Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-94-238Temp. Reso. 6878 10/25/94 Revision No. 1 - 11/08/94 Revision No. 2 - 11/16/94 Revision No. 3 - 11/18/94 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-94 a3S A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC AUTHORIZING THE AWARD OF THE EXTENSION OF BID NO. 93-04 TO SLOAN PUMP COMPANY, INC., FOR THE PURCHASE OF TWO 4-INCH MOBILE TRASH PUMPS DRIVEN BY A DIESEL ENGINE, TO BE USED BY TAMARAC UTILITIES WEST; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. 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 extend, for a period of one year, a bid option with Sloan Pump Company, Inc., for the purchase of two 4-inch mobile trash pumps, to service the City's 70 sewage pump stations; and WHEREAS, Sloan Pump Company, Inc., in accordance with the original bid, has agreed to extend the purchase price for a period of one year; and WHEREAS, the Utilities Director hereby recommends approval, 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. Temp. Reso. 6878 10/25/94 Revision No. 1 - 11/08/94 Revision No. 2 - 11/16/94 Revision No. 3 - 11/18/94 SECTION 2: That the extension of Bid #93-04 by Sloan Pump Company, Inc., in the amount of $31,900 for the purchase of two 4-inch trash pumps driven by a diesel engine for use by Tamarac Utilities West, a copy of the bid is attached hereto as Exhibit "1 ", is hereby approved. SECTION 3: That the funds are to come from Account No. 432-888-533-67J entitled "Emergency Equipment Purchase Program." SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this resolution. 11 6 Temp. Reso. 6878 10/25/94 Revision No. 1 - 11 /08/94 Revision No. 2 - 11/16/94 Revision No. 3 - 11/18/94 1-1 PASSED, ADOPTED and APPROVED this c Jday of I QVer , 1994. NORMA ABRA WITZ MAYOR ATTEST: CAROL A. EVANS ^ CITY CLERK RECORD OF COMMISSION VOTE I HEREBY CERTIFY that I MAYOR ABRAMOWITZ have approved this DIST. t: V / M KATZ O UTIO as to form. DIST. 2: COMM. MISHKIN DIST, 3: COMM. SCHREIBER DIST. 4: COMM. MACHEK MITCHELL S. K T CITY ATTORNE mw/nb/reso.pmp Attachment 1 0 E (LXHTBIT tr1tr — 0 r.J �.-- ')RIGINAI' COM CfTY OF TAMARAC C •® Fixed price bid Request for Proposal �otrINAlT MPY- E10 NO: ` ' 93-04 17ATE ?nzLl 19, 1943 (ail blanks mull be tilled In) (this It not an Order( *AGENOa 1 n 0ACS) REOVIRED: la 7 :!SING AnYiiy Pt:blic Se. @urarj,= Jgr:eS, c'tv irtee PfTanr (305)=5900 BIDS MUST d E SUE A{iT ED ON OR AEFOR 2: 00 P.m—, idar=y, May 10, 1993 Eastern SlarWsnT Tire or E431ern in4tW ry 8/yl19M SarMgs Tone As apallCable, The atfWal tYrr /han b. as Focaraed on 1N DsterTlme Rror7tng sle► In IN Orr Gook'& ollva. it rill bt the atl4 rrs>onatb141y o1 the bidder to airwa o :er4r Gnr or Tamarac an or btlor4 Ctts,lrte (tutu uw suseo &nn aboni. that vat prppotal ryCryt ow 011,d4 Of In., Cif y ireeLs; sIAirerl4/rtrnt,krli/lbr-IoaId,Penrra1Cdrwtttert,llutrtrethnsW lode((Ipfete1Crxtdlt 7tNr pnntnrnt docurnan, farm a Pan of trtis PrOpWAJ and by nfemAC4 414 tetada a part 10roo4 • iprCNkatioret,lddandu'cy. and any 1HTtZOLLustom sTATENEHT: The bafor signed bidder Ma e. witnot dM,rlged fo, etaru.4,d a r ajd&r% AS rgltutl wit( Any of hrr ytaytr at ) IIMI4s to a bid rriafe.er. (NOTE: Ho preml,rrreE, nbet4a Or Brat / pe 1ed he AIL Idr a Itr14 nt THE tl1 itCK III O aueh ►1o4tiwt r111 rers{!!I in the praMf{atbn tndrar tatvrrt Of 1e14t4ria19 (as, applloab4) and tore nntoret from 94 Lislll}. r0 THE ►17RC1iA stHO OFF1C[R OF THE erry OF TVLau� Wen VQ bat— e2� 11—by egg to farnithtM It the prlG:i) and 18=1 stated tuSjt_i to all hulruetbn4, Conditions. ap.Clllealbn4, /red all ■iLChw4nti herald. ws(l•~ j hmrt is&: &Itl/ UCrmsnt{ npludlCiy* d&UCc.,tlar+aandIullyund4nlandtrhatyrlqulrad(8rauafnftlfngII1l&algnelpropoul.re(tiollielatly4dxa;14canttACClf&;;fored rr inn City end it 40 43t eptarro4 doers all IN la ry• tlendltltlnt, and tpe Cthostlons CI lhls prOpoHl; en4 e.(tl hereby Pare- that r, wiA mate RAuaa� la audit to apprypr5ay ITT A4KUtara any apPueao4 i,gtn4aa er LeawWl records rr+s:+.ent io a reaartcky order Or a muscl.4 UI ILprltvs 10 be quo1M F.O.e. auren 04aflnallon Tarruree, Plaids Malfrered at the aaa"Cabt4 Cher &&(dress lndkated on the hrrenate prtleo aURE TO OUOTL: I1 row do AOI quoit, 914a1 4 return 4uotaflon shr41, state taa$on thereon and regtnat that your Oaten be retautal an our &suing uYl, ot++.n.lse, your I'Ar"d n+&r be remered Iran our bid m&Ilrng 4a4 ;Bids are Ifr 1 for 4cce;)tance within 60 days after bid opening date��� Yes— no Of her. TERMS: 10— � y, Net 30_ pays or bye of Month (ro a 1 da.'e Of delirerY and pP Y on acceptanca of material.) it "'Atd4d ALL rrEM5 810 HEREIN (when appltcable),anaddlUonal lDL%C.OU► T OF % as offered In ao0i60n to any terms, offered above. DELtVEFii 30 aelirery tiCalendar days after recelpl of Purchase Order (City reserves the right to consider me as a vital Consideration when making or recommending award), 0,AAlANCES:Elal,,maynryuonAto■f»clfyrkns.Mnrandorera,rren4 rtyt4au4++er.r.ncrM.efa4arer4ne/amre4ln.tle�efne• rraa°►u f.r,rl er In air brtl uucntnenf. NO v&AtATIONS OS ExCEt•rt0«S iT A alpDtR wlLt e[ CONSIOCAED OR mLl eL DELM TnE /:D &J8'A'nEO ur;LLSS SUCH v&RIATIPN OR ExCE/TIoN IS u5T w7ef tlrt�./ SteAu7E OR • EA Y4ITNIN THE Yip DOCUTAL EA AND WJLL It 'CtoOtt EDT O E A rARTr of a7UND IN ANC 4AMN RF -"A, 0t VtAtE N7a DR LLTAjjO will at .ONSIDE RLD AST E SIP O LAt A & ANDTTED At AND T14 CITY COLU MOT It ALL ■RIC E wZfjkfD AS/ CI /e ANY VARIA7 to lk ExV FTION OA LIMrtATIpN NOT SPECIFICALLY LISTED WrTNIN TNt BID 79Cr%jNTt . FSwillSECaNSIDEREP iOFwrrFDATHE::,OoD1HDICATLOWITNINTHE$10DOCUMENTSUNLESSASIDDERTARL;SPECIPICLx:EPTION THERE'TD AND LLL7r, SUCN (xCEPt ION wTTNIMTrIL a:D OOGUMEN'T& AND RLFLRLr+CLD rN Tout tALLlMN,q„ee1ey�u tt etantenr0 n the Bruce. q rs �rrebr tRtplrtl tn41 fort b.tl toYply, Inn role IWI M 4Aap. ntI& aw lwntatanel Purchaser Order Payment or Future bids one to be malted So athar than ro osrr'x address shown below, plaase )replete the following: P p III Purr-hs/a Oro.r to: N/A ttrphene Ns,_ �� iOPOSAL SUaMrrrED By: -&fait parmant to: N/A wiAna Code Wait Sids to: N/p 1ME(Printed): " Title: 'n'panYMvelWt;l,I-cJTnl4inFyLL)_ Shen Pume Co.. InC. L fore z, ---Lal P d rt Lauderdale FL 33314 0E; ITF- Telepho"No.: 305-531-2810 TE• C /, Indicate Which: Corporatlon: x iJtcla. ed Rol4nnera A-0plfee" b ef. Partnership. MM4A tlon Te old — Ft 6 +dt3 of Oartetel rrpY4alpv Clalae, — F= Individual: O"F81 /r4114t4M, — F) Other ... ,M OF TAMARgC r525 N.W. 88 Avenue :azaa.rac, Florida 33321-2401 6PECIFICATIQNS AND BID 6CEZDLL, Invitation To Bid Bird No. 93-04 Date Page_of_ 13 All Prims CrJowd F.03;. Tvnnx, F7m .� I 1-'Uv rrd and =$O&ded at=° -'$ r.�UJ ;.ians (Y� CbC k,,l) ,7P y a l to Wi.t bid. aPpit ble td[y L'iCi'.inatim ai h%diCatrd WOW. The IxSIbDERS REt211xREM�TFORgp QA EIA BOND: The City tdWl tdm ewtiGed eh: k err bid band in the amount of rl- (5) P= of the bid, vhich shall be ftxfeited m the pry in the event the H iddcl to xham the b¢siness it mxa t'taIJ tail or refuse s4 camPly wi.h the zpciGution ut the bid. C1te :ts will tsevent is 3 id& to dre L�,n,- -•sfd Bidders a.5;r awo of hid Fiiitra to submit this bid band =tiro the bid bid. &--k r i PERFQRMANCF BONDS-�n ct the bid. Pcfe:Mx ^-. � ' "d prig to the uecution of tine tS 17=1, sequbt tot Bidder to fu�is5 bands 0e mrin} the laitNul treo�� and the sty msY P=* rtbe and with s txds P+yr >G-tt of ali oblixatiaas atisint &4nwnder In =h fam and remount u the bands sus sti u1s smaties aeeursd throu;t the Biddds amW aatacat as mar be aM=blc to the of - - Ce &4 CCM pt�+luas road be paid by the Bidder. The Bidder shaU deliver bonds to the Cty no iva th ut �4: Gth tract UAN-l; Iy DESRrPnoN l 4" Mobile, Self griming Trash driven by 4 Cycle, Water Gaoled iD esel all in nc=rdance with attad`ie Speci.ficationS. 1 One (1) Year Se-"C=tract for unit Part 6- Part 6.d above a , s stiP-OAred in ,Orr ,L GKOSS st2 i Bm Open end aruaial ccnt-race with aptaan to renew eac5 yeas, far three (3) fr'secative Year's, Provided that the City agues to aum-d this C=tract artd ext. Znd renewal opt� antataUy and the selerked q ^ rtnbile sp1 f Przury tram Rath' st,ppl,,, grwides A letter of C=nfixnatian aruual.ly, the 9ito bt� the unit graces of r, TO. CITY CF TAMARpC . CFS ITI:s 6001 Nob Frill Plad r' r Yeith Fencl - Mohr Pool EXTrh-DED PRICE 700 . 00 Z�• �" g 250.00 950.00 Tide Co"21ny Nsms Sloan Pump Co., inc. Add,=, 4 201 Kean Road Ft Lauderdale, FL 33314 4-074- � • CITY OF TAMARAC UTILITIES DEPARTMENT INTER -OFFICE MEMORANDUM TO: , City Manager DATE: October 26, 1994 FROM: Wastewater System tI'" RE: Agenda Item to Manager Purchase Two (2) Diesel Driven Pumps RECOMMENDATION: The Utilities Department recommends the City Commission approve the purchase of two (2) diesel driven pumps from SLOAN PUMP COMPANY, INC. in the amount of $31,900.00 under contract Bid #92-12. ISSUE: The City of Tamarac Utilities Department has a Capital Improvement Budget Program to provide emergency equipment to maintain continuous wastewater service to its customers in case of electrical or equipment failures caused by natural disasters, Power failures or mechanical breakdowns. BACKGROUND: In anticipation of any interruption to the City's 70 sewage pump stations in the event of a mechanical or electrical failure, the Utilities Department secured a bid from SLOAN PUMP COMPANY, INC. on May 10, 1993 to purchase diesel driven pumps over a three (3) year period. The bid price was $15,950.00 for each pump with a one (1) year service contract. The total price for the proposed two (2) pumps will be $31,900.00. This purchase is the final purchase under this bid contract. These items were funded under the FY 1995 Capital Improvement Projects under Account #432-888-533-67J entitled "Emergency Equipment Purchase Program." These diesel driven pumps will compliment the mobile electric generators by providing service in cases where the installed pump or electrical controls are damaged or inoperative or when greater portability is required than can be afforded by the electric generators. The units are mobile so they can be moved from pump station to pump station as needed. RKJ:mw MEMO.PMP 10 11 1 Y002 SLOAN PUMP COMPANYwc. • Hydmulla Submersible Pumps • Wall Paint systems • • Jai Pumps • Diving Gampnmears . • fleeeeroh and Development • Home Offlca A Manufacturing Facilltles: i 4291 Keen Road Branch Offices: Fort Lauderdale, FL 77314 (9061 511-2110 Raufa 14, 4945 Kim Lane HE Fart Myer*, FL 779N (81 ) 2 7-4747 Mleml — POP 949.6293 FAX — (105) 514.4050 Florida WAT3 -- 1-400-432-7i November 3, 1994 ! i i City of Tamarac 7525 NW 88 Ave. Tamarac, Florida 33321-2401 Attention: Kline Jones Dear Mr. ,zones: � r Sloan Pump Company Inc. will build two new 4" Trash Pumps as e Bid #93-04 specification and will honor the same price of Bid #93-04 of $15,950.00 per pump. Sincerely, I SLOAN PUMP COMPANY INC. , i Roger Freeman General Manager I i i PROPOSED CITY COMMISION AGENDA ITEM City Commission Meeting: November 23 1994 Cut off date: 1 m Title: A Resolution for CRY Commission to award the extension of Bid #93-04 for pgLchase two 4-inch trash pumps driven b a diesel en ine Tamarac Utilities West Proiect No. 92-12 tc Sloan Pump Company, Inc. in the amount of $31, 900A0 as funded under Account No. 432-888-533-67J entitled "Emergency E ui ment Purchase Program." The initiating Department Head is to mark an "X" between the parentheses "( )" below for each department that must initial their review in order for this item to be placed on the City Commission agenda. Initials for Initials for 92partment Approval Disapproval Date ( 4 ) City Attorney (� ( 5 ) City Manager 1" ( ) Building Dept. C' ( 6 ) City Clerk CW ( ) Community Dev. ( 3) Finance �� s ( ) Fire -� z ( )Personnel---- N ( )Insurance ................ V J - _ C-n ( ) Broward Sheriff ( 1) Utilities All' ( 2) Purchasing InitiatingDe Department ent Head Signatur� V �� Date: !/I,t 4 1�1�I Vernon Har ra Di ctor ONUtilities ----------------- I�L��------------------------------------ --- y--------__----- ----------------------------------------------- This form is to be completed PRIOR to all backup being forwarded to the City Clerk for the Commission Agenda Packets, Page 1 of 2 PROPOSED AGENDA ITEM APPROVAL RECOMMENDED YES X NO This proposed Agenda item is being submitted for Staff's approval and recommendation .for City Commission action on November 23, 1994. Original documentation is attached herewith for distribution and inclusion on the City Commission Agenda. -------------------------------------------------------------------------------------------------------------------------------- PROPOSED AGENDA ITEM A Resolution for City Commission to award the extension of Bid #93-04 for purchase of two (2) 4-inch trash pumps driven by a diesel engine, Tama-rac Utilities West Project #92-12 to Sloan Pump Company, Inc. in the amount of $31,900.00 as funded under Account #432-888-533-67J entitled "Emergency Equipment Purchase Program." PURPOSE The purpose of this proposed purchase is to secure standby diesel trash pumps to service the City's 70 sewage pump stations in the event of a mechanical or electrical failure. These pumps will complement the electric generators by pr v�ipg a by-pass service in cases where the installed pump or electrical controls are damaged or ino 1ra#ive., .. ------------------------------------------------------------------,,,-r,--------------------------------------------------------- STAFF RECOMMENDATIONS Staff recommends that City Commission authorize the purchase of two (2) diesel engines, 4" mobile self -priming trash pump units from Sloan Pump Company, Inc. in the amount of $31,900.00 as awarded under contract Bid #93-04. FUNDING DATA This is a FY 1995 budgeted item funded`' from Account No. 432-888-533-67J entitled "Emergency Equipment Purchase Program." --------------------------------------------------------------------------------------------------------------------------------------- INSURANCE No special insurance requirement were specified since this is a Purchase Only type contract ----------------------------------------------------------------------------------------------------------------------------- SUBMITTED BY: Kli e. Jone , W stewater Operations Manager APPROVED: �--� Vernon E. Hargray, Di ribor of Utilities Page 2of2 AGENDA.2/mw 0