HomeMy WebLinkAboutR-97-0522J-97-503
7/ 16/97
RESOLUTION NO. 9 7— 522
A RESOLUTION ACCEPTING THE BID OF WILLIAMSON CADILLAC
CO., FOR THE LEASING OF TWO (2) VEHICLES TO BE USED BY
CITY OFFICIALS, ON A CONTRACT BASIS FOR THIRTY-SIX (36)
MONTHS, WITH AN INITIAL FIRST YEAR COST OF $7,310.82 PER
VEHICLE AND THEREAFTER $5,148.00 ANNUALLY PER VEHICLE,
FOR A TOTAL LEASE AMOUNT OF $35,213.64; ALLOCATING
FUNDS THEREFOR FROM ACCOUNT CODE NO.
001000.921002.6.840; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR THESE VEHICLES.
WHEREAS, pursuant to public notice, sealed bids were received on July 14, 1997 for the
leasing of V.I.P. vehicles for city officials; and
WHEREAS, invitations for Bid No. 96-97-114 were mailed to forty-four (44) potential
bidders and one (1) bid was received; and
WHEREAS, funds for this service are available from Account . Code No.
00100.921002.6.840; and
WHEREAS, the City Manager and the Director of General Services Administration
recommend that the bid received from Williamson Cadillac Co., be accepted as the lowest most
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.
CUT CONMSSIOiLiP
METING OF
JUL Z 4 1997
Resolution No.
Section 2. The bid submitted on July 14, 1997, by Williamson Cadillac Co., for the
leasing of two (2) vehicles to be used by city officials, on a contract basis for thirty-six (36)
months, with an initial first year cost of $7,310.82 per vehicles and thereafter $5,148.00 annually
per vehicle, for a total lease amount of $35,213.64, is hereby accepted, with funds therefor hereby
allocated from Account Code No. 001000.921002.6.840.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer
to issue a purchase order for these vehicles.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 24thday of July 1997.
w lz�64
JOE CAROLLO, YOR
f
WALTER A FOEMAN-
CITY CLERK
APPROVED AS TO FORM AND
CORRECTNESS:
W1741 :CSK
2 97- 522
CITY OF MIAMI, FLORIDA 2 9
INTER -OFFICE MEMORANDUM
Honorable Mayor and Members
To : of the City Commission
FROM E rd Marquez
City Manager
Recommendation
DATE July 17, 1997
SUBJECT : Proposed Resolution
Leasing of Vehicle(s)
Bid No. 96-97-114
REFERENCES:
ENCLOSURES:
FILE :
It is respectfully recommended that the City Commission adopt the attached
Resolution accepting the bid of Williamson Cadillac Co. (George Edmund Williamson
II and Thomas Williamson, owners), a Non-Minority/Dade County vendor, located at
7250 North Kendall Drive, Miami, Florida, 33156 for the leasing of two (2) vehicles for
a period of thirty-six (36) months, with an initial first year cost of $7,310.82 per vehicle
and thereafter $5,148.00/annually per vehicle, for a total lease amount of $35,213.6.4
for the two (2) vehicles. Funds are available from Account Code No.
00100.921002.6.840.
Background
The Department of General Services Administration has analyzed the bids received
pursuant to Bid No. 96-97-114 for the leasing of two. (2) vehicles to be used by City
officials. Williamson Cadillac Co. meets the Department's requirements and
specifications and offers the only responsible and responsive bid, and is, therefore,
recommended for award. The difference of $2,162.82 between the first year and
subsequent years is made up of the 3-year Maintenance Plan ($1,530.00), the refundable
security deposit (450.00), the up -front license and registration fees ($110.00) and the
Florida fees for battery and tire waste ($72.82). The vehicles are being leased for the
two (2) Assistant City Managers as part of their compensation package.
97- 522
BID NUMBER:
BID A ARD RECOMMENDATION FORM
96-97-114 COMMODITY/SERVICE: Leasing of 'two -121 vehicles
DEPARTMENT / DIVISION
rsP
TERM OF CONTRACT: Thirty-six (36) month lease
NUMBER OF BIDS DISTRIBUTED: forty-four (44) NUMBER OF BIDS RECEIVED: one (1)
METHOD OF AWARD: Most responsible and responsive bid. -
RECOMMENDED VENDOR(S):
Williamson Cadillac Corp.
STATUS:
Non-Minority/Dade
CONTRACT VALUE:
$35,213.64
TOTAL: $35 , 213.64 ( for two vehicle:
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
Leasing of vehicle (s) to hP ust-8 by city officials -
ACCOUNT CODE(S): 001000 921002.6 , 840
DEPARTMENT APPROVAL: BUDGET"VIEW APPROVAL:
Department Director/ Dipak M. Parekh
Designee Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
PURCHASING APPROVAL:
Judy S. Carter
Chief Procurement Officer
TITLE:
PAGE 2 OF 2 PAGES
4
C
BID NUMBER: 96-97-114
COMMODITY / SERVICE: Leasing. of vehicle (s)
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) is required to complete all remaining sections of_
this form, including the funding source(s), contract value (if applicable), and all other required approvals
rp for 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 of the Bid/Contract Section at &WX or 416-1907 should you have
any questions.
APPROVAL TO FORWARDLA
TO DEPARTMENT/OFFICE: C* I
J u d r
ief Procurement Officer
DATE:
BIDRECOM.DOC 4/30/97 PAGE 1 OF 2 PAGES
97_ 52 3
City of Miami, Florida Bid No. 96-97-1 14
6.5 VEN*k BACKGROUND INFORMATIOO
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:
W_I lrL101WISoN CAL) I L_Lr4 C_ 60 .
President6EC) G E 60M UNd WILL("SO�2E-
ce President (,L ! 4/i%S0Al
Secretary
COMPANY OWNERSHIP:
Treasurer
GEoR�� CDMUND WlLLtAt)jSoA0j1
THOWS VJf Ll4'iMS0t
LICENSES:
_55- % of ownership
-% of ownership
% of ownership
% of ownership
1. County or Municipal Occupational License No. , 19 y1 6 y " 1, it 9 LI/ 63 �' 3
(attach copy with bid)
2. Occupational License Classification W H(
f{0i0
3. Occupational License Expiration Date:
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. S 9 1 j 9 S3 3 S
EXPERIENCE:
6. Number of Years your organization has been in business: al�
Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: p( 9
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: a 9
V,4 N f,4 L. E'l,
97- 522 5
TABULATION OF BID
LEASING OF V.I.P. VEHICLE: BID NO. 96-97-114
VENDOR
Item Description
1 Monthly Lease Rate
based upon 36 month lease
Make/ModelNear/Color
2 Up front license, registration fees
3 Dealer Fees & Service
4 Battery, Tire Waste and Florida Fees
5 Refundable Security Deposit
6 Three (3) year maintenance plan
with $0 deductible
Standard Warranty:
Prepared by Maritza Fresno
7/14/97
Williamson Cadillac Co.
7250 No. Kendall Dr.
Miami, FL 33156
Non-Minority/Non-Local
Annual Mileage Excess Mileage
Lease Rate Allowance Rate
$429.00 /veh. 15000 miles .12/mile
1997 Ford Crown Victoria LX 4 Dr.
dark green or dark blue
$ 110.00 /veh.
n/a /veh.
$ 72.82 /veh.
$ 450.00 /veh.
$ 1,530.00 /veh.
3 yrs/36,000 miles
with maintenance plan 3 yrs./45,000 miles
Approvals
Department Director/Designee
Page 1 ,7
52`�
s ti
r
AkbCITY OF MIAMI OFFICE OF THE CIARLERK
BID SECURITY LIST NK
BID ITEM: LEASING 2 NEW VIP VEHICLES
BID NO.:
96-97-114
C.0
1= U a. m.
DATE BID(S) OPENED: J U L Y 14, 1997 TIME
PURCHASING DEPARTMENT on Z114Z 7/
(City Department) (Date)
SIGNED: --�I:,2uA
eputy City Clerk
Lai ll>`'lelZXVtU�T
ADVERTISEMENT FOR BID
r�
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. 96-97-114 Leasing of approximately two (2) new VIP vehicles
OPENING DATE: 10:00 AM. July 14, 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. 4257
CITY OF MIAMI
LOGO
c :� .
`d7
>
M
�
-<:s
r—
_X
>
�t
Uj
> >
1
I
01
City of Miami
REOUISITION FOR ADVERTISEMENT' pp number must
i a
appear in the
advertisement.
INSTRUCTIONS: Please type and attach a cogy of the advertisement with ihij reauisition.
1. • Department:
2. Division'
GSA ►
t
3. Account Code number: I
4..Is this a.confirmation:
5. Prepared by:
t
❑ Yes x❑ No
Gladys -Bermudez
6. Size of advertisement: i
7. Starting . date: t
8. Telephone number:
Leci 1
6/30/97
416-1904
9. Number of times'this advertisement' is to be
10. Type of advertisement:
published: (1) one
0: Legal :El' Classified ❑ Display
11. Remarks t
Leasing of Luxury Vehicles for City Officials
,
Bid No. '96-97-114
C3� .A. ip
rm . j m tU
E Y
Date(s) of
Publication'
I
Advertisement
Invoice No.
Amount
MIAMI TIMES
MIAMI REVIEW t
DIA,RIO LAS AMERICAS
i
` '.
;� �'3•
�L
!„fit
1
?`y > -
'✓
t.
t
1 ,
• s
I
,
13.
#
(I
❑ Approved `
El Disapproved
�
;"' ///CCCCC...../i/ j/
I I �
1
1
/,ice. /��"�- �.7:` j •!// ,%� i /
l
Department Director/Designee f Date /
Approved for Payment Date.
C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
vIw 1 MOV 1 wn:. nmte - u.O.M., %,angry - vepartment
s •