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