Loading...
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