Loading...
HomeMy WebLinkAboutR-00-0498J-00-511 5/31/00 RESOLUTION NO. V3 0 '" t A RESOLUTION OF THE MIAMI_ CITY COMMISSION AUTHORIZING THE DEPARTMENT OF COMMUNITY DEVELOPMENT TO PURCHASE TWENTY-SEVEN (27) FORD TAURUS AUTOMOBILES FROM GUS MACHADO FORD AND ONE (1) PASSENGER VAN FROM ABRAHAM CHEVROLET, UTILIZING EXISTING CITY OF MIAMI BID NO. 99-00-68, IN A TOTAL AMOUNT NOT TO EXCEED $437,585.39; ALLOCATING FUNDS THEREFOR FROM GRANTS RECEIVED BY THE CITY FROM THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT. WHEREAS, the Department of Community Development requires the use of vehicles to manage the City's programs funded by grants through the U.S. Department of Housing and Urban Development; and Whereas, the Department of Community Development currently leases vehicles to meet its transportation requirements; and WHEREAS, it has been determined that it would be more cost effective on a long-term basis for the Department of Community Development to purchase vehicles to manage its programs; and WHEREAS, the Department of Community Development has determined that the purchase of twenty-seven (27) passenger vehicles and one (1) van will meet its transportation needs; and WHEREAS, the Department of General Services Administration has identified existing City of Miami Bid No. 99-00-068 to purchase vehicles for the Department of Community Development; and CITY COMMI.SSIO.N MEETING OF J U N 2000 hesoludon No. 0— 498 WHEREAS, the City Manager and the Director of the Department of Community Development recommend that the City purchase twenty-seven Ford Taurus automobiles from Gus Machado Ford and one (1) van from Abraham Chevrolet, pursuant to City of Miami Bid No. 99-00-068, at a total cost of $437,585.39; and WHEREAS, funds. received by the City of Miami from its HUD related grants are available to purchase said vehicles_; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings -contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The Department of Community Development is authorized to purchase twenty seven (27) Ford Taurus automobiles from Gus Machado Ford and one (1) passenger van from Abraham Chevrolet, utilizing existing City of Miami Bid No. 99-00-68, in a total amount not to exceed $437,585.39, from funds available through grants received by the City from the U.S. Department of Housing and Urban Development for this purpose. Page 2 of 3 -� Section 3.This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 8th day of ATTEST: June , 2000. JOE CAROLLO, MAYOR beecordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of We, legislation by signing it in the designated place provided, said legislation mow Ctcomes effective with the elapse of ten (10) daV the date ommissic :oar mgarding same, without the Mayor expXisi WALTER J. FOEMAN rTT'V (-T.VVV :8� �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 3 of 3 V U 498 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission RECOMMENDATION: • 27A DATE: gnnr) SUBJECT: Purchase of Vehicles REFERENCES: City Commission Agenda ENCLOSURES: FILE: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the Department of Community Development to purchase twenty (27) Ford Taurus automobiles from Gus Machado Ford and one (1) passenger van from Abraham Chevrolet, exercising a local vendor preference ordinance, through a bid awarded under existing City of Miami Bid No. 99-00-68, in an amount not to exceed $437,597. Funds are available through grants received by the City from the U.S. Department of Housing and Urban Development (HUD) for this purpose. BACKGROUND: The proposed Resolution authorizes the Department of Community Development to purchase twenty-seven (27) passenger vehicles and one (1) van to meet the transportation needs for the Department to manage its grant programs funded through the U.S. Department of Housing and Urban Development (HUD). The purchase cost of $437,597 is an eligible activity under federal regulations and funding is available from the City's HUD funded grant programs for this purpose. The existing fleet of City vehicles is not sufficient to meet the Department's needs to effectively administer the City's HUD grant programs, which include the Community Development Block Grant (CDBG), HOME, HOPWA and Emergency Shelter Grant (ESG) Programs. An accessible, well-maintained fleet of vehicles is essential for the Department to manage its HUD funded grant programs and conduct the necessary compliance related activities, such as project monitoring and the inspection of housing units and/or projects. As a result, the Department currently leases twenty (20) cars at a monthly rate of $574.79 per vehicle, or approximately $138,000 annually. On a long-term basis, it is projected that the purchase of vehicles will be cost effective and enable the City to maximize its use of federal , funds. At the current lease rate, the purchase of vehicles will pay for itself in approximately 3.2 years. This does not account for any increase in future lease rates, which would shorten the actual payout period. It should be noted that the projected payout ^ :4-;, ,;; uu- lai also does not include maintenance costs for the Department's new fleet of vehicles; which basically extends the payout estimate. It is also important to recognize that the proposed purchase of vehicles accounts for the transportation needs for additional staff positions, particularly in the inspections area, that have been previously approved by the, City Commission, but are currently vacant. Under . the existing lease structure, as these positions are filled, it would also be necessary to increase the lease fleet, thereby increasing the annual leasing expenditures proportionately. The proposed purchase of vehicles will be made through existing City of Miami Bid, No. 99-00-68 and includes twenty-seven (27) Ford Tourist assenger vehicles, at a cost . of $15,372 per car and one (1) van at a cost of $22,553, for a total cost of $437,597. The automobiles will be purchased from Gus Machado Ford and ' the van from Abraham Chevrolet. The Department of Community Development must still continue to lease vehicles for grant programs administered through its Workforce Development Division. The purchase of vehicles is not an eligible expense for grants implemented by. the Workforce Development Division, but the lease of vehicles is an allowable. expense through these grant activities. The purchase of vehicles to manage the City's HUD related grant programs will be cost effective on a long=term basis and will maximize the .use of the City's grant funds. i Therefore, it is recommended that the City Commission adopt the proposed resolution authorizing the .Department of Community Development to purchase vehicles at a total cost of $4 7;597 to administer its HUD funded grant programs. GCW/DF . 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw City Manager FROM: Gwendolyn C. Warren, Director N Department of Community Development DATE: March 2, 2000 SUBJECT: Purchase of Vehicles for the Department of Community Development REFERENCES: ENCLOSURES: FILE: The purpose of this memorandum is to respectfully request your approval to purchase vehicles for the Department of Community Development. The department is currently leasing/renting twenty (20) vehicles from InterAmerican Car Rental at lease rate of $575 a month, for a total monthly cost of $11,500, which includes maintenance and insurance. There is an ongoing need for this department to use vehicles to manage the City's various programs funded through the U.S. Department of Housing and Urban Development (HUD). Currently, the City is unable to provide a viable fleet for the department to continue its day to day responsibilities to meet compliance issues relating to the Community Development Block Grant, HOME, HOPWA, and Emergency Shelter Grant Programs. The Department of Community Development is responsible for the administration of these federal programs and monitoring of each project or activity funded by HUD. It is respectfully requested that the Department be authorized to purchase twenty-seven (27) new vehicles (Ford Taurus) at $15,371.57 each, for an estimated cost of $415,032.39, and one (1) new passenger van that seats approximately fifteen (15) persons, at an estimated cost of dollars $22,553. Grant funds are available in CDBG and other HUD Program accounts to cover the purchase cost of the vehicles and General Funds will not be used for this purpose. The total amount for the purchase of these vehicles is approximately $437,585.39. Also, these vehicles must be inventoried as HUD properties, which may only be used by the Department of Community Development, pursuant to HUD regulations and guidelines. In order to process the paperwork, for the purchase of these vehicles, your signature is respectfully requested below. If you have any Approved/Disapproved: !eetks me, at your earliest convenience. H.1l*rshaw, City Department of U-3get c: Dean De Jong, Director, GSA Alan Savarese, Fleet Manager, GSA er litij .af t�x�tt CONTRACT A W A R D BID NO: 99-00-068 NAME OF BID: POLICE AND GENERAL FLEET VEHICLES CONTRACT PERIOD: EFFECTIVE UPON THE DATE OF THE PURCHASE ORDER AND SHALL REMAIN IN EFFECT UNTIL THE MODEL YEAR OF THE EQUIPMENT AWARDED, IS NO LONGER AVAILABLE THROUGH THE BIDDER(S) OR UNTIL SUCH ITEM OR ITEM(S) PURCHASED IN CONJUNCTION. WITH THE IFB ARE DELIVERED AND ACCEPTED BY THE CITY'S AUTHORIZED REPRESENTATIVE COMMODITY CODE: 070-42 TERM OF CONTRACT: CONTRACT TERM METHOD OF AWARD: TO THE LOWEST BIDDER(S) WHOSE BASE PRICE, WHEN COMBINED WITH THE EXTENDED WARRANTX.A"E 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 flrnis, ( ) Local Preference SECTION #I F.E.LN. # VENDOR NAME:- STREET: AME:STREET: CITY/STATE/ZIP: CONTACT PERSON: PHONE #: FAX #: BEEPER A PAYMENT TERMS: DELIVERY: WARRANTY: LABOR: EXCEPTIONS: E-MAIL ADRRESS: F.E.I.N. # VENDOR NAME: STREET: CITY/STATE/ZIP: CONTACT PERSON: PHONE #: FAX #: BEEPER #. PAYMENT TERMS: DELIVERY: WARRANTY: LABOR: EXCEPTIONS: E-MAIL ADRRESS: 59-2336101 GUS MACHADO. 1200 WEST 49TH STREET MIAMI, FLORIDA 330i2 ED A. MACHADO (305) 820-2596 (305) 820-2592 N/A NET 30 DAYS 150 CALENDAR DAYS ARO P.O. FORD MOTOR CO. BUMPER TO BUMPER 36 MONTHS OR 36,000 MILES N/A SEE BID TABULATION www.&u Machadoford.com 592-15-1924 MASSEY YARDLEY CHRYSLER-ODGE 8401 SE FEDERAL HIGHWAY HOBE SOUND, FLORIDA 33455 MARK A. BOGACIK (561) 546-1800 (561) 546-1877 N/A NET 30 DAYS 90-120 CALENDAR DAYS AR P.O. 36 MOS./36,000 MI LIMITED WARRANTY 36 MOS./36,000 MI LIMITED WARRANTY SEE BID TABULATION SalesOMassev-vardlev.com VENDORS AWARDED 65-0802822 ; 65-0078325 ABRAHAM EFIEVROLET MIAMI " MAROONE D6D15 .. 4181 SW 8 I-ksTREET G' x• 2115 f --Nle I` D. *04UE 5 MIAMI, FLORIDA `33134 'MIAMI, FLORIDA 33169 ALAN W. JACOBS : STEVE HENRY;, (305) 442-1000 EXT. 327 (305) 653-6343 (305) 448-21.05 (305) 653-8250 (305) 855-4282 WA NET 30 DAYS NET 30 DAYS P.O. 90-127 CALENI2AR DAYS ARO P.O.:: _, 60.90.CALENDAARk, T.?fYS AR 36 MOS./360(Z MILES. ' 3 YRS./36,0001 Alto 36 MOSJ36000 MILES ':. 3 YRS./36,000 MILTS SEE BID TABULATION, SEE BID TABULATION TruckPro 11 @aol.com N/A 59-2336101 GUS MACHADO. 1200 WEST 49TH STREET MIAMI, FLORIDA 330i2 ED A. MACHADO (305) 820-2596 (305) 820-2592 N/A NET 30 DAYS 150 CALENDAR DAYS ARO P.O. FORD MOTOR CO. BUMPER TO BUMPER 36 MONTHS OR 36,000 MILES N/A SEE BID TABULATION www.&u Machadoford.com 592-15-1924 MASSEY YARDLEY CHRYSLER-ODGE 8401 SE FEDERAL HIGHWAY HOBE SOUND, FLORIDA 33455 MARK A. BOGACIK (561) 546-1800 (561) 546-1877 N/A NET 30 DAYS 90-120 CALENDAR DAYS AR P.O. 36 MOS./36,000 MI LIMITED WARRANTY 36 MOS./36,000 MI LIMITED WARRANTY SEE BID TABULATION SalesOMassev-vardlev.com F.E.I.N. # .'65-0736564 59-0558323 VENDOR NAME: PALMETTO FORD ED MORSE CHEVROLET STREET: 7245 NW 36TH STREET 1640 N SR 7 CITY/STATE/ZIP: MIAMI, FLORIDA 33166 LAUDERHILL, FLORIDA 33313 CONTACT PERSON: JUAN LOPEZ, DARRELL McNEILL PHONE #: (305) 592-3673/(305) 470-1373 (954) 777-7753 FAX #: (305) 470-1396 (954) 777-7738 BEEPER Ji. N/A N/A PAYMENT TERMS: NET 30 DAYS NET 30 DAYS DELIVERY: B-.10 WEEKS ARO P.O. 9-120 CALENDAR DAYS AR P.O. WARRANTY: SEE ATTACHED N/A LABOR: N/A N/A , EXCEPTIONS: SEE BID TABULATION SEE BID TABULATION E-MAIL ADRRESS: N/A, N/A SECTION #2 AWARD INFORMATION . G.C. AWARD DATE: FEBRUARY 10, 2000 AMENDED AMOUNT: NONE AGENDA ITEM #: 20 SPECIAL CONDITIONS: YES" . .RESOLUTION NO: 00-137 INSURANCE REQUIREMENT: N/A TOTAL AWARD AMOUNT: $5,778,717:43 FINANCIAL OVERSIGHT BOARD: FEBRUARY 16, 2000 SECTION #3 AFFIRMATIVE ACTION POLICY YES SECTION #4 REQUESTING DEPARTMENT INFORMATION USER DEPARTMENT/DIVISION: 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: FEBRUARY 22, 2000 _ TELEPHONE NO: (305) 416-1907 FAX: (305) 416-1925 .PREPARED BY: STEPHANIE JONES • CITY OF MIAMI AWARD SHEET BID NO. 99-00-068 ITEM: Automobiles DEPARTMENT: Community Development TYPE OF PURCHASE: Single Purchase REASON: The existing fleet of City vehicles is not sufficient to meet the Department's needs to effectively administer the City's HUD grant programs, which include the Community Development Block Grant, HOME, HOPWA and Emergency Shelter Grant Programs. RECOMMENDATION: It is recommended that award be made to Gus Machado for the purchase of twenty-seven (27) Ford Taurus Automobiles and to Abraham Chevrolet for one (1) Passenger Van, utilizing existing City of Miami Invitation for Bid No. 99- 00-068, for the Department of Community Development, in a total amount not to exceed $437,585.39; allocating funds therefor from grants received by the City from the U.S. Department of Housing and Urban Development (HUD). 4�A( irector o casing lO ate AwardSheett 1 9 8 1JU"—vt —acv vu: 4a ZH UNA% 305-545-5016 P.01 DCAN rJC I )Nc , Irfml; I )irp, *ar February 8, 2000 �AT.1'i#Ll of(--Mtaull Anthory Abraham Chevrolet Attn: Alan Jacobs 4181 S.W. 8" Street " Miami, Florida 33134 Rc: Bid No. 99-00-068 Police and General Flect Vehicles Dear Mr. Jacobs: [ x i.`Ml I, ) H. wAR9 IAW Cily Mana}rr Section 15-52.1(h) of the City Code, as amend, States that the City Commission may offer to a responsible and responsive bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. As a local vendor, your bid amount for the subject bid meets the above requirements. Please sign below to indicate your firm's acceptance or rejection of the bids at the low bid amounts as follows: $12,807.00 (Item No. I -B) yes + no 515,371.57 (Item No. 1-1)) _ ycs .-X no $15,992.57 (Itcni No. I -D wi Opt4) X yes no 522,553.00 (Item No. 111-F) ycs _ no Return this letter to the Purchasing Department no later than three (3) calendar days from receipt of this letter. Sincerely, Dean 6-02r- Acting Director Name: ;� �� .3 LL'. �1 Cc•[� 1' Signature: Title: " t� r Date: V C.0 �,�i•.K�naf�+� rn c;rrvs�t�r .•'.tRVN»FS i1oV,•'1.00N.W.2U01S1.0iMIurn1,FL!3142.°(dU5);7S.S1304;4x:13051 X7.5. 07 Ma0ing Address! P.O. Rttx 1107n$ Miami, FI .1'UTA-0708 f , f„ () Q 00- N 0 0