HomeMy WebLinkAboutR-98-0302J-98-309
3/17/98
RESOLUTION NO. 9 8 r 302
A RESOLUTION ACCEPTING THE BID OF GUS MACHADO FORD FOR THE
PROCUREMENT OF NINETY-SIX (96) POLICE ADMINISTRATIVE AND
INVESTIGATIVE TAKE-HOME VEHICLES BY THE DEPARTMENT OF
GENERAL SERVICES ADMINISTRATION, ON AN AS -NEEDED WHEN -NEEDED
CONTRACT BASIS, AT A TOTAL PROPOSED AMOUNT NOT TO EXCEED
$1,489,728.00; ALLOCATING FUNDS THEREFOR FROM THE GENERAL
FUND CONTRIBUTION TO THE CAPITAL IMPROVEMENT PROGRAM,
"REPLACEMENT OF CITY-WIDE FLEET", PROJECT NO. 311850;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID
VEHICLES.
WHEREAS, pursuant to public notice, sealed bids were received on January 21, 1998 for
the furnishing of police and general fleet vehicles, for the Department of General Services
Administration on an as -needed when -needed contract basis; and
WHEREAS, invitations for Bid No. 97-98-026 were mailed to fifty-eight (58) potential
bidders and eight (8) bids were received; and
WHEREAS, funds for this acquisition are available from the General Fund contribution to the
Capital Improvement Program, "Replacement of City -Wide Fleet", Project No. 31 1850; and
WHEREAS, the acquisition of the ninety-six (96) mid -size vehicles shall enable the
comparable number of full-size cars currently used by administrative and investigative units to be
reassigned as pursuit vehicles; and
WHEREAS, the City Manager and the Director of General Services Administration
recommend that the bid received from Gus Machado Ford, be accepted as the lowest most
responsible and responsive bidder for Item I-D, Mid -Size, Four (4) Door Sedans;
Cm cobUMSIOeN
XMING QF
MAR 2 4 M98
Resolution No.
98- 302
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.
Section 2. The bid submitted on January 21, 1998, by Gus Machado Ford for the
procurement of Police administrative and investigative take home vehicles by the Department of
General Services Administration, on an as -needed, when -needed contract basis, at a total proposed
amount not to exceed $1,489,728.00, is hereby accepted, with funds therefor hereby allocated
from the General Fund contribution to the Capital Improvement Program, "Replacement of City -Wide
Fleet", Project No. 311850.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer
to issue purchase orders for said acquisitions.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 24thday of March , 1998.
ATTEST:
WALTER J. FOEMAN
CITY CLERK
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse of ten (10) days from the date of Comm sion action
regarding same, without the Mayor exercisinc�.ayve#p. A n 7
APPROVED AS TO FORM AND CORRECTNESS:
�/�' 71b
L EDWARD MA ELL
I ERIM CITY ATTORNEY
W2401:CSK
Waiter 4.0ernan, City Clerk
98- 302
TO
FROM
CITY OF MIAMI, FLORIDA 12
INTER -OFFICE MEMORANDUM
Honorable Mayor and Members of the
DATE: March 24, 1998 FILE
City Commission:
SUBJECT: Resolution Authorizing the
Purchase of Police Administrative
Investigative Take Home Vehicles
Jose Garcia -Pedrosa REFERENCES: Bid No. 97-98-026
City Manager ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution accepting the lowest
most responsible and responsive bid for Item I-D of Bid No. 97-98-026 from Gus Machado Ford a
Hispanic/Dade County vendor, located at 1200 West 49th Street, Hialeah, Florida 33012, for the procurement
of police administrative and investigative take-home automobiles for a total award of $1,489,728. Funds are
available from the FY '98 General Fund contribution to the Capital Improvement Program, "Replacement of
City -Wide Fleet", Project No. 311850.
BACKGROUND:
The Department of General Services Administration has analyzed the bids received pursuant to Bid No. 97-98-
026. Fifty-eight (58) invitations for bids were mailed and eight (8) responses were received. Anthony Abraham
Chevrolet is the lowest bidder for Item I-D, Mid -Size, Four (4) Door Sedans; However, their bid is for the
Chevrolet Malibu which is manufactured only with bucket seats and a center floor control panel. This vehicle
does not meet the needs of the Police Department because automobiles with bucket seats and a center floor
control panel do not allow for the installation of the Mobile Data Terminals (MDT's). Therefore, Anthony
Abraham Chevrolet's bid is deemed non -responsive as it pertains to this purchase for the Police Department.
Gus Machado Ford is the lowest, most responsible and responsive bidder for Item I-D, Mid -Size, Four (4) Door
Sedans; for the proposed purchase of ninety-six (96) 1998 Ford Taurus'. This purchase shall complete the
addition of ninety-six (96) police take-home vehicles scheduled for FY '98. These Mid -Size vehicles shall
enable the comparable number of full-size cars currently used by administrative and. investigative units, to be
reassigned as pursuit vehicles. The cost per vehicle of $15,518 includes a six (6) year / 100,000 miles
exteqded warranty, and ABS brakes. Total recommended award $1,489,728.
4JP/JIAP:ehA011
Juan Pascual, Director
Department of General Services Administration
GSA/MePolVeh.doc
98-r 302
IUDY S. CARTER
Director
IV! Si#g of ffl i a M T-
98 MAR I I AM 8' 54
JOSE GARCIA-PEDROS,
City Manager
ADMI"STR ECSDRVIEAN.
GENE
March 16, 1998
Anthony Abraham Chevrolet
Mr. Alan Jacobs, Fleet Director
4181 S.W. 8th Street
Miami, FI 33134
Dear Mr. Jacobs:
This is to advise you that the City intends to purchase under Bid No. 97-98-
026, ninety six (96) midsize vehicles In behalf of the Police Department.
These cars will be used as take-home vehicles for sworn police personnel.
Recently, we were Informed by the Police Department that the center
console of the Chevrolet Malibu does not allow installation of the mobile
data computers (MDC), which is a mandatory requirement of the
department. (see attached). I understand the Chevrolet Malibu is
manufactured only with bucket seats and a center floor control panel.
Based upon this information, the City will be recommending purchase of
ninety six (96) midsize vehicles from the second lowest bidder, Gus Machado
Ford, in order to meet the requirements of the Police Department.
This item will be included on the Commission agenda of Tuesday, March 24,
1998. The meeting will be held at City -Hall, City Commission Chambers, 3500
Pan American Drive, beginning at 10:00 a.m.
Sincerely,
c- �a4L,
Q
y S. Carter
Director
c: Juan Pascual, Director, GSA Department
Major Jorge L. Manresa
Captain Joe Longueira
Bid File
DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(30S) 416.1900/Fax: 13051416-1925
E-Mail Address: purchase®ci.miami.fl.us/ Website Address: http7/ci.miami.fl.us/ (� O
Mailing Address: P.O. Box 330708 M0
iami, FL 33233-0708
-SENT BY:BLUGET LNIT ; 3-13-38 ; 4:22PM ;CITY OF MIAMI POLICE -
PROCLR13 E.NT MG11T. ; : 1 / 1
TO: Juan Pascual
Director
G.S.A.
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: MAR 13 19yd FILE:
W"Itcl Police Vehicle
Selection a Purchase
f
rHO"" Mai r Jorge Manresa REFERENCES:
Commander
Business Management Section e4CLmjnFS.
The Chevrolet Lumina was originally selected as the vehicle, that
we would purchase. However, once bids were received, it was
discovered that subsequent to 1998, production of the Lumina
would be discontinued. Therefore, the Chevrolet Malibu, which is
within a similar price range as the Lumina, was selected. Upon
further examination it was determined that the center console of
the )Malibu precludes the installation of an XDC. It is requested
that the Chevrolet Malibu be replaced with the Ford Taurus.
JLX1 as
98- 302
FEB-27-'� FRI 17:09 ID:ED r1ACHADO'S OFFICE TEL NO:305 820 2592
FQb-27-98 02:19P G.5.A- 545 -016
$1655 P01
P.02
ATttV YT# 49iaTTCT
J�. A.V :1 1'AS(:tlal
pr1'f Inr .•u. n.•n s i
\ � MSC•
February 27. 1999
Mr. Ed A. Machado
Gus Machado Ford
1200 West 49th Strcel
I iialeah, Florida 33012
RE: City of Miami Bid No. 97-9li-026
item I-D Mid -Sire 3 ttg
Dear Mr. Machado:
r. •.ta.�;,,�cr
As pur your recent 1'ebruary 25th and 26th, 1993 ccH>' "Mrion+ with Ms. Pcrez of our
staff, your bid for the above rcfcetenced item in the amount of $14,083.21 is for t%e 1999 Taurur.
I.X. This bid is for a standard package, which includes a 40130.'40 split -bench front scat. Ti
cost of the: additional item discussed is m fullow-:
1998.
• ABS Brakes
S 545.00
The Cnctory cut-off date for purchasing our fleet vehicles with ABS brakes is June I5.
if the aforementioned information is correct, please sigti below and fix this dorumw its
back to us at (305) 545-5016.
Your cooperation is greatly. appreciated.
cual
REVIF,WF.D AND AGRUED:
Date:
J;tchadn
Gus Mackaclo ford
LIMn.-w.dot
IW-4kIMEKT(_it--EN)MAitFRV1(:LNA0M1N*IRATJO%;'?I"tYrW.2(hn51 miami.FL'JP44'00.51 i��-�1)I)•1•.�:•:+�;' :1:•-
M,iiling A.1#i C-,>: V.0, Su• f in:•Ub mix-i+, rL i•d233 LITL6
98-- 302
FEB-27-'98 FP 17:16 ID:ED MACHADO'S OFFICE TEL NO:305 820 2592
U656 P01
1999 FORD TAURUS LX
PRICE $141,093.27
EQUIP AS FOLLOWS:
Seating for six passenger
3.0 liter V-6 Eng®e
Automatic I a g mission
Air Conditioning
Delete wheel cower
Electnonia AMMM at+eneo radio
Power windows
Variable iabermittmg wipers
P.laxnic outside rear view mirrors
Ra raft truck release
Battay saver
Power assist brakes fmat dW4 mar drums
Rear window defam
Front wheel drive
Tiotod glass aU vowel,
And sU standard features
nx following one extras you may add:
AN" stonoo cassette
$169.00
Antdock bral®g system
- 4565.80—
Floor mats front and near
SS 1.00
Power door locks
S250.00
Remote keyless antry
S 177.00
Daytime mining light
540.00
('- R r q 0i ry 10F #14 #,)
38- 302
t-eb-e/-98 12:47P Ed Morse Chevrolet 561 844 5262
rob-27-98 12:45P G.S.A_ S45 5016
IT-4 of 2miumi
WAN A. rASCUAL
Drrt.�'urr
1ebruary 27, 1998
Ms. Becky Chabler
F4 Murm Chevrolet North
2677 Nurthlake Blvd.
L,akc Park. FI 33043
RE: City of Miami Aid No. 97-9"26
Item �D_Mid Sire SWan
Lear Ms. Chabler:
P.01
P.O1
X )$F CARCIA-vtI W)SA
t.'l) manlpc,
As per your recant conversation of February 25th and 26111, 1998, ywrr bid for dic above
referenced item in the amount of $14,484 is for the standard 199E Lumina, Phis bid is for a
standard paekrtge, which includes a 60/40 split -bench front start. 'Ile cost of the additional item,
discussed are as follows;
A RS Brakes S 500.00
6 Yearll00,000 miles eztendod wwrinty S1,285.00
The furry cut-off date for purchasing our flcct vehicles with ABS brakes is April 8,
1998 (without other options).
If the aforementioned infortaation is correct, please sign below and faun this document
back to us at (305) 545-5016.
Your cooperation is greatly appreciated.
itEV WED AND AGREED:
. L)� q, g� - .
Becky C r
FA Morsc Chevrolet North
;as
ual
Date: ;) b -7
LrMnmeAw
lrlYAKfMENT f)f �.[NLIV1l SiKVIfF� ADM7NtS)RA7K)AU1 iqp N.W. _Klth tirJMitm., Ff lil{L/tJf),.) iTi•iI1r1,'f i� (J(A1 �' ; ;t N7
M3;6olr Address: P.O. So,, iJu)n)tl Miwm., tr ii)i 1 pir}s
98- 302
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jose Garcia -Pedrosa
City Manager
FROM: n Pascual, Director
Department of General Services Administration
DATE: March 8, 1998 FILE :
SUBJECT: Resolution Authorizing the
Purchase of Police Administrative
Investigative Take Home Vehicles
REFERENCES: Bid No. 97-98-026
ENCLOSURES:
The Department of General Services Administration has verified with the Department of
Budget and Management Analysis that funds shall be available from the FY `98 General
Fund contribution to the Capital Improvement Program, "Replacement of City -Wide Fleet",
Project No. 311850, in the amount of $1,489,728.
JAP:eh
CIP Project Review and Approval By:
Pill Saenz-Butler, CI Administrator
Budgetary Revi nd Approved By:
C'�U, P
Dipak Parekh, Di ector
Office of Budget and Management Analysis
Date:
Date:
9$— 302
POLICE TAKE HOME VEHICLES
BID No. 97-98-026
$16, 500
Cost Per Vehicle
$16,000
$15,518
$15,500
$545
$15,000
$14,500
$14,000
J$890
$13,500
$13 000
$14,08
$12,500
Gus Machado Ford: Ed Morse Chevrolet North:
Ford Taurus Chevy Lumina
Note: The low bid of Anthony Abraham Chevrolet is for the Chevrolet Malibu. However, the Malibu is manufactured only with bucket seats
and center floor control panels. This vehicle does not meet the needs of the Police Department because automobiles with bucket
seats and center floor control panels do not allow for the installation of Police Mobile Data Terminals (MDT's).
Total Cost of Contract
$1,600,000
$1,550,000
$1,500,000
$1,450,000
Gus Machado Ford Ed Morse Chevrolet
Ford Taurus North
C„J Chevrolet Lumina
I Note: Factory cut-off date for FORD TAURUS is June 15, 1998.
Factory cut-off date for CHEVROLET LUMINA is April 8, 1998.
Pac
1196 Vehicles
-- —�