Loading...
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