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