UTILIZING THE UNITED STATES GENERAL SERVICES ADMINISTRATION CONTRACT #GS 07F 7099B AUTHORIZING A BUDGET TRANSFER WITHIN THE GENERAL FUND AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $60 648 10 PROVIDING FOR CONFLICTS PROVIDING FOR SEVERABILITY AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS the Public Works Fleet Services Division is responsible for maintaining the City fleet and WHEREAS the Public Works Fleet Services Division utilizes two light duty and one heavy duty vehicle lifts in order to perform mechanical repairs to the City fleet and WHEREAS while attempting to perform routine maintenance on a vehicle the heavy duty vehicle lift suffered a mechanical failure and is no longer safe to operate and WHEREAS the Public Works Director and the Interim Risk Manager have determined that in the interest of employee safety the aforesaid lift be replaced and WHEREAS the Fleet Services Division has reviewed the operational needs and applicable safety standards and has recommended that the replacement lift should have a Temp Reso # 9667 January 25 2002 Page 2 of 4 Rev #1 Feb 22 2002 Rev #2 March 12 2002 minimum lifting capacity of 50 000 pounds and should possess American Lifting Institute Certification (ALI) and WHEREAS the Mohawk TR 50 hydraulic lift possess the required lifting capacity and is certified as complying with ALI safety standards and WHEREAS the United States General Services Administration has a contract with Mohawk Resources LTD for the procurement of heavy duty auto and truck lifts and WHEREAS City of Tamarac Code §6 155 allows the Purchasing/Contracts Manager the authority to waive purchasing procedures and purchase equipment which is the subject of contracts with the United States Government or other governmental agencies and WHEREAS sufficient funding exists with the General Fund to allow for the purchase of the aforesaid lift in an amount not to exceed $60 648 10 and WHERAS a budget transfer is required within the General Fund for proper accounting purposes and financial control and WHEREAS the Director of Public Works and Purchasing/Contracts Manager have determined that it is in the City s interests to purchase a replacement heavy duty vehicle lift utilizing the United States General Services Administration Contract #GS 07F 7099B in an amount not to exceed $60 648 10 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 to purchase a replacement vehicle lift utilizing the United States General Services Administration Contract #GS 07F 7099B in an amount not to exceed $60 648 10 1 1 Temp Reso # 9667 January 25 2002 Page 3 of 4 Rev #1 Feb 22 2002 Rev #2 March 12 2002 NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC FLORIDA THAT 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 SECTION 2 Pursuant to City Code Section 6 155 the appropriate City Officials are hereby authorized to waive purchasing procedures SECTION 3 The Appropriate City Officials are hereby authorized to issue a purchase order to Mohawk Resources LTD to purchase a heavy duty vehicle lift utilizing the United States General Services Administration Contract #GS 07F 7099B a copy of said contract attached hereto as Exhibit 1 SECTION 4 A budget transfer within the General Fund is hereby approved SECTION 5 Expenditure in the amount not to exceed of $60 648 10 is hereby authorized SECTION 6 All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict SECTION 7 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 SECTION 8 passage and adoption This Resolution shall become effective immediately upon its Temp Reso # 9667 January 25 2002 Page 4 of 4 Rev #1 Feb 22 2002 Rev #2 March 12 2002 PASSED ADOPTED AND APPROVED this 26th day of March 2002 ATTEST a+ MARION 8WENSON CMC CITY CLERK I HEREBY CERTIFY that I have approved this lrl 1 T H I I UM11 RECORD OF COMMISSION VOTE MAYOR SCHREIBER Aye/ DIST 1 V/M PORTNER fiVei DIST 2 COMM MISHKIN five, DIST 3 COMM SULTANOF• Aye, DIST 4 COMM ROBERTS five, U \Adm Correspondence\Agendas\9667RES Fleet Lift doc 1 1 1 EXHIBIT 1 TEMP. RESO►, No, 2� P.O. Box 110, 65 Vrooman Ave. Amsterdam, N.Y. 12010 Phone: (518) 842-1431 Toll Fina 800-833-2006 FAx (518) 842-1289 www.mohawklifts.com Quotation Date: 2/21/02 Ship To: Bill To: Steve B. / Vince S. Purchasing, City of Tamerac 752 N. West 88th Ave Tamerac FL 33321 Fax 518-853-4412 Terms: F.O.B. Ship Via: Ship Date: Arrival Date: By: COD DESTINATION CC TBA TBA Roger Perlstein Description Oty Unit Price Total Price Mohawk Model TR-50 w/251 tracks 1 47,061.00 $47,061.00 Rolling Jack RJ-25A ETL certified 2 4,440.50 S8,881.00 NON CERTIFIED LIFT OPTIONS SUCH AS LIGHTING AND ROLLING JACKS VOID ETL CERTIFICATION. CERTIFIED LIFTS MUST USE CERTIFIED OPTIONS Atlantic Auto Suppliers will install ***customer must provide forklift*** Installation Freight **( Estimate Only )*' 1 4,706.10 $4,706.1 Customer must provide electrical connection. Adequate concrete must be provided. All invoices are payable in U.S. currency at Amsterdam, NY 'All .. ....1.. Sub Total S60,648.10 Tax Total j $60,648.10 24% per annum, but not to exceed the maximum allowed by law. Any returned material must have prior written approval and will be subject to 15% handling fee. If placed for collection, it is the full responsibility of the purchaser to pay any and all legal fees incurred for collection. All freight charges must be prepaid. This quotation is valid for 30 days. H:1 Forms 1 Quotation.ofm urn. P.O. Box 110, 65 Vrooman Ave. Amsterdam, N.Y. 12010 Phone; (518) 842.1431 Too Free 800-833.2006 FAX (518) 842.1289 www.mohawkliits.com City of Tamarac Attn: Steve Bearfderton 752 N. West 881h Ave. Tamarac, FL 33321 Dear Steve: As confirmation to your earlier discussion, Mohawk is extending to The City of Tamarac G.S.A. (Federal Government) Pricing. A copy of the GSA schedule is attached herewith If you have any question, please feel free to contact me. S' cerely, Roger Perlstein Government Contracts Administrator l 'd 6tiWON 6HZ1 m815-all-S3nnos3d-MVHOW WdD:8 NH 'C '83d 0 0 c� s� as v a) U) Cd $4 a� s~ Al Federal Supply Schedule Cumulative Edition Schedule 539, Solutions and More (SAM) December 3, 2001 Maintenance & Repair Shop Equipment, Automotive and Cleaning Equipment with Related Environmental Equipment FSC Group 49 Attachment 6 to Solicitation Number 7FXP-D4-01-0539-B FSC Class(es) 4310, 4330, 4910, 4930, 4940, 5346, 6360 Worldwide Shipping Multiple Award This Federal Supply Schedule no longer has a prescribed beginning and ending date. The Schedule period is continuous. See Contractor information inside for contract begin and expiration dates. This document replaces the Cumulative Edition issued November 5, 2001 hftp://www.gsa.gov/regions/7fss/7fx/schedules LIFTS Ammco.........................................................Hennessy Ind., Inc. ARI-Hetra.........................................Automotive Resource, Inc. Benwil............................................................... Benwil Ind., Inc. Challenger ................................................... Challenger Lift, Inc. Ford -Smith ..................... San Antonio Equipment Hydraulic Co. Heftee............................................ McCanse Engineering, LLC Hydra -Lift ........................................... Hydra -Lift Industries, Ltd. John Bean.......................................................... John Bean Co. Mohawk ............................................... Mohawk Resources, Ltd. Rotary Lift ....................................... Rotary Lift/A Dover Ind. Co. Stertil-Koni........................................................ Stertil-Koni, Inc. AUTOMOTIVE ENGINE STANDS Challenger ................................................... Challenger Lift, Inc. 253-24 LUBRICATION EQUIPMENT (FSC 4930) Alemite ........................... San Antonio Equipment Hydraulic Co. Chief...................................................................IFH Group, Inc. Creative Automotive ................................................. H.O.D. Inc. Finish Thompson ..................................... Finish Thompson, Inc. Graco..................................................... Fluid -Air Products, Inc. Turbo Spin ................................................ Turbo Spin Mfg., Inc. 253-39 AIR COMPRESSORS (FSC 4310) Champion ....................... San Antonio Equipment Hydraulic Co. DeVilbiss................................................ Fluid -Air Products, Inc. Saylor -Beall .............................................. Saylor -Beall Mfg. Co. 253-40 RELATED ENVIRONMENTAL EQUIPMENT AND SERVICES - INCLUDES REFRIGERANT RECYCLING, ANTI -FREEZE COOLAND RECYCLING, AUTO/TRUCK FILTER CRUSHERS, AUTO HYDRAULIC OIL RECYCLERS, WASTE OIL REFINING UNITS, AEROSOL CAN RECYCLING UNITS, DRUM CRUSHERS AND SOLVENT RECYCLING SERVICE (FSC 4330) REFRIGERANT RECYCLING OTC ................................................SPX Corp./Kent Moore Div. Robinair...........................................SPX Corp./Kent Moore Div. SPX.................................................SPX Corp./Kent Moore Div. Rejuvenator...............................Refrigerant Recovery Sys., Inc. ANTI -FREEZE COOLANT RECYCLING SYSTEMS KFM........................................................................... KFM, LLC Finish Thompson ..................................... Finish Thompson, Inc. Glyclean..............................................FPPF Chemical Co., Inc. Hi-Tech........................................................... Hi -Tech Ind., Inc. Kleer-Flo............................................................... Kleer-Flo Co. AUTO/TRUCK FILTER CRUSHERS Oberg........................................................................Oberg Int'I. Turbo Spin.................................................Turbo Spin Mfg., Inc. AUTO/HYDRAULIC OIL RECYCLERS Puradyn.................................. Puradyn Filter Technologies, Inc. WASTE OIL REFINING UNITS Awards Pending AEROSOL CAN RECYCLING UNITS Awards Pending DRUM CRUSHER Pak More................................................S & G Enterprises, Inc. Ram Flat.................................................S & G Enterprises, Inc. Smash-It............................................American Compactor, Inc. TeeMark................................................... TeeMark Corporation SOLVENT RECYCLING SERVICE Safety-Kleen............................................ Safety-Kleen Systems EXHAUST SYSTEMS ARI................................................. Automotive Resources, Inc. FUEL TESTING Viswa...................................................... Viswa Lab Corporation 253-46 AUTOMOTIVE CONTAINERS & DISPENSERS (FSC 4930) FUNNELS Delphos..............................................................S & K Products 253-47 CARWASH SYSTEMS — POWERED GANTRY AND DRIVE THRU TYPE (FSC 4940) Caravelle...................................................... Caravelle Ind., Inc. N/S............................................................................. N/S Corp. Ryko.............................................................Ryko Mfg. Co., Inc. MICRO PROCESSOR SYSTEMS, INC. 6405 Nineteen Mile Rd. Sterling Hts, MI 48314 810-731-6410 810-731-3348 (Fax) limarenkoAmpsilink.com (Email) o/b GS-07F-0208K 253-19 03/01 /2000 - 02/28/2005 Domestic Contact: Rob Dobranski MICRO -SURFACE FINISHING PRODUCTS 1217 W. Third St. PO Box 70 Wilton, IA 52778 319-732-3240 319-732-3390(Fax) http://www.micro-surface.com (Web Site) s/b GS-07F-0350K 253-52 06/27/2000 - 06/26/2005 Domestic Contact: Debra J. Abrahams MINNESOTA MINING & MFG. 3M Abrasive Systems Div. C/O 3M Federal Systems Dept. 3M Center, Bldg 224-5S-04 St. Paul, MN 55144 651-575-6666 651-737-4380(Fax) dwtucker@mmm.com (Email) http://www.3m.com (Web Site) o GS-07F-0040L 253-52 0 11 /01 /2000 - 10/31 /2005 Domestic Contact: Donald Tucker MOHAWK RESOURCES, LTD. Vrooman Ave. PO Box 110 Amsterdam, NY 12010 518-842-1431 518-842-1289 (Fax) sperlstein@mohawklifts.com (Email) http://www.mohawklifts.com (Web Site) s/b GS-07F-7099B 253-20 07/01/1994 - 06/30/2003 Domestic Contact: Steve Perlstein 800-833-2006 MOTORVAC TECHNOLOGIES, INC. 1431 S. Village Way Santa Ana, CA 92705 714-558-4822 714-558-0370(Fax) s/b GS-07F-0290J 253-99 d 07/01/1999 - 06/30/2004 Domestic Contact: Mike Arkell N/S CORP. 235 W. Florence Ave. Inglewood, CA 90301 213-412-7074 310-673-0276(Fax) htto://www.nscorporation.com (Web Site) s GS-07F-5109A 04/01/1992 - 03/31/2002 253-47 & 90 Domestic Contact: Brent Feldman — -- —• •• •• •... •r,..vv,� rvnl lyre Vr Vull I 1V 1 2. AM NDMENT/MODIFICATION NO, 3. EFFECTIVE DATE 4. pEQUISITION/PUI A016 see block 18c 1. VV,., MAW I lu 9,uur. I rAur IF PAGES 1 REq, NO. 15. V. IQCVCN DT General Services Adminlatration Federal Supply Schedule Industrial Procurement Division 819 Taylor Street, Rm. SA24 Fort Worth, TX 9e102 8. NAME AND ADDRESS OF CONT Steve Peristein Mohawk Resources, Ltd. Vrooman Ave. PO Box 110 Amsterdam, NY 12010 'OR (No:, street, country, and Zip Ccde) than ®A. AMENDMENT OF SOLICITATION NO. f�a x ORDER NO. CAS-07p•70SSB •, ;, I._I The above numbered solicitation is amended as set forth in Item 14. The hour and dale specified for receipt of Offers ❑ is amended, ❑ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified In the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and ratuming copies of the amendmem: (b) By acknowledging the receipt of the amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED such change may be made RESULT y telegramJECTION OF YOUR OFFER. If of lli tter makes rre%rence to the as citation and virtue of this this amrximent erit a desire 9 received prioe an r to theffor i opening houranddate 1 \ s clfied. 12. ACCOUNTING ANDAPPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACTIORDER NO. A9 DESCRIBED IN ITEM 14. ✓ A. THI8 CHANGE ORDER Is ISSUED PURSUANT TO; (Speclry suthor/ty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. S. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in C. TN � I ftloo,� p�roprradon date,, etc,) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43,103tbf type Of mod/fication and authorrYyJ Corrtractor's lever dated 7/18/01 and ClauSe 552.2da-Ta Mn,iifirati,,.b E, IMPORTANT: Contractor © Is not, ❑ Is required to sign this document and return 14' DEcopies to this Issuing office. SCRIPTION OF AMENDMENT/MODIFICATION (OrgaMzed by UCFs®otlon headings, including solicitaHorlhawtbaot sub/®ctmart®r where feasible.) The above numbered contract, awarded under Federal 9uppIY Schedule FSC 539 — Solutions and More (SAM) FSC 49, Maintenance & Repair Shop Equipment, Automotive and Cleaning with Related Environmental Equipment, is modified as follows: M=Pt es provided herein. all teen. end eondittone of the document referenced in hem SA or 10A, as heretofore changed, remains 15A. NAME AND TITLE OF SIGNER (Type or print) 1 eA, NAME AND TITLE OF COP PAMELA i-MELTON and In full force era effect id OFFIC Rom(! We or PREVIOUS EDITION UNUSABLE 30.105 STANDARD PO Sri (REV.10.83) _ PRES(lAi trn rw raa l 'd—ti0S8 'ON-- 686[D881S_ 011_ S1HnOS3f YAVHOW FAR('%d06:S 131006 'S '03C 35.-07F-i0898 ' Modification AD IS Page 2 of 4 Block 14 continued: All modifications are based on Mohawk Resources, Ltd, Retail Price List dated 10/01. I. Delete the current Mobile Lifts and replace with the following Mobile Lifts at the same 17% negotiated discount: ODE LIST PRICE GSA PRICE MP-AF-12-2-24 $14,250.00 $11,827.50 MP-AF-I2-4-48 22,000.00 18,260.00 MP-AF-12-8.72 30,625.00 25,418,75 MP-AF� 18-2.36 18,000.00 14,940,00 MP-AF-18.4-72 29,000,00 24,070.00 MP-AF-I8.6-108 40,000.00 33,200.00 MP-AF-18-8-144 50,000.00 41,500.00 MP-AF-24-2-48 23,050.00 19,131.15 MP-AF-24-4.96 32,075,00 '26,622.25 MP-AF-24.6-144 46.400.00 38,512.00 MP-AF-24.8.192 60,725.00 50,401.75 MP-AF-30.2-60 28,800.00 23,904.00 MP-AP-30-4.120 44,000.00 36,520.00 MP-AF-30-8-180. 67,200.00 55,776.00 MP-AF-30.8-240 86,400.00 71,712.00 MP-AF-40.2-80 33,800.00 27,888.00 MP-AF-40.4.180 58,100.00 48,223.00 MP-AF-40.6-240 78,400.00 05,072.00 MP-AF-40-8.320 100,800.00 83,684.00 2. Delete the following Mobile Lift Options: Car Adaptor AC4 Yellow Cable 3, Add the following Mobile Lift Options to the contract at the same 17% negotiated discount:, Ootlon Lilt Price GSA Price Fork Lift Adaptor 1,525.00 1,285.75 Auto Frame Contact Adaptor 1,S00.00 1,245.00 Pendant Control 875.00 477.25 4. Increase the HR-6 Scissor Lift's lifting -height from 36" to 48 There is no change In price, S. Add Mid Rise Mobile Truck Lifts at the same 17% negotiated discount: MODEL LIST PRICE GSA PRICE TL-24•A-AF $5,575.00 $4,827.25 TL-24-E-AF 5.980.00 4,938.50 TL-36-A-AF 6,675.00 5,467.25 TL-38-E-AF 61950,00 5,768.50 TL•48-A-AF 7,575.00 8,287.25 TL-48-E-AF 7.950.00 81598.50 ,41 ,Ai: V.% r 'd_-tiM 'ON 68Z1DMS 411 S3HnOSH UVHOW WdlZ:5 l 0 0 6 'S '030.-- GS-07F-709913 Modification A016 Mock 14 continued: 6. Add the following Scissor Lifts and Options at the same 17% negotiated discount ODE LIST PRICE QSA 2RICE TSL-7SM TSL-7FM $5,860.00 $4,814.00 TSL-9SM 5,800.00 7,100,00 4,814.00 5,893.00 TSL-9FM TSL-11SM 7.100.00 5,893,W TSL-11 FM 9,225,00 9,225.00 7,656.75 7,658.75 SL-W-175 81.-10-176-A 81525.00 7,075.75 SL-10-175AP 81500.00 13,025.00 7,065.00 10,810.75 SL-10-205 SL-10.205-A 9,200.00 7,636.00 SL-10-205-AP 10,125.00 14,800.00 8,403.75 12,118.00 SL-12.205 SL-12-205A 11,600.00 9,545,00 SL-12.205AP 12,775.00 18,150.00 10,803.25 15,064.80 PL-6000 Drive Trhu Ramps-SL series 3,350,00 550.00 , 2,780.50 Frame Contact Kit' 325.00 456.60 269.75 7. Delete the Frame Adapter Set (HR-6) Option from the contract, 8. Add the following Four Post Lifts and Options at the negotiated discount of 17% MODEL_ LIST FPO 10-175A PRICE $8,075.00 GSA RI $8,702.25 FP0610-175AP 12,825.00 10,478.75 FP0812-206A FP0812-205AP 9,075.00 13,750.00 7,532.25 11,412.50 FPO 14-235A 11,250,00 9,337.50 FP014.235AP 16,000.00 13,280.00 FP010-175 FP012-205 6,975.00 5,789,25 FPO14-235 8,025.00 10,075.00 8,860.75 8,382.25 FP10.175A FP10-179AP 7,300.00 6,059.00 FP12-205A 11,900.00 8,275.00 9,877.00 6,868.25 FP12.29W FP14-235A 12,975,00 10,769.25 FP14-235AP 10,900,00 18,350.00 9,047.00 12,740.50 FP-10-1-75 F12-11-175L 6,478.00 5,374.25 FP-12.205 13,000.00 7.475.00 11,288.00 6,204.25 FP-14.235 9.725.00 8,071.75 RJ-4.5AH RJ-6AH 2.325.00 1,929.75 RJ-7AH . 2,400.00 3,825.00 1,992.00 3,174.75 RJ-8AH TRO.70A 4,075.00 3,382.25, Slip Plastes 825.00 900.00 518.75 747.00 TR-33 ETL certified lights(6) 31600.00 2,988.00 TR-33 ETL certified lights (8) 4,800.00 3,984.00 TR-35, TR-35, ,TR-50 & TR-75 kTL certified lights (6) 3,800,00 2,988.00 TR-35, TR-35, TR-50 & TR-75 ETL certified lights (8) 4,800.00 3,984,00 ti d�ti059 'ON 69I [ DO 15 011 S30HOSH WHOW Page 3 of 4 MlZ:5 HH 'S '030 US-07F-7099B Modification A018 Block 14 continued: 9. Add the following Parking/Storage Lifts to the contract at the negotiated 17% discount: MODEL LIST PRICE GSA PRICE Single Post parking stacker $4,750.00 $3,942.50 Four Post parking stacker 4,450.00 3,893.50 10, Contractor is required to update their GSA Advantage All other terms and conditions remain unchanged. This modification is issued at no cost to either party, 4 Page 4 of 4 V, `U r S 'd—tiM 'ON WdN:S 1001 'S '030