HomeMy WebLinkAboutR-03-0167J-03-053
1/30/03
RESOLUTION NO. 03— 16 7
A RESOLUTION OF THE MIAMI CITY COMMISSION
BY A FOUR-FIFTHS (4/5T11) AFFIRMATIVE VOTE,
RATIFYING, APPROVING AND CONFIRMING THE
CITY MANAGER'S FINDING OF AN EMERGENCY,
WAIVING REQUIREMENTS FOR COMPETITIVE SEALED
BIDDING PROCEDURES AND AUTHORIZING THE
PURCHASE OF ONE HUNDRED FIFTY 2003 CROWN
VICTORIA POLICE PURSUIT VEHICLES, FROM GUS
MACHADO FORD, FOR THE DEPARTMENT OF
MUNICIPAL SERVICES, FLEET MANAGEMENT
DIVISION, WITH A FIVE-YEAR/75,000-MILE
BASECARE EXTENDED WARRANTY, IN AN AMOUNT
NOT TO EXCEED $22,995 PER VEHICLE, FOR A
TOTAL AMOUNT NOT TO EXCEED $3,449,250;
ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT
PROGRAM PROJECT NO. 311850.429401.6.840.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. By a four-fifths (4/5ths) affirmative vote,
the City Manager's finding of an emergency, waiving the
requirements for competitive sealed bidding procedures and
authorizing the purchase of One Hundred Fifty 2003 Crown Victoria
Police Pursuit Vehicles, from Gus Machado Ford, for the
Department of Municipal Services, Fleet Management Division, with
a five-year/75,000-mile Basecare Extended Warranty, in an amount
not to exceed $22,995 per vehicle, for a total amount not to
CITY COMMISSION
MEETING OF
FED 1 3 ?M3
Resolution No.
5 03= 16'7
exceed $3,449,250 is ratified, approved and confirmed, with funds
allocated from Capital Improvement Program, Project
No. 311850.429401.6.840.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor Y
PASSED AND ADOPTED this 13th day of
ATTEST:
PRISCILLA A. T OMPSON
CITY CLERK
February , 2003.
APPRW IED AS"F,90rAND CORRECTNESS :6
AWJ0=0 VILARELLO
C�IYf ATTORNEY
W6835:tr:AS:BSS
�i If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it
shall become effective immediately upon override of the veto by
the City Commission.
Page 2 of 2
03- 167
CITY OF MIAMI, FLORIDA 15
INTER -OFFICE MEMORANDUM
FFR - 4 2003
TO: The Honorable Mao an4 Mem rs DATE: Resolution ratifying FILE:
of t e ity Comm ss on, City Manager's action
SUBJECT:
C� Ratification of Emergency
Purchase of Police Pursuit
FROM REFERENCES
.Toe r iola Vehicles With Extended
City Manager ENCLOSURES:
Warranty Plan
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution
ratifying, approving, and confirming the City Manager's finding of an emergency,
waiving the requirements for competitive sealed bids, and approving the emergency
purchase of One Hundred Fifty (150) 2003 Crown Victoria Police Pursuit Vehicles,
with a 5 year/75,000 mile Extended Basecare Warranty, from Gus Machado Ford, a
Non-Local/Hispanic vendor, located at 1208 West 49 Street, Hialeah, Florida 33012, in
an amount not to exceed $22,995 per vehicle for a total amount not to exceed $3,449,250.
Funding for this acquisition will be allocated from Capital Improvement Program, Project
No. 311850.429401.6.840.
BACKGROUND
The Department of Municipal Services maintains a fleet of older city vehicles that require
frequent repairs and for which the City incurs higher operating expenses. The retention
of older vehicles results in inefficient and untimely performance of various department
functions on a citywide basis. Additionally, in accordance with Police Department's
labor agreement and in consistency with the fleet replacement program, 150 vehicles need
to be purchased during FY'02-03.
Previously, the City of Miami purchased Crown Victoria Police Interceptors which
included a 5 year/75,000 mile Basecare Extended Warranty from Ford Motor Company at
a cost of $23,914.67 per vehicle. Unfortunately, the previous bid awarded in part to Gus
Machado Ford was for the purchase of model year 2001 and 2002 vehicles only. As such,
t this bid could not be extended to purchase 2003 model year vehicles.
Gus Machado Ford has offered the City the opportunity to take advantage of a special rate
for the exact same vehicles previously purchased with the same equipment and extended
warranty, for the amount of $22,995 per vehicle. In order to take advantage of this special
rate, the City had to have entered a purchase order no later than November 26, 2002.
Memo -Mayor & Commission -Police Pursuit Vehicles 03— 167
If the City of Miami were to purchase the same vehicles this year using the Florida
Sheriffs Bid, which can be checked through the internet at www.fisheriffs.org, the cost
per vehicle would be $23,533. The Director of Purchasing, Michael A. Rath, has
reviewed the Florida Sheriff's Association Contract as well as the State Contract and has
found the pricing offered by Gus Machado Ford to be lower than either of these contracts.
In addition, the Purchasing Director sent out specifications for competitive quotations to
other Ford dealers to ensure that the price provided by Gus Machado Ford was in fact the
best available price and it was (see attached Request for Quotations).
As a result, a purchase order in the amount of $3,449,250 was entered on November 25,
2002. In the event that these vehicles were not purchased by the deadline date, the prices
of the vehicles would have increased anywhere from $200 to $300 per vehicle. Hence, it
was more advantageous to purchase said vehicles by said date, since this would represent
a savings to the City between $30,000 to $45,000.
FISCAL IMPACT: NONE
�3
CAG Pnb
Memo -Mayor & Commission -Police Pursuit Vehicles
03- 167
INTIER-OFFICE M—Ei ORANDUNI
Carlos A. Gimenez
City Manager
C&) �, - fi J,-�
Alex J. Martfhez
Acting Director
General Services Administration
November 21, 2002 = __
Emergency Purchase
Of Police Pursuit Vehicles
With Extended Warranty Plans
DESCRIPTION OF COMMODITY/SERVICES NEEDED
The Department of General Services Administration, Fleet Management Division, is respectfully
requesting your approval for an emergency purchase of One Hundred Fifty (150) 2003 Crown
Victoria Police Pursuit Vehicles, with a 5 year/75,000 mile extended basecare warranty, in the
amount of $22,995 per vehicle from Gus Machado Ford, a Non-Local/Hispanic vendor, located
at 1208 West 49 Street Hialeah, Florida 33012.
EMERGENCY JUSTIFICATION
The Department of General Services Administration, Fleet Management Division, maintains a
fleet of older city vehicles that require frequent repairs and for which the City incurs higher
operating expenses. The retention of older vehicles results in inefficient and untimely
performance of various department functions on a citywide basis. Additionally, in accordance
with Police Department's labor agreement and in consistency with the fleet replacement
program, 150 vehicles need to be purchased during FY'02-03.
Previously, the City of Miami purchased Crown Victoria Police Interceptors which included a 5
year/75,000 miles Basecare Extended Warranty from Ford Motor Company E.S.P. at a cost of
$23,914.67 per vehicle. Unfortunately, the previous bid awarded in part to Gus Machado Ford
was for the purchase of model year 2001 and 2002 vehicles only: As such, this bid can not be
extended to purchase 2003 model year vehicles.
Gus Machado Ford has offered the City the opportunity to take advantage of a special rate for the
exact same vehicles previously purchased with the same equipment and Extended Warranty, for
the amount of $22,995 per vehicle. In order to take advantage of this special rate, the City needs
to enter a purchase order no later than November 26h , 2002.
Emergency Purchase Reso-2003 Crown Victorias �s ry
03- 1V/
If the City of Miami were to purchase the same vehicles this year using the Florida Sheriffs Bid,
which can be checked through the internet at www.fisheriffs.org., the cost per vehicle would be
$23,533. The Director of Purchasing, Michael A. Rath, has reviewed the Florida Sheriff's
Association Contract as well as the State Contract and has found the pricing offered by Gus
Machado Ford to be lower than either of these contracts. In addition, the Purchasing Director
sent out specifications for competitive quotations to other Ford dealers to ensure that the price
provided by Gus Machado Ford was in fact the best available price. As a result, it was (see
attached Request for Quotations).
In the event that these vehicles are not purchased by the deadline date, the prices of the vehicles
will increase by anywhere from $200 to $300 per vehicle. Hence, it would be more
advantageous to purchase said vehicles by said date, as it will represent a savings to the City
between $30,000 to $45,000.
TOTAL COST OF PURCHASE
$3,449,250
BUDGET APPROVAL:
Funds in the amount of $3,449,250 are allocated for this purchase from Capital Improvement
Project Funds, Project No.311850.429401.6.840.
DATE:
fDe ' t f Manage ent and B get
7t,r, larcelo Penha
Acting Director
DATE: Zk -An
�,. Department of gement d Budget
Pilar Sae
CEP Administrator
PPRnVF D SAPPROVED:� DATE:
11� City
CAG/FKR/AJM/nbd
Emergency Purchase Reso-2003 Crown Victorian 10 N
7
N
Budgetary Impact Analysis
42
1. Department General Services Adm. Division Fleet Management Division
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance/resolution:
Emergency Purchase of One -Hundred Fifty (150)
2003 Police Pursuit Vehicles with Extended Warranty Plans
4. _ Is this item related to revenue. NO: xx YES (If yes, skip to item #T.}
5. Are there sufficient funds in Line Item?
YES: ** Index Code Minor Obj. Code Amount $
NO: _ Complete the following questions:
6. Source of funds: Amount budgeted in the Line Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
7. Any additional comments? • -
Funds in the amount of $3,449,250 are being alloca'ted from CIP Funds _
Project No. 311850.429401.6.840
Approved b
S. ��J, 6 r) 1%11 #fi�2�
''�
1)epartni4nY9
ector esiw
r)"
// 2/ o
2—
DAS
FOR EPARTMENT OF MANAGEMENT AND BUDGET USE ONLY
3
FVerTd by: ' "
ACTION ACCOUNT NUDGER ACCOUNT NAME TOTAL
Index/b inor Ob'ectlPro'ect No.
From S
Dep e r/Desigee r
To S
7. Any additional comments? • -
Funds in the amount of $3,449,250 are being alloca'ted from CIP Funds _
Project No. 311850.429401.6.840
Approved b
S. ��J, 6 r) 1%11 #fi�2�
''�
1)epartni4nY9
ector esiw
r)"
// 2/ o
2—
DAS
FOR EPARTMENT OF MANAGEMENT AND BUDGET USE ONLY
3
FVerTd by: ' "
Verified b
C.I. A Vial:
Dep e r/Desigee r
e
Date 2
ate
Nov -19-02 04:13PM Froa-
..V. VI V� VV.V.ryI 1 .wl
T-453 P-003/013 F-590
. .VV ,-VV VVI 1 •.V
W os+Pc 513 ten,->•isrr
03-- 167
City of Mi8tnli 0A No: 02-0-022 (B,ev. 11/1/02)
REQUEST FOR QUOTATION At ionTa.
my et>!ffs" ftw=ft Oeperno"M
aa�w adse�.eaRsaorefsl�ie4�s3ms,aye6
' - Tde�Itaae poq aF1000rt1�1 iAXpeal4ssa�s
MACHADO PWD WIS IS NOT AN ORDER
ATrx: ED MACILADO 0o not aW uNess you Aroce iw a signed puohase order.
i nes WEST4.9^S7 1ta100: Paged yy
�L�'�'R1iil7 a� 00
Bw•c:3oS/se.= 2cn 119/311,071 of 4
I & yw-
et ift loft Maritsa Suarez , CYPB
INS VAPCt C=TO VENPM
1- PRaip WAIN en tlfa tam. YMX Dant Dia, tons. wo dolmy, Dunn Wdaa aaem3ad Wow- t; -tae» *KM WV bs QWWdarad H **Meme k apseiHeanwa an a *Lak ncL
2 AR quelaffoea ate se be VA. & 008*40m -passe 60AWMIse 1ndt Mc&
,L To ocean **you calpain as otri Od L IU. p1m a eMuat M WN anbaD Rdo BW even 0 Voa 00 = Wzh to bicL
4. WJA Fara WW BE $ROM bi 06ar3o bo VW& Peaawgtpayaeont ettaexants terns e -t -a - baa -di UM A W&W.
3. To mate deedMa tot n*, W URGE YOU T4 REPLY BY FAXwteatlarvv0Ges % or and 19 to P.Q. 9= $lad W*m
6. A cW of Dam= eZRtt(elae == be atbdead 9 is draet A eW of vunw* Or of 41" aoowodsnal Noum asst be ammMd V appttae6fe
ItAtnV
° ° '
Ocse tion
E vht`
Ura
Vffj PaCe
aaenM Pace
Prieieg shall be in aecordswe with a=ciutd
See Mcmdons
1
Police Purza Vehicles. Ford gown victoria,
100
each
/9soo.-
I COO 041—
z 003 year model.
2
i,acmry instsIiad ZgLa L-
A a�'rm lgh= receptacle shall be installed in
100
each
r,/1C
it/ A
a cownnient lowtica oz the front dash
3
f
Exmvded E&MMLign 75.000 tsiled5 yeah
100
each
3 y 4S�
3 eIP10 0- =
NOTE: If your flan has a Dunnet eootraet with
the State of Elands, Florida Sherifra
Auwintoa, ar imy Other goverumant gutty, w
supply the iteral oa this quote, the bidder shall
quote not more *an the exa=ct price: and
spcei£y said et=cy and contract umuber below:
1 -
Age;ncy:
Cflat:accNo_ -
i
THP.3FCt,'M
BELJOW MUST BE 00W IZ= IN PIU AND GMNW PA"RF-79 90
50 MAY
V=YAWFY YOUR QUrM
Date WipmWa=n be made I
Tama: Proeape paymaAtt oast
1.2 o -OA 5 FRPAA 0RP-rVA4DA7e
The areaarslpreaa hVWY aeraeee s•.e VMY haws and and ardeestand 1ha0MMs ands adsr*wfvn and to M w tut f68 a me ilma co m apt oral al to loros0M.
a�NR to ate IMkeeetfOrea. aaeaidona, epacieoioarx ear+d aaacAa-cera aa+ato. l�ait4t4 n Mus nae! ad tBs prololees tl etla aalegtlpn tiefae nee tfa rauala 104wainy
reaullns aororaet er ragaaet adddoned vwnpo'+eet o.% R sere le WOW Seel OWS arae acv F.Q L LES iiAMOK eadm **=who by d -s unduo grad.
Aemtoetzec
F� � . /Vi it C #� o
i�/ l /110 A
Clbdati
. 7P.ayeQMeF .�.(GE5
TNCPhara No.
30S -d.14 -A5 1.
FAX N0.
3oS-�.2a,.ZS9�.
Pltrtere o BereUtase (street} AWrM Dp Code
AWWW Son= M appleami: eaorhpany ARi= be at hma S.3% awnYdt
00 U1, 44' f AkA4e4n & 3 AJ
M"��a°t0`h1 4ef tle 13FWnoto pF{apanie
Ere6ty TXW lanop exec bw ea19 D Pattnsv jr
Oooupe b=' LWa a No.
£*taGon Chft
Fedanl l D. or 6,8A.
Osoeo Acy�veorship � carpocadon
W os+Pc 513 ten,->•isrr
03-- 167
Nov -18-02 04:13pm From- T-453 P.001 F-500
ENT BY:- 921; aa4 44.3 away; Mwv - /
��a�r-Gl-fit 01:1510 From- j3 yo Ai U. 2 0 tf A 4�'#�,� . Y T-221 P.MV40i5 F-1 17
Choi Miami
REQUEST FOR QUOTATION
Ver�dof VNOAi+d FO�RtYrt�01� lC>�
AZII+1; S'l>1�YS WViiC'Y
� scssal��v�tp
§L3M4
i
Q iYan�a6on in t10ir D t�omoa. pMaa �ianacasg7 atat�DaRl. _ — —
1t+la 02-03-022 ($ay. 11/1102)
.�t:vr.mna�ro.aatca�ray.*•.� �+.as�oe
Tii�yllwmjao�Etf.eaosNti� g0tptlhdss.ta�as
THM 18 14M AN
Oo not stip olas you r =%v a aWad Pw*gw atm:
10/31/02 11 of 4
ft"r.
Xarttza ftawas,
IN TRUCT7010TO VmNg U: '
�. t't t on a� tomb yar bras pdoa, �.aa dob". an dr amaw ooeerbao WOW. itMdom a fa. WE t» 9ffMWWsd I aalernne to apeare egfl V*&
2. Ip tam M M 140�r AeseYl�M aaat� olwtaeldfte ladaaled.
9.70 aroma feA yw nmaJ�n an out 6Y! i.1tR. P� ppAa � � 'hio Bid" am @ itou do tmt eid+m laid.
+.TAM Rsaa gas!' B& S kr otdef m M wId �+a.4=PwdwauM %me ww*bw oaamC bdo
S. To MMUM dMA0 for agcy. WB URGEYMM EtB4.T !tY lJtit Mt«leNatpo mdwk w no m ft PA am tleoed atom
CA wWMW==nw awdltaab =w W Ob AW M MWAV . A OM d a -=K CKI of Wud aempolmd !>eee.r mutt ba one~ u apPitalts
blotrAwQesaiptlan IZ%
' tads halt NO E+aended Ptlea
I
Z
3
Pr'ieiog shall be in aCCottW With attached
3pediit�tdoas
POiire I Vehicles, Ford Uovin Victoria, 100 each
2003 yes: owdel
A d m= Ugbar raq ack sbaiD be installed in 100 aa¢h
a camranient lan the A%w dash
RX=dea-wwzMfplaa: 75,000 miies/J Ymn 100 each
NOTE: If yoat twat bas a e m m co=acr with
the: Stm of Florida. Florida Sbmifrs
AssgciadM or aqy other gstv==Wm e=u*. m
supply she items on tbis qtott. dLe bIddet 8LeI1
gttatr aot amre d an the caat> w plica and
q=fy said agency ttad car&aet imniba below:
ABe�eY .—.---.--
Cosm zd No:
�OES Nat /A/Cr�uII� %79.CYi�G
Cz RB SS PrQo fEoto+{! _
to rrmda
M
g2 q f /Zrfs 9.00
w
c.rda.s m.c o+a�r l+saa raadan4 aaoumnd lh. fid: ar4+iA aoNolla� aad � mlta�k N 4ia DRoaa ana�ra a1+lr x a1 dQ+a mos alrow
ea+dRlay. apada aaat�s WW ae.d mwm hwws. Failm m u— fwd a/ *a pmMa w of iw OenaM OMad sa aerate m "WOW
oar w!®Iotnl�patfaeroe� tt abo is apead Owv�� seal F:o,a. E4'rxTat+IZ1oN. aaYna oa+il� �paea.o ay mo vde
g A. abw/ff1v 17 —7- ?- 99A
5 hL Aro-'al Ia aonewwas Data* Woo" QMP%*
ioiaaat u�mwp tae FaI I n Data I FadeM l.D. ar SAM
03- 167
Nov -18-02 04:13pm From-
n�Y-w Frac••
N8ntior 1n9o►raa$on r� .,.��. rr�
FOM OF"AVAT►t7
w1T,'%F.-VEgRIC TMOAVSW
10001♦oM FBD=*L UWy
00 WAND WACH, FL 35062
' FA7enl5al143r1?='r
v r+eonaaM a a" a
T-453 P-002 F-590
t-Z0Q R- OZ/001 F-111
atrst�ola eNsan>IeAM"
02-03.022 (114v• 11/1!02)
Clay of IY bW Ptxd+osbW D"n hw* -
T*WphawC p4lS4l MWt FAXIM441ie/!C
IMIS 18 MW AN "
Do noted* WWW you rsmIft�apsylptAd purerDde oro�r,
10 3a1%02 IL of •4 �IJy/G2 3 00 P.M_
Y&L-Itza
1. Psi q�oo: m+ea km, yore oaa w+� ate.. a� MTi.hr. e� yr �w aae+ao o.b�. aa�s.4c es me�raar.a � arrRane�. � go.aecsmosarv..ylaMra.
a a1s v>foab.w�e ati t, er. A.e�• awtirnee.� rrrr�re waioatd.
a to ansa m c es
yw melna xao 4SQ W4 mm� om- 9& ftm 1�fk111'+b sw Ono a you O eot wan
t ro Oro.
?hit egonee yKIST 1t 3latilC in orerr fa ro M4 AleApcD a�oaurue sre� � W tnelaetoe oiow. '
6. Te arm � M�1rIt for rii�Y. WEUlir3e; Y0lJ Tr] AlPLY err Ki►uWrwrw Pu�t+b. b o,� l.O. amr< >As�r a+w�lr rto+treFrrd >: qP��-
&A l�Yrsi•Ce COARaaa M00%* N I IN fOOkS . A ocW *f gWrW cW >� ss.� posaw —
f>rrnr Gontaodky DaaIP6aR apr� ! Un>t analionea I EA dedprig
Codec
1 Prici4g " be In =Ord== with strached
t Spoai�cacians t 'l18•�a
1 Pon= Pursuit Vewcits, Ford Crown Vicstwia, 100 each � �'�9'•? � S/
2003 year model.
Facsar +inMi
A c4utne 4hw reopmlc sht[1 be iasrsiled in 100 rAch S A
e cnn.►aa cat Watiaa on *c from dssb
p - 7:.000 milasIS years 100 ouch 3 ygi'
3
ZMTE: If your am bas a etersear cQWAIr t wlrb
ciao State or Florida, Florida sha4f r2
Assoemtion, Or any oftsr 8averm""ttam' to
apply the items ori this q3ote, dw bidder altalt
R&Mc :nut mare 60 tt+r cewna Price and
y Saud Macy and ccnb*= numbas below*
�eractNo:
• pLPTEQ (N lrtlLL Alta f11 1:AO.a7RE TD DO YAV D1�AV� YOuR LitiO'tE
1 1D1,1 g1eLAW -WW i3dC CO= Tac P ►PtAel'm
tsarsbs mads i 'K
M +s�►t,a. raa.r+a waets•� e+n oro
qua-
tW� =00WAA r aac x to
Tr* v+ee'
tr rd aorts%'v '°K aO �" sc�`• tUFA"ar}w+�. aF+eA'° °y
see to ale- o,e,p.,,rosoe,uweI:.9� oma /
Oiler 'Tltl�
as at vlast St aw�sba
ooa. utfr eaau tr o ONLOMIft
.,,..ar.�ln a gum d f.A oe s.9 X
yp« telreti w••••rp D
3 9oi� plv7 t] ��
p ciBOM a+a eW 7W
03- 167
Nov -18-02 04:13po From- T-453 F.004/013 F-590
Ms. Maritza Suarez, CPPB
City of Miami, Purchasing Dept.
444 SW 2ND Ave.
Miami, Fl 33233
Dear Ms. Suarez:
QusMaehado ��
November 7, 2002
i
Re: Requisition # 02,03-022
(Rev. 11/1/02)
In answer to your request for quotation dated 10-31-2002, our answer is as follows:
Please refer to our Ietter to Mr. Alex Martinez, GSA Director for the City of Miami,
dated September the 24th of 2002.
Gus Machado Ford will sell to the City of Miami 100 Crown Victoria Police
Interceptors equipped exactly as the vehicles that we previously sold you including
the 5 year 75,000 mile Extended Basecare warranty, for the amount of $22,995.00
each.
Enclosed please find a list and price of other options available for said vehicles, as
well as the properly filled out "Request for Quotation" that is marked 02-03-022
(Rev.1l/.V02)_
If you have any questions, please fell free to contact me.
Sincerely,
A. M chado
Government Sales
EAM/vp
L— �o� zaaa
IK3H1>i : d?0 3;115•: i�� 'n`
Ill,P 30 1.110
FORD
1200 Wesc 49ch Scr=
Hialeah. Florida 33012
3054522-3211
'Have You Driven A Ford i..*^ly'"
03- 1G7
Nov -18-02 04:13pm From- T-453 P-005/013 F-520
Alex Martinez
GSA Director
City of Miami
1390 NW 20 Street
Miami, FI 33142
Gu5achad® V�
September 240 2002
Dear Mr. Martinez,
Good news, I have been contacted by Ford Motor Company and authorized by them
to offer you ! a special Fleet price for the year 2003 Crown Victoria Police
Interceptor, provided you rollover last years bid.
At that time tike City of Miami paid S23,914.67 for each one of the vehicles that you
purchased including s 5 year 7-,000 miles Basecare Extended Warranty from Ford
Motor Company E.S.P.
If you were to purchase the same vehicles this year using the Florida Sheriffs Bid,
which can be Ichceked through the ivaternet at w nK,22haiff£your cost would be
523,533.00; however if you decide to take advantage or the offer that Ford Motor
Company is mialang and give us a purchase order no later than November 25`h of
2002, 1 have Lem authorized to offer you Exactly the same vehicles you received
before with the same equipment and Extended Warranty, for the amount of
522,995.00.
As described on Addendum A, as long as we have the purchase order before the
above mentioned date, we can arrange for delivery at a time that will be convenient
for you up to the month of July of 2003.
We have been doing business with the City of Miami for a longtime. We are sure
this offer will have your immediate consideration.
Thanking you jfor the opportunity of serving you in the future -
Sincerely,
do
Governm, t Sates
EAMIvp
Addendu=m A -LEnclosed
0 � b
120o Wen 49ds Street
Hialeah, Florida 33012
305-822-3211
-Have You Driven A F*rd 2uly'" �y
03.., i6
Nov -18-02 04:13po From- T-453 P.006/013 F-590
City of Miami. Florida Requex for Quotation: 0243.022 (Revised I 1/I/0Z)
REAR VorA L PRI'S'E -- MUCE PURSUIT: The vehicle shall be rear wise --1 drive and be equipped with the
manufactmmes standard oqu4nunt in addition m meatiag flue requirements listed belaw;
I. ENGINE: PA& (8) cylinder gasoline powered engine
recommended fol pollee operons by the manuscmM.
2. C00LNQ:,Ma f==evacitysystem
3. A1R CONdU101NG: Factory bumped.
with no less state 281 CID and 300 nor horsepower
4. W rNDSHIBLD AND GLASS: All windows stud the whulshicid shall be Factory tinted as data: as possible.
5. TRANSMISSION, lvtirru=n f= (4) spored hen7 duty amni do whh overdrive and b=ry iaaaied amdUmy
c atmal oil -air >ra mnsioa cooler.
6. WXM11 E.- Approximately 114 biding.
7. CHARGING SYSTEM: I3eavy-dwy alt'@ zmr with onfpru of 55 amps at curb idle and a bigh output of no less thea
120 amps. Alterslalar Shall be capable of supporting diJc vehicles fedi lmd without discharging the bettery. Ahernamr
abed isuc3ade dual belts if available.
S. BATTERY Maintenance fine bancry rated at no loss 11kin 730 CCA and include a batter} beat shield.
9. POWER STEERN. G: The power steering system shall be designed for high-speed police pursuit EYW driving =a
include ar avxlllary power steering oil cooler_
10. POWER BRAM Factory imtalled beavy-duuy front cine bual= with smri metallic pads. Rear brakes doll be
heavy-duty drum or discs busing the largest n%tdlable materials. Four (4) wheel ABS is required.
11, TMES &WHEEL.4_ Tires shall be a winimum l225170 R 15 or RPMSl70R13 Police Pursuit radial tkas with matching
wheels Each vehicle shall iochsde a fall size mormmd spate assd;aeL Tuts must ba wrafscd for Palica use up to 125
m.p.b. mmkined by the ata soca ureaufeennef.
12. &C. ANCi AND ALdG? 7T: Each whine shall Include a high- a ofl.4he-car wheel balaac a and a four-wheel
alipmera All daficE=cias shall be corrected prior to delivery_
23. DiTERIOR Heavy -dray seating. front door arm rests and other components shell be blue viral upholstery mslcrial.
The floor coveriag shall be heavyduty rubber matcial.
24. EXTERIOR: Manafacturer's standard whit* color pahL Tse vehicle roof shall be mirfcrced to =Wort the overhead
emergency light -sound system wishour flexing cr undue vibration. The rear door windows shaft have, full t"A=
arottad -se windows. Fazwry bmal[ed body side molding with a vinyl insect is required and she molding for the front
doors is to i e fswiZed pix to delivery_
15. ACCESSORIES: The vehicle shall be equipped with rez=w-controlled right and left side rear view m nurs Factory
mstsllrd gauge paclragos that kolades o1 greztur., water tempetattao and vohanrltar shall be mourod is to dash in
fun view of tib driver_ A re=m-tomrol tru* lid stroll be instar remora aball be operated by a solenoid
actuated byan accessible dash mwjwxd push-button switch. Swh& sbail operate only when the ianwon is in die *oa
posltioa". The trunk light shall be opemed by a matnui switch located conveniently is the trunk Power windows and
power door locks ass required. The rear door ismer beadles shall be delivated loose in the trusolc of &c vehicle.
16. SPEEDOME7M CalAnted and accu= widdR two (2) miles per how from 10 w 100 ashes per hour. Face
marlaags in ineremem of no atone than two (z) =des per how.
17. KEY SYSTEM; SW* to y system ftT tgnitsaa and all, lodes shall be provided. Each vehicle shall have a ciiliereac
loci: cwabkmticm
18. MISCELLANEOUS: All units will bave at least U2 teak of 1bei and Four (4) sets of keys for each unit upon de&ay.
i
19. SPECIAL FEATURES; Tho following sioil x included as part of this basic bid spziatioas;
03- 167
Nov -18,y-02 04:13pm From- i-aaa 1•YYI
�/�YOV-��-� {ii3jiiiil TriQ� � wr . •rrrt rrr �r
City of Wwmi, Florida Sp=jGC3dozs (Co ttiased) Rolm : Quoudon No. 02-034M
a) An ix-ledr, datae svviecb 36ai1 bet ms> ed so the dotme does not whoa doors are opened.
b) Cloth budget %ant seals with wmmsKl). Blue vinyl upitgIstery for ren seats. Carni* eoan%=W g<ass shield shall
be lrsralied if not l empozamd by rho maoufaaarres_
c) Rain shield oa ail doom
d) Lock type gas paps ur 3m=vd fecl door (mclease located inside the cm). Locbble was caps sW be kcycd all=
e) An andghe8 synods snail be itt n'lead. The *s= it: w bo duigaed m protect du vcWck from being driven away
xditle ] tt>etaiatg va oiled. lit addition, tare anti-thaft system shag proka the vehicle when pazbd and not is
nse, ncoviditsg 2�-haapzos+ettioa
f) Driver and pasxagez side air bap shell be itutalkd..
20. FACTORY INST T.LBD OMONS:
a) A aig rem liph= trrcptacle (for tae with s radw gun) shall be btsmW in a wnvenient location ad the fitat
dash.
21. 8X=NDED WARRA?UY PLAN
Yeadotrs shall quote pricing fx a zero- ednctible (SO) vdanded •wurmuy plan for each vehicle bid for tt
below listed dusaaoa:
MILM Yates
75,000 5
'An man covered -order tai caeuded vanaaty progr= shall be equivalent to Ford Motor Coxtzp :y's
BueCare vdaa=W padcage for now vollidcs and sbaA ioalud;, bar =9 be iiauned to covcrage of the
slowing components:
ENGNE SIRING
All intezzial lubricated pacts Coban lock
Cylinder block
Cnaler sad Kaes
CyUnde• heads
Conti'01 valve
Diesel ipjcmr pump
Idler arm
Flywheel i
Lial:R&= and eoupli-P
Gas fael inje c n aztd frtel Imes
Power stearing Pump
Aa<mcaic balencet and bolt
Pulley assembly, power steering gtcap
Msaifald, adur est:
Seals and s
Manifold, intake
Stetting gear housiug(mcludes all ia=aul perts)
Oil pan
Oil paanp
TRANSMMION
Seals and gaskets
All internal parts
Thermostat
Governor assembly
Tttectnostat bve:siag
Seals and gaskets
'riming chain cover
Totgae converter
Timing chain, &v= or bolt
Ttasfet case, bmiudin.-
Tt:rbocbergcs/Super�ger
by=T l Pam
Pa= 2 of 3
03- 167
Nov -t6-02 04:13pe Fr= -
j/ p0 091 -YL 07:2" rear
City of *BELL fkwva
1�i�y-ias�IIed
valmmovem
waarpnmp
SPt�ES
Baciiotg platys
BrAmbooster, power
CaT:/rss
Ca dbmdm V21W
Linseed fitthw
Mafrfytinder
Puft brake Tmkage and cables
Rmbfmm and dips
T-453 F-008/013 F-590
Spmcificwolla (CoatimmQI Rao / :br Qootadon No. 02-03-M
Traasudsdon rue
FRONT SUSPWWON
sett joule, oppc and lower
Carmol mets, upper and lower
Control Arm slats and bushings
King pias mad habitV
l.Um-.t and 6uhi4s
Spindle and spindle Supports
SmluZica•ber
MwPhemm sans (fta and rear)
7 ie ids
. Sc&4ums
ELECTRICAL
Stat, brake pelt
Alt,-,snatcr
Sptlt$s
Backglass. hmw (elem iad only - not S�Lxs
Wbed cylinders
damage or breakage)
Fuel pomp
ALS CONDL730 40 & BFUTING
Radial= fa relay
A/Cduvcb
Starter mover
A/Cch teh bem;kSs
S'tnrter murar salax id
A/Ccomprsssor .
Switches. mantrilty opccared electiWi
A/C corisp norbead
vohage roses
A/C corepressor awls
v►rrper umtars
A/C -- 'I ue ssoddutch switch
vv as I mr, Pc 4 s (imInding spark plug
Comkaser Lund ga*m
wires)
F QNP WRESL DRIVE
REAR.R13ZEL DitM
Axle slraft
Axk shams
Bmwbas, front Wheel
Fr=&Rc;&tW�iB=ln2S.
Bcarhw%fecw-Whoci
$QAU and p3kw i
Cohn= V -.k=W and univaval joiam
Drive We housing and all internal parts
Fuad drive housing and all Iaietral parts
Drive shaft
Hubs, (foto-wheel drive)
RetaiaetS
Locking rings Om -wheel drive)
Unmarssl ttnd col=t velocity j oirtts
Seals end gastuts
Coverage slmll indoda a rental and wvAng rsimbumemat
policy.
Pap 3 of 3
R
03— 16'7
Nov-18-a2 04:14pm From-
%/ "Il�n�rr r. •T.�. � .. �..
rf i�■ J��
ADp»vM NO. I
QUOTE M 02.0.oza
POLICE PU5m Vmc1ES
NOS �, ZOa2
i
Please mace the fbllowmg cb=p to Secdon L9.b. of the Specificadoc=
SpeciBcadon shall read:
T-453 P.009/013 F-590
b) Cloth blacker front seats with =mras(s). Blue Vinyl o cj2Q uphobftry for rase seats. Catalytic
converter grass; *field shall be installed if not k=rpo=ated by the manufscbm.
Pursuant to the above clza M bidder shall select the rear seat material for which uN*, can provide the
lawtst cost to thv City.
ALL OrTMM TERMS AND COA01TIONS OF TiiISS RFQ REMA- I ThE. SAtv1E.
S WCFRELY,
MICELAEI. A RATH
AC UNG DIRECTOR
THIS ADDENDUM! IS TO BE SIGNED AND DATED BY BIDDERS AND SilBMITTFD A3 PROOF
OF RECEIPT wrm TEm OF QUO?ES_
SIC
G� � O XOR-b�IATURE: • NAME OF FIRM: �i l-� S / / A L� I`��
DATE:
03- 167
I
I
,
- u
r
03- 167
Nov -18-02 04:14pm From -
Year 2003 Crown Victorias Police interceptors
Base Price
DELETE OPTIONS
AM/FM Radio
ADD OPTIONS:
Police Prep page (order Code UP)
Visibility package (Order,Code 65M
Full Wheel Covers
AWFM cassette radia
Limited Slip differential
Heavy duty padded cloth bucket front seats with rear vinyl bench seat
Cloth split bench
Driver seat only -8 way power
Roof-minforcement
Rear deck waming lights-md and or bhre, fbst tfg
Accessory feed wires for police equipment
Roof wiring with hole
Roof wiring without hole
Front door moldings (installed)
Carpet installed
Floor Mats
Lights; safety alternate bashing 4' redlblue mounted underside of deck 6d
dealer i ubd action acceptabie
Left-handed pillar mounted 6" spodigtd with clear halogen bulb, fact installed
Left-handed pillar mounted 6" spoEfight with clear halogen bulb. del. installed
Rear door locks & handles inoperative
T-453 P-010/013 F-590
City of Miami
S
19,338.00
CREDIT
$
50.00
PRICE
a
1,990.00
>;
990.00
i
40.00
$
180.00
$
90.00
$
&&GO
$
55.00
615.00
$
69.00
$
199.00
$
40.00
$
145.00
S
900.00
NO CHARGE
$
98.00
$
62.00
$
203.00
03- 167
Nov -18-02 04:14pm Frog- f T-453 P.011/013 F-500
Rear windows inop FU&P
S
19.00
Speed controls iitwhsel
S
210.00
Street appearance group]
S
145.00
Courtesy light disabled !
S
10.00
Third key
S
3.00
Remote keyless entry. maybe dealer install
S
234.00
Vent visors- stickmen style
s
77.00
Rain shields -flange style
WA
I
Silicone hoses
$
298.00
i
Auxiliary fuse black
S
85.00
Radio noise suppression,
68.00
Headlight flashers i
S
115.00
Ignition powered trunk bion, factory installed
S
59.00
Ignition powered trunk button, dealer installed
S
30.00
Rechargeable mag light I
S
135.00
Class III hitch 2" ban I
S
590.00
Keyed alike ,
$
38.00
Anti-theftTremco I
$
135.00
And -theft, Police Patrol Protector
$
69'00
i
Looking gas cap I
$
60.00
Natural gas engine 4.61
WA
Extended range CNG tan s
WA
Two-tone paint I
i
$
445.00
Priority startibattery saver
S
95.00
Push bumpers (Seting, Rhino or approved ORWmalent)
S
235.00
o3- 167
NOV-18-02 04:14pm Frain-
Ole
rom-
,
Federal 44" Vista Strvbe/LEDVMalogen Ligfrt bar, Feahvvs: 8 primary strobes,
4 LED flashers rear facing, 2 LED flashers froeft facing. ee:tter halogen tratfne
clearing light. 2 takedown lights, alley lights, PA40OSS siren and light
cotroller, MSM speaker with bracket, Out of 6 LED flashers, 2 may be blue.
Dealer installed.
Federal All light Streethawk Ughtbar, with PA40OSS combined sirenlPA,
fights controller & dynaniax speaker with bracket. Features: 5 rotators,
intersection clearing fights, 2frontflashing lighis.4 rear flashing lights.
takedown and ally lights. Dealer installed.
Federal Smadvector Ug"r, with SS20WSM smart sire/PA with
signalmnster control, with Dynamax speaker with bradcek Features:
4 rotators, 2 strobes, 2 rear flashers, and an 8 lamp signalmaster.
Dealer installed.
T-453 P-012/013 F-500
$ 11970.00
$ 1,480.00
$ 1,800.00
Whelen 47- Edge Ultra Series StrobWIED Halogen Lightbar. FeaW=12 primary $ 2,205.00
strobes, 2 it facing LED flashers, 2 rear facing LED flashers, 2 takedown
Ights, alley fights, built-in traffic advisor mode, blink corrtrvi unit
with light controls and siren amptifledcon roller, speaker with bracket.
Out of 4 LED flashers, 2! may be blue. Dealer installecL
Whelen Edge 64trobe Lightbar with WS2100 full feature sirmdPA, PCCBR S 1,382,00
switch control unit and SA314 speaker with bracket. Features: 2 afieys, 2
takedowns with flash feature, and 2 near halogen flashers. Dealer installed.
Whelen Edge 12 -Strobe Lightbar with multiple power supplies, with 295HFSA6 S 1,745.00
combined snzsn/PA and right controller and SA314 speaker aMf bracket
Features: single set of takedowns and afty lights, 2 rear halogen flashers.
Dealer Installed-
Code
nstalled
Code Three Strobe Halogen Lightbar. Features: 4 upper strobes. 3 but rotators, S 1195T.00
2 takedown lights, 2 alley fights, 2 front halogen flashers, 2 rear halogen
flashers, X fire intersection strobes, hsrdoost lenses, built-in traffic advisor,
mastemom siren and light controller. 51-100 speaker with bracket:
Dealer installed.
Code Three Exnt'bur Strobe Ughtbar with the following features: 8 primary $ 1,690.00
strobes, 2 intersection tights, 2 alley lights. 2 takWown bights, 2 rear halogen
flashers, with U92LS combined siren/PA 8, light controller 8i SL100 speaker
with bracket. Dealer instilled.
Code Three MX7000 Series Lightbw, with arrowstick. 5 ratators, intersection S 1,985.00
lights,alley and takedown tights, U92L6 combined sYrertlPA 8o tight contraper
8 SL 100 speaker with bracket. Dealer installed.
Selina #10 Series Lsxan Cage with sliid'wg window, full width lower extension $ 558.00
panel. Dealer installed, ;
Pro -Gard P2200P Serieal Polycarbonate (Lexan) Cage with "ding window, t W8.00
full width lower exiansioa panel. Dealer butaOed.
03- 167
Nov -18-02 04:14pm From-
Whelen Model 4 -Corner Strobe Systewn with cables as required, d dear tubes
and SPS600 6 outkt Power suPPly. Dealer installed.
Federal Model 4Zor" Strobe System with cables as required, 4 clear tubes
and SPSGJ 6 outlet power supply. Dealer installed.
Grill strobes (Whelen, Federal or approved equivalent)
Rear view mirror strobes (am• Federal or approved equivalent)
Extra Power Poem With Separnbe Fuse
Rear Trunk Light Operated By Seperaie Switch
Complete set of shop manuals ONLY
5175 Manufactinves Extended Base Care Warranty 40.00 deductible
SITS Manufacturers Extended Extra Care Warranty 40.00 deductible
5/75 Manufacturer's Exbauded Power Train Warranty 40.00 deductible
TOTAL
Any Other item 5% Over Cost
1-4213 r•YIdl41.2 r—SJau
S 365.0
365.00
$ 365.00
$ 365-00
WCLUDW
IWC
S 235.00
S 3,485.00
S 4.485.00
S 2,485.00
03- 167
' o
i
Cf t # of cmiami
C O N T R A C T A W A R D
AMENDMENT NO. 1
BID NO. 99-00-308
D
NAME OF BID: POLICE AND GENERAL FLEET VEHICLES
CONTRACT PERIOD: OCTOBER 1, 2001 THROUGH SEPTEMBER 30, 2002
TERM CONTRACT: ONE (1) YEAR WITH THE OTR FOR ONE (1) ADDITIONAL ONE-YEAR PERIOD
COMMODITY CODE: 070-42
METHOD OF AWARD: TO THE LOWEST BIDDER(S) WHOSE BASE PRICE, WHEN COMBINED WITH
THE EXTENDED WARRANTY AND THE OPTIONS SELECTED BY FOR A SPECIFIC
ITEM, REPRESENTS THE LOWEST TOTAL COST FOR THAT ITEM
AWARD BASED ON MEASURES: Yes () No (X) () Set Aside ( ) BBE () HBE
() WBE owned firms () Local Preference
SECTION #1
F.E.I.N. #
MINORITY DESIGNATION
VENDOR NAME:
STREET:
CITY/STATE/ZIP:
CONTACT PERSON:
PHONE #
FAX #
PAYMENT TERMS:
DELIVERY:
WARRANTY:
LABOR:
EXCEPTIONS:
E-MAIL ADDRESS:
SECTION #2
C.C. AWARD DATE:
AGENDA ITEM #:
RESOLUTION NO:
TOTAL AWARD AMOUNT:
SECTION #3
VENDORS AWARDED
59-23336-101
(H - HISPANIC)
GUS MACHADO FORD
1200 WEST 49' STREET
HIALEAH, FLORIDA 33012
ED A. MACHADO
(305) 820-2596
(305) 820-2592
NET 30 DAYS
150 CALENDAR DAY ARO P.O.
FORD MOTOR COMPANY BUMPER TO BUMPER
36 MONTHS OR 36,000 MILES
NIA
EXCLUDES EXPLORERS (SEE ATTACHMENT)
www.ausmachadoford.com
AWARD INFORMATION
65-0944181
(NM — NON -MINORITY)
MAR ONE DODGE LLC
21151 NW 2ND AVENUE
MIAMI, FLORIDA 33169
STEVEN HENRY
(305) 653-6343
(305)653-8250
NET 30 DAYS
60-90 CALENDAR DAYS ARO P.O.
3 YEARS - 36, 0000 MILES
WA
SECTION 3.17.0 — SECTION II F 7 D
ILLUMINATED WA
SECTION 111 E D ILLUMINATED ENTRY WA
WA
NOVEMBER 15, 2001 AMENDED AMOUNT: YES
24 SPECIAL CONDITIONS: YES
01-1220 INSURANCE REQUIREMENT: N/A
$5,901,108.00
AFFIRMATIVE ACTION POLICY YES
SECTION #4 REQUESTING DEPARTMENT INFORMATION
USER DEPARTMENT/DIVISION: DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
CONTRACT ADMINISTRATOR: LOURDES LOPEZ
TELEPHONE NO.: (305) 575-5130 FAX NO. (305) 575-5187
SECTION #5 PROCURING AGENCY
SENIOR BUYER: MARITZA SUAREZ DATE PREPARED: DECEMBER 17, 2001
TELEPHONE NO: (305) 416-1907 FAX: (305) 416-1925
PREPARED BY: STEPHANIE JONES
03- 167