Loading...
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