Loading...
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 -- —�