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repealed to the extent of such conflict.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