Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-201Temp. Reso. # 8683 August 20, 1999 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99-AQ / A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF "GRADALL" HYDRAULIC EXCAVATOR IN AN AMOUNT NOT TO EXCEED $178,616; AUTHORIZING THE USE OF A STATE OF FLORIDA COOPERATIVE PURCHASING CONTRACT; AUTHORIZING A BUDGET TRANSFER IN THE STORMWATER MANAGEMENT FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac has implemented a Seven Year Comprehensive Road Improvement Program; and WHEREAS, the construction of drainage improvements is an integral component of this program and in many cases necessary prior to proceeding with the resurfacing of roadways; and WHEREAS, in order to perform these drainage improvements it is necessary to purchase a "Gradall" hydraulic excavator"; and WHEREAS, the purchase cost of said equipment utilizing a State of Florida Cooperative Purchasing Contract is $178,616, a copy of said Contract being hereto attached as Exhibit "'I"; and WHEREAS, funding is available within the Stormwater Management Fund for said purpose; and WHEREAS, a budget transfer is necessary within the Stormwater Fund for proper accounting purposes; and WHEREAS, City of Tamarac Code, §6-155 allows the Purchasing Officer the Temp. Reso. # 8683 August 20, 1999 Page 2 authority to waive purchasing procedures and purchase equipment which is the subject of contracts with the State of Florida, the United States Government, or with other governmental agencies; and WHEREAS, the Assistant Director of Public Works, and Purchasing and Contract Manager have determined that it is in the City's economic interests to purchase said equipment utilizing a State of Florida Cooperative Purchasing Agreement; 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 said equipment. 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: Authorizing the use of State of Florida Purchasing Contract No. 760-001-99-1, a copy of said contract being hereto attached as Exhibit 1, for the purchase of a "Gradall" hydraulic excavator from the Gradall Company/GSEquipment. SECTION 3: Authorizing a budget transfer in the amount of $178,616 in the Stormwater Management Fund for proper accounting purposes. SECTION 4: Authorizing an expenditure in the Stormwater Management Fund in an amount not to exceed $178,616. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are 1 1 Temp. Reso. # 8683 August 20, 1999 Page 3 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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this C ATTES CAROL GOLD, CMC/AAE CITY CLERK I HE BY CERTIFY that I ap rov d this R SO l.Y}i"ION aswtA PM2 WITCRELL(& CITY ATTO U:\adm correspondence\agendas\8683RES-Gradall Purchase day of 1999. ,aeZ.L". - UJOE SCHREIBER MAYOR RECORD OF COMMI MAYOR SCHREIBER DIST 1: COMM. POR DIST 2. V/M MISITYJ1 DIST 3: COMM. SUL1 DIST 4: COMM. ROE Suite 315 Exhibit T, Pagel of2 r-I L J TITLE: TEMP. RESO. No.,3 Suite 315 le IA M M.7.118JI 1 CONSTRUCTION/INDUSTRIAL EQUIPMENT & FORKLIFTS BID NO.: 46-760-001-P (REV 01 TUN 99) CONTRACTOR(S): Badger Equipment Co. (A) Coastline Equipment Co. (A) Industrial Tractor, Inc. (A) L.B. Smith, Inc. (A) Mid -Florida Forklift, Inc. (A) New Holland North America (A) RWG Farm Trailer Sales (A) TRAX Inc.(A) (REV 01 JUN 99) CONTRACT NO.: 760-001-99-1 EFFECTIVE: AUGUST 20, 1998 Through MAY 31, 2000 SUPERSEDES: 760-001-96-1 Brungart Equipment Co. (A) Custom Trailer, Inc. (A) JCB Inc. (A) Lift Power, Inc. (A) National Lift Truck Service (A) Ringhaver Equipment Co. (A) The Gradall Company (A) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF JIM DEN BLEYKER AT (850) 488-8367 SUNCOM 278-8367, E-MAIL mail to: denblej @dms. state. fl. us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on July 21, 1998, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Construction/Industrial Equipment & Forklifts all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) http://fcn.state.fl.us/st contracts/76000199I/certification.htm 7/i/99 Suite 31 S Page 2 of 2 .7 • D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be Filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL. FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature GCB/jdb Attachments http://fcn.state.f.us/st_contracts/760001991/certification.htm 7/ 1/99 lun-28--99 04:56P G S EQUIPMENT 954 327 8646 tb/'%b/lyyy 15:32 14078518149 GRADALL!STEVE BERUBE The GRADALE) company 406 Mill Ave. 5W. New PhilWclphia, Ohio "663 Y Phone 330-339-2211 Fix 330-33965224 hap://www.&rad&ll.com LJ 0 Mr. Jean Dupuis June 28,1999 Public Works Co-ordinat,; City of Tamarac brill Nob Hill Rd Tamarac, FL 333'4"F1-2401 Mr. Dupuis; This letter is to confirm that GSEquipment is indeed the GRADALL vraler for your area; further, along with their other 3 stores, GSEquipment covers ALL of South Florida as well as much of the Central Florida region. Additionally, they are the ONLY authorized dealer in the region. Sincerett Stew Beruhe Regional Product Support Manager C— C 7 � 1 � n p P.01 PAGE 01 C7 M. r a • 11 Jul-06-99 03:13P G S EQUIPMENT Proposal For: City of Tamarac 6011 Nob Hill Road Tamarac, Florida 33321-2401 AttnWes Tipton /Jean Dupuis 954 327 8646 P.01 Exhibit; 1 TEMP. RESO. Nu. _ ?3 - July 6,1999 Oescription: (1) One new Gradal l Hydraulic Excavator model G3 W D E series Warranty: Gradall 1 year/ 1,500 hrs Standard warranty and Cummins 1,2.3 engine warranty included (complete engine warranty for 1 year unlimited hours. 2 years or 2000 hours. 3 years or 10,000 hours on block. crank, cam.and rods). Carrier: 4 X 4 with 156" wheel base. Engine: Cummins 6BTA59 190 hp. Transmission: Funk 2000 6 speed full powetshifl; 6 forward- 3 reverse. Axles: Front- Rockwell 16,000 Lb. Rear- Rockwell 23,000 Lb, Suspension: Front- 14 leaf spring w/ automatic lockout. Rear- Solid mount. Tires: Fronts: 15:00 x 22.5 16 ply highway tread. Rear: 11: 00 x 20.0 14-ply traction tread. ( Duals ) Cab: Fully enclosed. Full instrurnentation with electronic monitoring system Tinted safety glass, fresh air heater & defroster, Fire extinguisher. Suspension seat. UPPERSTRUCTURE; Hydraulics: Two section purnp, flange mounted to torque converter PTO with automatic disconnect. 10 micron filters. Upper Cab: remote controls, and two joysticks. Attachments: 60" ditching bucket. Options: Work tight package ----- Tool Box A/C upper ------- T-Bar Nlechanical Suspension Seat Rotating Beacon, ------- 66" drudging bucket Jul-06-99 O3:13P G S EQUIPMENT 954 327 8646 W L I Continued Page 2 G3wd E serics State Contract Purchase Price: S] 78,616.00 12 Month Rental Purchase Pricc: 5187 227 00 Rental Rate: $6,200.00 per month Above prices subject to all applicable taxes_ • Thank you, Terry B � op Branch Manager 0