HomeMy WebLinkAboutR-98-0042J-98-24
12/30/97
RESOLUTION NO. 9 8 42
A RESOLUTION ACCEPTING THE BID OF TAMIAMI AUTOMOTIVE GROUP
FOR THE LEASING OF FIVE (5) NEW JEEP/GRAND CHEROKEE VEHICLES TO
BE USED BY CITY OFFICIALS, ON A CONTRACT BASIS FOR THIRTY-SIX
(36) MONTHS, WITH AN INITIAL FIRST YEAR COST OF $8,806.02 PER
VEHICLE AND THERAFTER $7,180.20/ANNUALLY PER VEHICLE, FOR A
TOTAL LEASE AMOUNT OF $115,832.10 FOR THE FIVE (5) VEHICLES;
ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO.
503001.420905.6.610; AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR
THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were received on December 3, 1997 for
the leasing of five (5) Jeep/Grand Cherokee vehicles to be used by City Officials; and
WHEREAS, invitations for Bid No.97-98-004 were mailed to four (4) potential bidders and
one (1) bid was received; and
WHEREAS, funds for this service are available from Account Code No.
503001.420905.6.610; and
WHEREAS, the City Manager and the Director of General Services Administration
recommend that the bid received from Tamiami Automotive Group, be accepted as the only
responsible and responsive bid.
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 hereby
adopted by reference thereto and incorporated herein as if fully set forth in this Section.
cm CO11�SS�GI�
JAM 1 8 1998
Revolution No.
��- 42
Section 2. The bid submitted on December 3, 1997, by Tamiami Automotive Group for
the leasing of five (5) new Jeep/Grand Cherokee vehicles to be used by City Officials, on a contract
basis for thirty-six (36) months, with an initial first year cost of $8,806.02 per vehicle and
thereafter $7,180.20/annually per vehicle, for a total lease amount of $115,832.10 for the five (5)
vehicles, is hereby accepted, with funds therefor hereby allocated from Account Code No.
503001.420905.6. 610.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer
to issue a purchase order for this service.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 13 th day of
ATTEST
L4
WALTER J. F ,
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
A./QUIXhr ES, 11
CITY ATTO/NIEW2117:13dsl
January , 1998.
AVIER L. SU REZ, MAYOR
2
98- 42
CITY OF MIAMI, FLORIDA CAm12
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE: December 15, 1997 FILE
of Commission
SUBJECT:
Proposed Resolution
Leasing of Vehicle(s)
FROM: Frank K. Rollason REFERENCES: Bid No. 97-98-004
City Manager
ENCLOSURES:
0
RECOMNMNDATION
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the bid of Tamiami Automotive Group, a Hispanic/Dade County vendor,
located at 8250 S. W. 8th Street, Miami. Florida 33144 for the leasing of five (5) vehicles
for a period of 36 months, with an initial first year cost of $8,806.02 per vehicle and
thereafter $7,180.20 annually per vehicle, for a total lease amount of $ 115,832.10 for the
five (5) vehicles. The funds are available from Account Code No. 503001-420905-6-610.
BACKGROUND
The Departments of General Services Administration analyzed the bids received pursuant
to Bid No. 97-98-004 for the leasing of five (5) vehicles to be used by City Officials.
Tamiami Automobile Group meets the Department's requirements and specifications
and offers the. only responsible and responsive bid, and is, therefore, recommended for
award. The difference of $1,625.82 between the first and subsequent years is made up
of the three (3) year Maintenance Plan ($965.00), the three (3) year/50,000 miles bumper
to bumper warranty ($490.00) and the up front license and registration fees ($170.82).
9- 42 1
BID NUMBER: 97-98-004
COMMODITY / SERVICE: Leasing of VIP Jeep
DEPARTMENT/CONTACT PERSON: GSA - Fred Hobson
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Department of Purchasing. The user department (s) 9 required to complete all remaining sections of
this form, including the funding source(s), contract value (if applicable), and all other required approvals
prior to forwarding to Purchasing.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form.and the
resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized
by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for
Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
Purchasing immediately. Emergency procurements are exempt.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT
REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY"
FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL
OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact Maritza Fresno
any questions.
of the Bid/Contract Section at 41SXIsiM or 416-1907 should you have
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE:
JUCN S. C
Director of rchasin
DATE: 1 ID " 1�
BIDRECOM.DOC 8/8/97
PAGE 1 OF 2
�R- 4-9
3
BID AWARD RECOMMENDATION FORM
BID NUMBER: 97-98-004 COMMODITY/SERVICE: Leasing of VIP Jeep
DEPARTMENT / DIVISION: GSA
TERM OF CONTRACT: Lease period of 36 months
NUMBER OF BIDS DISTRIBUTED: Four (4) NUMBER OF BIDS RECEIVED: One (1)
METHOD OF AWARD: Only responsible and responsive hidder_
RECOMMENDED VENDOR(Sh STATUS:
Tamiami Automotive Group Hispanic/Dade
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
ACCOUNT CODE(Sh
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL:
--= derTfent Director/ Dipak M. Parekh
DeSianee Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
Lourdes Reyes
Comptroller
CONTRACT VALUE:
TOTAL:
PURCHASING APPROVAL:
Jud rter
Director
TITLE:
PAGE 2 OF 2
4 9 8 - 42
TO
F
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Judy S. Carter, Chief Procurement Officer
Department of.General Services Administration
V `^1'
dual, Acting Director
era] Services Administration
DATE : December 17, 1997
SUBJECT : Resolution and Award of Bid
for the Leasing of Vehicle
REFERENCES Bid No. 97-98-004
ENCLOSURES:
FILE :
The Department of General Services Administration has verified with the Department of Budget
that funds are available to cover the cost of the subject bid in the amount of $8,806.02 from the
following Account Code Numbers:
503001-420905-6-610
BUDGETARY REVIEW AND APPROVED BY:
DIPAK PAREKH, DIRECTOR
$8,806.02
98- 42 1
TABULATION OF BIDS
LEASING OF VIP JEEP
BID NO.97-98-004
Tamiami Automotive Group
8260 SW 8 STREET
Miami FL 331"
Dade/Hispanic
Annual Mileage Excess Mileage
Item Description Lease Rate Allowance Rate
1 Monthly Lease Rate (based upon 36 month lease) $ - 598.35 \veh 15000 1mi $ 0.15 \mi
2 Up front License, Registration Fees: $ 170.82 \veh
3 Dealer Fees & Service: $ - \veh
4 Battery, Tire Waste and Florida Fees: $ - \veh
5 Refundable Security Deposit $ - \veh
6 Three (3) year Maintenance Plan, with $0 $ 965.00 \veh
deductible, as per Bid Specifications
Three (3) year /50,000 miles bumper to $ 490.00 \veh
bumper warranty
DELIVERWAVAILABILITY 45-65 days/hrs after
receipt of PO
ADDITIONAL VEHICLES, IF REQUIRED 45-65 days/hrs after
receipt of PO
STANDARD WARRANTY 3 yrs or 36,000 miles
(bumper to bumper)
/ %
Prepared by Maritza Fresno Ap roval;
1218/97 L ent Director/Designee
Page 1
98- 42 7
Bid No. 97-98-4
r .F6.5 VENDOR BACKGROUND INFORMATION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME:
COMPANY OFFICERS:
President �iQLhS A"1-95 Vice President.. -- --
Secretary Treasurer
COMPANY OWNERSHIP:
z�el yE 01—a' 5 LNG' . a?S % of ownership
7-5 % of ownership
% of ownership
% of ownership
LICENSES:
1. County or Municipal Occupational License No. /1`>TAe,1125::Q
(attach copy with bid) T
2. Occupational License Classification OZ/ eeTro !� "C!/��/Ox) J5�;rz-eS
3. Occupational License Expiration Date:
4. Metro -Dade County Certificate of Competency No. A/W
(attached copy if requested in Bid or RFP)
� ��/, Q
5. Social Security or Federal I.D. No. �✓ — �
EXPERIENCE:
6. Number of Years your organization has been in business:
7. Number of Years experience BIDDER/PROPOSER (person, prin of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: Si�iPiQS
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: �f/E'A25
bk— 9
CITY OF MIAMI OFFICE OF THE CIT . ARK
BID SECURITY LIST
BID ITEM: LEASING OF FIVE (5
BID NO.: 97-98-004
NEW JEEP(S) GRAND CHEROFUiE
DATE BID(S) OPENED: DECE;MBER 3, 1997 TIME
11:00 AM
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
TAMIAMI AUTOMOTIVE GROUP
ers rom the vendors listed
received timely cxs of the crbo7c
herein are ta
onnn`.�; g date a
only o ers
t�r�.e. A"
other offers submitted in respons
are heleby relected as late."
to the sol 6!afz
n, i my,
received ( / ) envelopes on behalf of
Person receiving bid(s)
PURCHASING DEPARTMENT on
(City Department) _ (Date)
SIGNED:
Deputy City Cler
CITY OF MIAMI
ADVERTISEMENT FOR BID
�j
er
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FI. 33133 for the following:
BID NO.97-98-004 Leasing of approximately five (5) new Jeep(s) Grand Cherokee 5.9
Limited, for a period of 36 months.
OPENING DATE: 11:00 A M. December 3, 1997
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904.
Edward Marquez
City Manager
AD NO. 4282-B
CITY OF MIAMI
LOGO
11
A
-t
?'tom
n 2
W
OA
`"-
City of Miami''"'""
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type
and attach a o f the v rti m n with this reauisition.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of advertisement:
❑ Legal ❑ Classified ❑
Dis la
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C IGS/PC 503 Rev. 12/89
1 Routing: Forward White and Canary to G.S.A. (Procurement Manaaement) and retain Pink coov.
U15THIBUTION: White - G.S.A.; Canary - Department