Loading...
Ord. No. 11-09-2003 reso onlyORDINANCE NO. 11-09-2003 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AMENDING ADOPTED ORDINANCE 54 -08 -1989, WHICH ORDINANCE AUTHORIZED THE CITY MANAGER TO PURCHASE A STREET SWEEPER, ONE FORD F- 250, ONE SIDE LOADER, ONE DUMP TRUCK AND FOUR (4) CROWN VICTORIA CARS FOR A TOTAL AMOUNT OF $541,911.00 AND ACCEPTING THE INTEREST RATE OF 4.25% FOR A FIVE -YEAR FINANCING TERM THROUGH FIRST NATIONAL BANK OF SOUTH MIAMI, WITH FIVE ANNUAL PAYMENTS IN THE AMOUNT OF $ 118,154.00 AND CHARGING THE PUBLIC WORKS ACCOUNT NUMBERS 001- 1720 -534 -4455, 001 - 1730 -541 -4455, STORM WATER DRAIN TRUST FUND ACCOUNT NUMBER 111- 1730 -541 -4455 AND POLICE DEPARTMENT ACCOUNT NUMBER 001 - 1910 -521 -4450 VEHICLE -TRUCK LEASE PURCHASE ACCOUNT NAMES; DURING THE ADOPTION OF THE INITIAL ORDINANCE THE STREET SWEEPER WAS TO HAVE BEEN PURCHASED VIA PIGGY -BACK PROCUREMENT, BUT, WAS ACTUALLY THE SUBJECT OF A THREE BID QUOTE PROCESS, WITH THE MOST COMPETITIVE PRICE USED; PROVIDING FOR SEVERABILITY, ORDINANCES IN CONFLICT, AND AN EFFECTIVE DATE. WHEREAS, the 2008 -2009 Approved Budget reflects the allocation of funds for the purchase and financing of the proposed vehicles and trucks; and, WHEREAS, In accordance with competitive bidding procedures, banks were contacted with only three responding, Ford Motor Company, First National Bank of South Miami and Sun Trust Bank; and, WHEREAS, First National Bank of South Miami has provided the lowest rate and has agreed to finance the trucks and vehicles at 4.25 % interest rate for five years; and, WHEREAS, when Ordinance 54 -08 -1989 was adopted on December 2, 2008, the Ordinance was drafted to reflect that the vehicles purchase would be accomplished by "piggybacking" on current municipal and State of Florida Bids in accordance with purchasing procedures as outlined in the City Charter; and, WHEREAS, in subsequent review of the documents, staff confirmed that the purchase of the street sweeper was not via piggybacking, but rather, was procured through the use of at least three competitive quotes; and, WHEREAS, as the process for procurement was materially different than what was disclosed during the hearing before the City Commission, the City Manager, the City Attorney, and the City Finance Department deemed it appropriate to bring the item back to the City Commission to correct the material information and provide proper disclosure; and, WHEREAS, the purchases of vehicles, other than the street sweeper, has been accomplished, as the purchases complied with the terms and conditions of the procurement process of the City of South Miami; and, WHEREAS, to ensure compliance with the City's Procurement Processes, and as the procurement of the Street Sweeper was not in compliance with Ordinance 54 -08 -1989, the City is requesting to amend the Ordinance, authorizing the procurement to properly reflect the procurement process utilized for the purchase of a street sweeper; and, Additions shown by underlinine and deletions shown by .,,..g-- Page 1 of 3 Ord, No, 11 -09 -2003 WHEREAS, the Mayor and City Commission desire to amend Ordinance 54 -08- 1989, to correctly reflect that procurement was not accomplished via a piggyback procurement process, but, rather through receiving at least three competitive quotes, documentation of which is attached to the purchase request. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. Ordinance 54 -08 -1989 is here amended, to accurately reflect the proper procurement process used b staff, and as there is no further material deviation in procurement, that the City Manager is once again authorized to purchase and execute a contract provided that there are no material changes to the details of the contract as described' in this ordinance. The remaining vehicles identified in Ordinance 54 -08 -1989 were properly procured and the purchases have proceeded as directed. The remaining purchase outstanding for the street sweeper shall proceed now that the suprequired porting procurement documents properly reflect the procurement process used, as by the City's Procurement Procedures. Section 2. That the funding will be provided through the Public Works Department�rm Water Trust Fund and Police Department lease purchase account numbers as follows for the current fiscal year and will be included in future fiscal years budgets for the lease term of five years: 1 Street Sweeper $ 25,167.00 account # 111 - 1730 -541 -4455 Account Balance $ 25,200. 1 Ford F -250 $ 5,819.00 account # 001- 1730 -541 -4455 Account Balance $ 22,095. 1 Side Loader & Dump Truck $ 65,982.00 account # 001 - 1720 -534 -4455 Account Balance $240,152. 4 Crown Victoria's $ 21,186.00 account # 001 - 1910 -521 -4450 Account Balance $146,552. Section 3. If any section, clause, sentence, or phrase of this ordinance is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this ordinance. Section 4. All ordinances or parts of ordinances in conflict with the provisions of this ordinance are repealed. Section 5. This ordinance shall take effect immediately upon enactment. Additions shown by underlinine and deletions shown by vefstriki - Page 2 of 3 Ord. no. 11 -09 -2003 PASSED AND ADOPTED this21 sigay of July ATTEST: TY CLE READ ANA.ARPRZO ED AS TO FORM: Luis RLuis R�, Off�of City Attorney 2009. APPROVED: MAY "6/ I" Re2 °d Re COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Newman Commissioner Sellars: Additions shown by underlinine and deletions shown by overstrikiag. Page 3 of 3 5 -0 Yea Yea Yea Yea Yea