HomeMy WebLinkAboutCity of Tamarac Resolution R-98-013Temp. Reso. #8102
December 30, 1997
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-981 3
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE
OF NEW/REPLACEMENT VEHICLES AND HEAVY
EQUIPMENT; AUTHORIZING AN EXPENDITURE IN AN
AMOUNT NOT TO EXCEED $453,349 UTILIZING UNITED
STATES GENERAL SERVICES ADMINISTRATION,
FLORIDA SHERIFF'S ASSOCIATION AND STATE OF
FLORIDA PURCHASING AGREEMENTS; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Public Works Department and Management and Budget Division
annually review the City fleet in order to determine which vehicles require replacement by
analyzing the age, miles, lifetime repair costs and the present value of each vehicle; and
WHEREAS, based on the results of this analysis, attached as Exhibit "1", the Fiscal
Year 1998 Capital Improvement Budget approved and appropriated funding for eight (8)
replacement vehicles; and
WHEREAS, the Fiscal Year 1998 Operating Budget appropriated funding for the
purchase of an additional five (5) new vehicles and one (1) new piece of heavy equipment,
attached as Exhibit "2"; and
WHEREAS, one (1) additional vehicle has been added to the Fiscal Year 1998
Vehicle Replacement Program to replace a Fire Department sedan which was involved in
a vehicle accident and subsequently totaled; and
WHEREAS, a manufacturer production run close out delayed the purchase of two
(2) vehicles previously funded for replacement in Fiscal Year 1997; and
WHEREAS, as a result of this production delay appropriations have been carried
Temp. Reso. #8102
December 30, 1997
Page 2
forward from the Fiscal Year 1997 Vehicle Replacement Budget in order to allow the
purchase of said vehicles; and
WHEREAS, available funding exists in the Fleet Services, Stormwater
Management, Fire -Rescue, and Utilities Funds for said purpose; and
WHEREAS, City of Tamarac Code, §6-155 allows the Purchasing Officer the
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 Public Works Operations Manager and Purchasing and Contract
Manager have determined that it is in the City's economic interests to purchase vehicles
and heavy equipment utilizing existing governmental contracts; 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 vehicles/heavy
equipment be purchased utilizing United States General Services Administration, Florida
Sheriffs Association and State of Florida Purchasing Agreements.
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.
SECTION 2: The use of the United States General Services Administration,
Florida Sheriffs Association and State of Florida Purchasing Agreements, copies of said
Bid Awards being hereto attached as Exhibit "T', are hereby approved for the purchase of
1
Temp. Reso. #8102
December 30, 1997
Page 3
vehicles and heavy equipment.
SECTION 3: That an expenditure in the amount of $453,349 is hereby
authorized.
SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: 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 6: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this /I
ATTEST:
PATRICIA MARCURIO
ASSISTANT CITY CLERK
I HEREBY CERTIFY that I
app^ed this
RVSQL,UTION as to form. �—
MITCHELL S.XRAFT
CITY ATTORNEY
(MG: Commission Meeting 1/14/98)
E SCHREIBER
MAYOR
MAYOR 'CHRBIBER
01gT I; COMM. MCKA
t0f I: - W MI�HK�N
DIST �1►��MM, SULT
T
VOTE
Exhibit "1"
TEMP. RESO. No,
0 ORIGINAL
T
-pT
T
O
O
O
CO
m
m
Y
Y
C
C
H
r
Y�
4
f1
f1
M
'M
a
a
C
m
.O
a
a
U
a.0
U
CL
U
U)
0
0
(n
IQOI)
(�
W
c
N_
N
N
aL
p
�"-
H
F
Cn
fn
m
CO
(n
fi
fi
fi
2
m
U
fn
ua
o
ui
o
n
fn
(D
u7
u�
o
0
0
o
m
e
o
0
o
e
o
0
o
a
e
c
com0
o
m
Lo
n
CD
Go
N
m
N
N
0)
NCD
ud9
u]
h
M
O
(O
M
N
w
4
O N
LL
O O
O
C
rj
T
C
O
N
N
Q1
Q_
C
O Q
N
Q1
CL
d
O
Q
p
O
co
N
fA
O
m
p
r-
CD
f•
W
7
Q
M
p
^
W2
m
C
_
q
r
N
O
to
f71
.m-^
fD
I,
Oi
y
W�
a Ia '4
m ,
Eco
m
Y
a
o
o
o
d
d
a
o
d
o
Vmc
m •`
d
o
o
G
o
uo
o
voi
LL
o
0
o
ro :d o
X
x
W
d
y0
fD
M
M
V
M
I
Cl)
frr
N
vpi
In
p
<D
•�
U
�
U
d
E
f9 E
5,
m
E E
ry
O
O
d
o
O
d
N
Q
C1
M
ti
0 N C
'
O
V
fD
u7
u7
Q
^
41
d _
C-i
m
(
N
y
O
O
C
a
J
E
C
.O
y
E
y
.>
U
Q1
U
L N L
9
v
u
u
v
�i
iv
iu
w
= N co
❑
a
a
A.
a
00
0)
cn
FL
y
m
5 5•
d
o
p
O
d
o
p
o
d
d
O
C
p
p
O
O
O
d
O
O
4
p
O
f7
Q
p
o
O
0
d
CD
N G
O
dl
V
m
N
fD
O
(M
0
0)
o
m
Q
'et
p
fD
O
p
O
N
O E E
E
m
fD
fD
L
c 4
7
N
M U ❑
O
C'4
C
LL
°a O O
fn
fC
QO
[O
of
m
o
rn
O
Ri
d
W
f71
m
N
m
Lo
0
Q
W
N
al
O 15
qi
fA
tl1
Qi
T
^
DI
O�
Gl
f71
N T
y
. f
•C '011
_
❑
d
N
N
d
N
N,U
in
C}_7
W
N p
E
a
d
U A
a
-
N A
N
U N
co M
D
7)
U
(n M
a.7)
li cn
U
Nt
00
01
o
N
O
N
il-
N
O
O
O.
N
r
�
IT
�
cD
m
4
V
C
N 7
c
m
ro
IL
TEMP'. RESO. No. Fis
Exhibit"2" ORIGINAL
New Vehicles/Equipment Authorized in FY 1998 Budget
L
FY 98 Total by
Department
T�=
Fund Appropriations
Fund
Public Works
Pickups (3)
Stormwater
56,000
Public Works
Heavy Duty Backhoe
Stormwater
90,000
Stormwater Total
146,000
Fire
Sport Utility
Fire
30,482
Fire Total
30,482
Utilities
Sport Utility
Utilities
21,000
Utilities Total
21,000
Grand Total
197,482
Page: 2
r�
0
TEMP. RESO. No. " I0 EXHIBIT "3
Temp. Reso. 8102
General Services Administration
Office Of Federal Supply & Services
Authorized Federal Supply Schedule Price Ust (Catalog)
• Baekhoes, wheel Loaders. Track Loaders, Track -Type Tractors. Integrated Toolcarriers,
Excavators, Motor Grader. Scraper, Articulated Trucks, Asphalt Pavers, Vibratory
Compactors
• FSC Class - 3825
• Contract Number: GS-30E-10251)
• Contract Period: 12/ 14/95 to 9/30/00
• Contractor's Name, Address, and Phone Number
Caterpillar Inc.
Defense & Federal Products, TC-A
P.0 Box 470
1311 E. Cedar Hills Drive
Mossvllle, IL 61552-0470
(309) 578-8679
Fax: (309) 578-3739
Internet e-mail: u9CATlwkQ1bmmai1.com
• Contract Adminstration Source: Rex A. Orton, Contract Administrator
• Business Size: large
Information for Ordering Activities
Ia. Table of Award Special Item Number(s):
27 1- 101 Construction Equipment and Accessories.
271-106 Street Repair and Misc. Equipment and Accessories.
lb. Lowest Priced
I Model Bases Unit Price: I
(Without Attachments)
416C Backhoe
914G Wheel Loader
933 Track Loader
D3C 'track -type Tractor
1T14G Integrated Toolcarrier
312B Excavator
M318 Excavator
12H Motor Grader
613C Wheel Tractor -Scraper
D250E Articulated Truck
AP-200B Asphalt Paver
CB-214C Compactor
$35,951
$60,372
$49,725
$42.270
$66,640
$69,745
$116,983
$126,231
$179.814
$242.992
$40,976
$23,494
2. Maximum Order Limitation:
SIN 271-101: 30 Units
SIN 271-106: $50,000 or 1 Unit, whichever is greater
3. Minimum order: $300
TEMP, RESO. No. Tom' - c�
•
•� r W
FLORIDA SHERIFFS ASSOCIATION
P. O. Box 12519 • TallahasseNr7L, 823ISI-�Ej1� 6
PHONE (850) 877-2165 ej �A'(�50) 878-8665
WEB SITE: HTTP://WWW.FLSHERIFFS.ORG
DATE: October 2, 1997 C
IFY
TO: ALL PROSPECTIVE PARTICIPANTS
FROM: Gary E. Perkins
Deputy Executive Director/Vehicle Bid Coordinator
RE: SHERIPPS' OFFICES & LOCAL GOVERNMENTAL AGENCIES
OF THE STATE OF FLORIDA COOPERATIVE BID FOR
PURSUIT, ADMINISTRATIVE NON -PURSUIT. UTILITY VEHICLES,
TRUCKS AND VANS - Bid No. 97-05-0915
We are pleased to announce that the Florida Sheriffs Association and the Florida Associa-
tion of Counties has successfully conducted its fifth statewide competitive bid for vehicles
which includes police pursuit, administrative non -pursuit, utility vehicles, trucks and
vans. Bids will be extended and guaranteed to any and all units of local governments,
municipalities and/or police agencies within the State of Florida interested in purchasing
off this Bid Contract.
All interested parties who wish to purchase from this contract may do so by
following these simple procedures:
ORDERING INSTRUCTIONS
1. Contact the designated dealership (see page 13) listed in the zone from which
you wish to purchase and advise them of your interest to purchase from the
Sheriffs' Offices & Local Governmental Agencies of the State of Florida Bid
No. 97-05-0915. They will assist you with the placement of your order. and
answer any questions you may have regarding the vehicles purchased through
this program.
2. YOU MUST send a copy of the original purchase order you submitted to the
participating dealer to: Florida Sheriffs Association
P. O. Box 12519
Tallahassee, Florida 32317-2519
ATTN: Gary Perkins, Cooperative Bid Coordinator
3. Basic information required on all vehicle purchase orders is listed on Page 15 of
this Bid Award Announcement.
4. Agencics udhich elegj to )urchase off this contract will be charged an adminis-
trative f&e by th loria "ffs Association not -to exc ed $50.00 ptj: v
I v ed fro
m th o of purchaseorders su ed
w will ro f ren d with e e inv i
Bid Award Announcement (97-05-0915)
TEMP. RESO. No..,,.L
DESIGNATED DEAURS',
Bell Chevrolet, Inc.
601 E. Alexander Street
Plant City, FL 33566
Contact: Isaac Gonzalez
Phone: 800/575-5123
FAX: 813/659-9502
Caruso Chrysler/Plymouth/
Jeep/Eagle, Inc.
P.O. Box 16129
Jacksonville, FL 32245
Contact: Bill Futrill
Phone: 800/654-8426
FAX: 904/725-3059
Champion Chevrolet, Inc.
P.O. Box 2154
Tallahassee. FL 32316-2154
Contact: Fred Schmucker
Phone: 850/576-4000
FAX: 850/575-9027
Don Reid Ford. Inc.
P.O. Box 940005
Maitland, FL 32751
Contact: Eric Jore
Phone: 407/644-8111
FAX: 407/647-4779
Duval Ford
P.O. Box 7687
Jacksonville, FL 32238
Contact: Nelson Eason
Phone: 904/388-2144
FAX: 904/387-6816
Garber Chevrolet GEO, Inc.
P.O. Box 945
Green Cove Springs. FL 32043
Contact: Daniel C. Devries
Phone: 904/264-4502
FAX: 904/284-0054
Gateway Chevrolet
500 S. First Street
Lake City, FL 32055
Contact: Patrick Albritton, Jr.
Phone: 904/752-6933
FAX: 904/755-1683
Hill -Kelly Dodge, Inc.
P.O. Box 12763
Pensacola, FL 32575
Contact: Paul Fiveash
Phone: 800/633-8591
FAX: 850/478-2235
Key Ford, Inc.
6397 Pensacola Blvd.
Pensacola, FL 32505
Contact: James Baker
Phone: 850/476-9050
FAX: 850/478-7202
Maroone Chevrolet
1300 N. Federal Hwy.
Ft. Lauderdale, FL 33304
Contact: Frank Kitko
Phone: 954/567-7207
FAX: 954/568-0118
Mike Shad Ford
7700 Blanding Blvd.
Jacksonville, FL 32244
Contact: Rick Hoening
Phone: 904/777-3673
FAX: 904/771-4028
Orville Beckford Ford Mercury
6400 Hwy. 90
Milton, FL 32570
Contact: Joseph Windrow
Phone: 850/623-2234
FAX: 850/626-9591
Regency Dodge, Inc.
9875 Atlantic Blvd.
Jacksonville, FL 32225
Contact: William Futrill
Phone: 800/654-8426
904/725-3050
FAX: 904/725-3059
World Ford Hollywood
3101 N. St. Rd. #7
Hollywood, FL 33021
Contact: Michael A. O'Brien
Phone: 954/964-4765
FAX: 954/964-4753
Bid Award Announcement (97.05-0915)
Suite 315 TEMP. RES0. No. � . Page 1 of 2
ORIGINAL
Suite 315
CERTIFIC
ATION OF CONTRACT
TITLE: AUTOMOBILES AND LIGHT TRUCKS
BID NO.: 7-070-001-P
(Rev 10 Sep 97)
CONTRACTOR(S):
BELL CHEVROLET (A)
CHAMPION CHEVROLET (A)
DUVAL FORD (A)
GARBER CHEVROLET (A)
KAISER PONTIAC (A)
MAROONE CHEVROLET (A)
(Rev 10 Sep 97)
CONTRACT NO.: 070-001-96-1
EFFECTIVE: OCTOBER 19, 1995
through SEPTEMBER 30, 1998
SUPERSEDES: 070-001-95 -1
CARUSO CHRYSLER (A)
DON REID FORD (A)
ED MORSE CHEVROLET N. (A)
GARBER FORD MERCURY (A)
LOU BACHRODT CHEVROLET (A)
ORVILLE BECKFORD FORD (B)
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHIC
MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF JIM DEN BLEYKER
AT (850) 488-8367 SUNCOM 278-8367,
A.
AUTHORITY - Upon affirmative action taken by the State of Florida Department of
Management Services on October 19, 1995, 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 Automobiles
and Light Trucks by all State of Florida agencies and institutions. Therefore, in compliance wit
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. (Th
requirement may be waived when purchase is made by a blanket purchase order.) Upon request,
one copy of each purchase order shall be forwarded to this office, as provided in the Division of
Purchasing Rule 60A-1.008, Florida Administrative Code.
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
file:C:\WINDOWS\TEMP\state contract autos.htm 12/31/97