Loading...
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 •