Res. No. 017-08-12614SOLUTION NO.: 17-08-12614
WHEREAS, the Afterschool House Program and that of the Recreation Department is in great
need of transportation; and
WHEREAS, the City of South Miami will utilize existing County bid number 5203-0/09 to
purchase the vans from Gus Machado Ford; and
WHEREAS, purchase of vans will reduce the cost of transportation for the children of the
Afterschool House program and that of the Recreation Department; and
WHEREAS, with this purchase it does not only assist with cost that the department pays out for
transportation, but will provide more opportunities for our youth to attend more field trips and be exposed
to more activities/programs; and
WHEREAS, the department will better utilize two (2) fifteen (15) passenger vans instead of the
originally budgeted thirty (30) passenger bus because of reduced variable costs.
AM 05 105 11 lb 6*1 us) ilk to] 0 1 MM I IV&$] a:14182 I -.5a I F."Im I Rej-'411mv u Ig-01", 0
Section 1. That the City Manager is authorized to purchase two (2) vans from Gus Machado
Ford through account number (001-2000-572-6430) Recreation - Operating
Equipment Account; with a current balance of $65,680.00.
Section 2., Cost of the two vans would not exceed $46,844.00 - ($23,422.00 each).
Section 3. The attached exhibit is incorporate by reference into this resolution.
PASSED AND ADOPTED this 3 day of 2008.
ATTEST:
( Aa�-
CITY CLERK
CITY
9M
Commission Vote: 5-0
Mayor: Horace Feliu Yea
Vice Mayor: Randy Wiscombe Yea
Commissioner: Marie Birts Yea
Commissioner: Jay Beckman Yea
Commissioner: Velma Palmer Yea
I- %WguireW
Honorable Mayor Feliu, and Members of the City Commission
Yvonne S. McKinley, City Manager
Cesar Garcia, Director
Parks & Recreation Department
January 29, 2008
Agenda Item No. :
Authorizing City Manager to purchase two (2) 15-Pasenger Vans for the Parks &
Recreation Department.
Request: Authorizing the City Manager to purchase two vans utilizing existing
County bid # 5203-0/09; utilizing these vans to transport the After-School
House and Recreation participants to field trips and various other park locations.
Reason/Need: As discussed during the budget process, the Parks & Recreation Department is in
great need of transportation. Purchase of these two (2) fifteen passenger vehicles
will reduce costs associated with transporting participants of the Afterschool House
and Recreation programs as well as give staff control to schedule more events and
programs for our youth. The two vans serve a greater need than the originally
budgeted thirty (30) passenger bus because of their versatility for our transportation
needs. The purchase of these Parks & Recreation vehicles is an approved expense
in the budget.
Cost: $46,844.00 — ($23,422.00 each)
Funding Source: Funding is through account number (001-2000-572-6430) Recreation - Operating
Equipment Account; with a current balance of $66,961.
Backup Documentation: D Proposed Resolution
Copy of State Bid
Vehicle Information
0 El
71517 Jan.10. 2008 3: 1 OPM
1200 Wool W'Slmol
Hialeah, Florida 33012
(305) ORMS96
(305) 020x2592
M V111 I
i®rogl� Wi
. m
To Kathy Vazquez From., Juan F. Fernandez
F a (305) 667-7806 Pagasi 2
Dates 1/10/2008
Ift Vehicle Quote CC:
No. 0925 P. I
Attached for.your review is the quote.you requested on behalf of the City Of South Miami.
If you have any questions Fegarding this quote or any other matter of mutual concern, please give us a
call at.your earliest convenience at (305) 8202596, either Jennifer or I Will be glad to assist,you.
Again, thank you for affording Gus Machado Ford the opportunity to be of service to you and the Cltf of
South Miami.
Sincerely,
Juan F. Fernandez
Attachment
h h
10. 2008 3:10P
CNG VEHICLE ORDER CONFIRMATION
2008 ECON'OLINE
Order No: 1010 Priority: 22 Ord TIN: OM510 Order Type:
Ord PEP: 721A Cust /Flt Name: SOUTH MIAMI PO Number:
. RETAIL
No. P. 2
%J-L/ � V /05 �-1 .38:25
Dealer: F24070
Paget 1 of 1
5B Price Level: 835
531 E350 XL SDE WGN $31840 X34 .3.73 REG X34
138" WHEELBASE JOB #2 ORDER
OXFORD WHITE CC FLR VINYL,FT /RR
t3
STD VNYL BKT ST 204 9100# GVWR NC
E MEDIUM FLINT 47X NON SCH BUS USE
721A. PREF EQUIP PKG 687 RUNNING BORRDS 320
.)(L TRIM SP DLR ACCT ADJ
219 ..15P BUCK`S SEATS SP FLT ACCT CR
614 .16" SPORT COVER 6 U.S. GAL GAS
574 .A /C, HIGH CAP B4A NET INV FLT OPT NC
587 .ELEC AM /FM CLK DEST AND DELIV 870
642 .16" STEEL WHEEL TOTAL BASE AND OPTIONS 33030
991- .5.41, EFI V8 ENG TOTAL 33 0
44Q °ELEC 4 -SPD AUTO *THIS IS NOT AN INVOIC
T38 .LT245/75RX16Z B
F1 =Help F2 =Return to Order
F4= Submit F5*Add to Library
5099 - J?PZ88 F4 TO SUBbUT
F3 /F12=
+QC04931
Q�a� �tacar IW CW�� Ales W�n.4A`t�j
"lotL
j-Tern59 @FLEET077
Jan 10, 2008 3:00 :38 PM
To; KalhyV9zquez Fromi Juan F. Fernandez
Fan: (305) 667-7806 Pases; 10
Phonu Date: 1/18/2008
Re., 2000 Miami-Dade Vehicles Bids CCI
13 Urgent - X For Review 0 Please Comment 13 Please Reply 0 Paeans Reavale
Attached for your review are the documents you requested regarding the 2008 Miami-Dade VehIcia's
Bids.
I am sending you the Invitation to Bid covers since they are very lengthy and too many pages to copy.
Also attached Is the bid award for Bid NUrnber 5203-0109 signed by the County Manager. The Bid's
award letter for Old Numbers 6204 and 2996 are pending commission approval.
Sincerely,
Juan F. Fernandez
Attachrijent
MIAMI-DADE COUNTY, FLORIDA
TIME FOLLOWING ARE.i2EtJM=IMENTS OF THIS BID, _AS NOTED EELONYa
DID DEPOSIT AND PERFOR ANCE HtND; ......................
NIA
CATALOGUE AND LISTS......... ...... . .............................. ..... .. ..
iWA
M, ATIFICATE OT CO 1PETENC1 1i ......... ...............................
NIA
EQUI'AHENT LIST :...................................... ....................... ........
NIA
EXPEDITED PURCIIASING PROGRAM (EPP)
NIA
INDEMNIFICATIONANSURANCT. ............................ .............
NIA
LIVINGWAGE.... ........................................ ...............................
NIA
PRE -1311) CONFERENCElt' VAT K- TIMU : .................... ............
NIA
SMAT,L )HISINESS IDN77RP. RISE; ,IRAS' RF. .......................
SEE SJECTION 2, PARAGRAPH 2,2
SAMPILESIINFORMATION SHEETS: .......... — .............. .........
N/A
SEMON3 - W IDTIA .................................. .................... °- °-- -.....
NIA
SITE viSIT/ AFFIDAVIT : .......... .. ......... ............ ..........................
NIA
USER ACCESS PAO GRANT : .................... ... ...............................
SEE SECTION 2, PARAGRAPH 121
WRITTEikt WA]RRAN TP.... ......................... ......................�........
SEE SEMON 2, PADA6RAPH 19.10
FOR INJP'O)MfA.TION CONTACT--
Pablo Martinez at 305- 375 -2102, or at mpablo @infamldade.gov
IMPORTANT NOTICE TO BIIDJDEItS:
MIAW-DADS COUNTY
DEPARTMENT OF PRO CVREMENT MANAGE, MENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL FP_RVEPX, NCE ON
PAGE 40 OF SECTION 4, BID SUBMITTAL FORM ,SHALT. RUN'DEIt THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE 40 OF SECTION 4, DID SUBMITTA -L FORM WILL RE, NDEIE YOUR
BID NON- RESPONSIVE
Jan. 18. 2008 10:12AM t
klio.0952 K 3
BED NO.: 5204-0109
OPENING: 2:00 P.M.
WEDNESDAY
NOVElVMDEIR 2E, 2007
ff"Jilf, i WAR Ill
`H g AT 1
TITLE:
L DEL YEAR 2008 -PICKUP TRUCKS OlF'VARIOUS SIZES, FOR MIAMI -DADE COUNTY
THE FOLLOAVlkG AI` + RROUIRRAIENTS OF THIS EIID, AS NOTED BEI,O�'V
DID DEPOSIT AND PEI RFORMANCEDOND .................... >..,
NIA
CXTALOGUrsAND LISTS :..........:.............. ..................I........,.,,
NIA
CERTIFICATE OF COMWETENCY : .................... ...................
NIA
EQ'UTL'iv1ENT LIST e ...................................... ...............................
NIA
EXPEDITED PURCHASING PROGRAM WEPT')
NIA
INIDENINIFICATION / NSIURANCR ..........................................
N/A
IGIVING VL`A+C . .............r,.........,,....
NIA
PRE -B31) CONFE- ItENCFAYALIC -TH U :. ..........................a,...
NIA
SMALL RUSHMS ANTERPRISE MEASURE .......................
SEE SECTION 2, PAIIi. 2.2
SAMPLE, BILLETS :..... ............................,...
NIA
SECTION3 — MDI(A .:................................... ...............................
LWA
SITE VISI`I /AFFIDAYM ............................ ...............................
NIA
USER ACCESS PROGRANL ....................... ...............................
SEE SECTION 2, PARA, 2.21
WRITTEN VVARRA NTY : ............................ ...............................
SELF SECTION 2, PARA, 2.9, Si)T3rARA. 2.9.10
FOR INFORMATION CONTACT:
Pablo firtinea, at 305-375-2102, or atmpablo @mianAJade.gov
MIAMI -DADE COUNTY
DEPA12Tib ENT OF PR0C Ufi% MENT MANAGEMENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 65 OF SECTION 4, DID SUBMITTAL FORM SHALL RE, NDRR THE VENDOR INELIGIBLE
FOR LOCAL PU FERENCE,
FAILURE TO SIGN PAGE 65 OF SE, CTION 4, BID SUBMrfTAL FORM iiILL MENDER. YOUR BID
NION- RESPONSIVE.
Jan. 18
1311) ALPOSIT AND PERvORIVIANYCEBOND. . .......................
N/A
Cr3.TALOGUL- AND LISTS: ........ ........... ...............................
X/A
0WIFICATE, 01? COMPLY.` BKCY ......... ...............................
NIA
EQWPMi.+`NT ` L, TS` T' :...................................... ...............................
NIA
EXPEDITED PT) RCIIASINYG PRO GRAM (UPP)
NIA
INDRI NIcNI�tFIC�A�TION/IRYS1[111E ANC" L:...::..... .....• .........................
N/A
LIIKO TVAGBi ........... .................................................. ....... .....
X/A
PRF-BW CONFDRFNCEA-1 ALK- THRYI .. ...............................
NY /A
SKALL BUSINESS NESS ENTERPRISE TWEASURE :......................
SEE SECTION 2, PAR 2.2
SAMPLE ,ORIVIATION SktEETS ....... ...............................
NIA
SECTION 3 -- MDTTA ........................................... ........................
NIA
SITE VISIT/AFFlDAVIT . ..................... ....... ...............................
NIA
USER ACCESS PROGRAM ........................ ...............................
SEE SECTION 2, PARA. 2.21
IVIdi3fTTEN4riLttr3ihYTY ............................... I ........ ...................
M, SECTION2 , PARA. 2.9,SUBPARA.2.9.10
FOR IN ORMATION CONTACT:
Pablo Alartinez, CPPD at 305 - 375 -2102, or at mpablo@n)samidade.,ov
IMP'ORTANT NOTICE TO BIDDERS; '
MIANII -DARE COUNTY
DEPAR'TI12ENT OF PRO CURE, NIENT MANAGEMENT
PURCHASING DIVISION
I+AILUNE TO COMPLETE THE +RTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 38 OF SECTION 4, DID SUBMITTAL FORM SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PIdEI+ERE, NCE.
FAILURE TO SIGN PAGE 38 OF SECTION 4, BID SUBMITTAL FORM VS'](LL RENDER
YOUR MD NON- RESPONSIVE.
Jan. i$
DID DEPOSIT AND PERVOMIAAYCE1it NT. . .......................
K/A
CATALOME AND LISTS:... ......... ...............................
NIA
0XITIFICANE, 01? COMPT, TENCY : ........................ ............. ..
Nit,
RQVIP- MR114T LIST :............................... ............. ............ .............
bm
EXPEDITED YT)RCTIASTINGPROGRAM (EPP)
NIA
INDBi%lNIRICATIOi gNYSID AT ICL :...::..... .... ....... '...................
NIA
LIVINTO WAGE- ...... ......................... .... ......
RYIA
PRE -DID CONFERENCEAVALK TIIf RU .. ...............................
MA
SIVIALL BUSINESS ENTERPRISE iHEASURE :......................
SEE SECTION' 2, PARA, 2.2
SAMPLES"T, ORNIATTOI't SHU, ETS . .............. ................. ,...,.
NIA
SECTION 3 — MI) TIA :................................... ...............................
NIA
SITE VISIT/ AFI• IIl A" VIT ............................. ...............................
NIA
US.GR ACCESS PROGRAM :....................... ...............................
SEE SECTION 2, PARA, 2.21
1'V IT"7CEX'{y'AR14 M...... ....................... ...............................
Sr, 9 SRCI'ION 2, PARA. 2.9, SUDPARA. 2.9.10
EOIZ I OILtV1.A.`PION CONTACT:
Pablo Martinez, CPPB at 305- 375 -2102, or at mpabla@nuawida le.gov
IMPORTANT NOTICR TO DITIDERS:
MIAI1II -DADS COIUlVTY
DEPARTMENT OF PRO CURE, WIRNT MANAGE lMENT
PUR.CI-IASYNG DIVISION
FAILM TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREZ+`It;;t -E CE ON
PAGE 38 OF SECTION 4, DID SUBMITTAL FORM SHAM, RENDER TIC VENDOR
INELIGIBLE FOR LOCAL PREFERENCE.
FAILURE TO SIGN PAGE 38 OF SECTION +6, .DID SUBMITTAL FORM WILL RENDER
FOUR BID NONQRESPONSISFE.
Jan. 18. 2808 10:13AM
No, 0952 P. 5
Procurewent Mariagement
Adminisb'allon and Fiscal Division
111 NW lststreet a Suite 1300
Miami, Florlda 3312.13 -1'974
T 305 X75 -5289 F 305 -375 -4726 305375 -•5409
AisA Cwtirmlion minttiidade.gov
Aland t Cwhilnallon
AniMM %(VN.• x- ja4uaxy 10, 200$
AYS in Mile Phf;rs
A01 and Manapmom St fvlcos
A0010Ot
building
tlfltll1111y, Owe corpianra All Desponding Vejulors (Sea DA'stXibution fist),
finilnMf I)OV06PnIetil
Cspltal h11ptovetnrnls j
ti)Izans'ittttr[retnifvYt iianstroriatton7rfrsi SUBJECT-. Did Number
C.nfttnSission an Ethiccagtt luninflunt • Title: Model Year 2008 Vans of Various Sizes, for Miami-Dade County
Cnmmmticaliuni
Connowillp Acllon A;c tty
commmilty & Unnnnile l]ovclalnnoat
Commanity32clatlAnF I. car Va dors:
IA•1YWnYaf Sr ?fViCM '
CtNrfscilons Fc ltcbaGlitlalt,nt
Cuitw.,,Mairs Evaluation of bids tendered in response to the above cited solicitation has been
Eiucfimtt
'completed. Tho County Manager or designee has recommended award as shown in
EmcrpencYM3aagnar.YYi the attachod document.
Emptagee Retaliunt
t'ntpetxennentTrutt This notice is provided in aecordanoe with Section 1.12 of the solicitation and
c1mq dsa1;sttnutogyScnlvn
Fuotronn omalamurcesMuna�ement Section 2 -8,4 of the Cotta of Miami-Dade County. Our provision oftlals notim also
ti,trEwptayntentPrufir�s serves to Confirm the lifting of the Cone of Silence from this ptoou emeat actions as
1"'tnama dictated by Section 2- 11.1(t) of the County Code.
r1m RrnntYa
�CtYcrat Sety :cis AftnY►nlsitattnn We appreciate the participation of all vendors who responded to the snbjeCt action,
fiArLYlIaYCn1 tntattnaQun Cc+Yto(
ilistaritPuscwstian
If you have any questions, pleaso contact me at 305375 -2102, or via eniall
Jta,sY�tr�sr ►ffu an Pablo his, , Ainidade.my.
ttnvstn8+�iencY
HAUS ?ng FinaneeAutbnrily .
t Innun 5atvtcas Sincerely,
Rudow Amos
Gttarnathmal'RntleCatYSnrllnm
luw,1111 4etvices
Mcotira) ►xaniil{ t y
MetmddiznAAC& tan Pab X510 �y
MuropARtan Planning niaFthuY Sonia caveinant Contracthig Agent
MqK And Rode "Iton
Plnan 1Yd anti 71adfgi
MCI.
ttitnCuxbrAagt M�.ni8Bnlont DIgtrIbutiou List; Atlantic Ford Truck Sales, bic, d/b /a..A llantio Tr3tck Coulter
t to1w.gyApixaisat Auto Holding Cotp.
n1blic i.tttrafySyn I]
on It3id 1?ai'Cl
, lrto. -
Pub4c \Vafks
Gus Machado Ford Inc. `: '' :`:: =� : - � "�: :• �� :: K
ho Dart 1 -s i E = ,;tr•;, r ;;,: „r , ;•;.:..::•`•.:.,; .y' ;..':•.�
SEVfian , `�,<:i: 2�;`.rti � +` .1:._ ''.t+•: _ -j: t'ti.:::y t
5olld Warta Managmucm
Manager.. • ;: ,.••.. ~;:� _ .,�
$ualRe n INs bn yem m Attachment: County and 12ccomm®ndatio
.:.• .,`: � :::;�
Town i> .'a,`•1. i:Y n r•; '''e .•1 ::• - a:r'iet,...
Mask farce un ttrltan EcafwtsttG Rov7tnit:attan rr y r J �t r Y 4t n r t s~( :t c' :' ti ' =: "t:
.t: : {:.:'.n : ='{tk± �,(A,(_t. a •l. ','`y f. ••••- .s }r••. .•'v.r ti:::='.:. ?.a.w..'•:
Coll Clerk rsftlae l3c�aE
t7lXCaj0lidnseunt Anti itltfl0a5 f:!.?'r' _ `ai:��'�`,'�•�'•�'at st.e.• .e •!'; s, �,. �}`r.i.., rt. }••.r:n.� �t ,..1::�•�,ti
wdtaY t4 SMVCr yry
add pile - • „\ i+.a.:: :,.:; ^a t ::- . 'r . ,,))�i..., . i f r-
'•' ,:t. \•,, ,.i :. r- s!', i'.;q:•: � �. �:.
a ... .- .. .. .. ..... .. ..._ "'% "i.:'�C :.. .._ _ _`.r`.i i.': ••'ai.`:, •: Vii.:';•: "•:.�: Wit••
Jan. 18. 2008 10:13AM
Date:
To:
From:
Subject,*
1\1o. 0952 P. 6
Memorandua
December 28, 2007
George M. Burgess
County Manager
Miriam Singer'
Director
'ure
Departmenf o 0 Procurement Manageme ' nt
Aw6rd of Contraol No. 6203-0109: Model Year 2008 Vans
A9qQW—C--R0t4TI0N . I
It is recommended that the County Manager award the referenced contract to Atlantic Ford
Truck Sales, Inc,, Auto Holding Corp., Don Reid Ford, Inc., and Gus Machado Ford, Inc., to
provide model year 2008 vans of various sizes and capacities for various County
departments.
WON - 4 - ...
TITLE., Model Year 2008 Vans of Various Sizes, for Mlaml-Dade
County
DESCRIPTION., The Purpose of this solIcItatIon i3 to establish a contract for
the purchaie model year 2008 vans of various slzs5 and
capacities,
APPROVAL TO ADVgRTISE: 0Gtober 10, 2007
TERM: One-year
CONTRACT AMOUNT. $ 979,750 for the one-year term
USINO/MANAGING
AGENCY(S)1
AND FUNDING SOURCE(S)'
PREVIOUS CONTRACT
ALLOCATION:
be ° aa.rfinent
Allocation
Funding Source
General Services
$019,600
Vehicle Replacement
Administration
Trust Fund
For Other
Agencies
Water Land Sewer
$ 60,260
Operating Revenue
Fund
a[
T OIWo(
;979,760
VI�LJ-J-W IWJ %41� WAA�.YW"l LWIM
Jan. 18. 2000 10:13AM
George M. Burgess
Award of Contract No.5203 -4/09: Model Year 2000 Vans
Page 2
k 0952 P. i
METHOD OF AWARD' Award of Items 1 and 2, will be made to up to three,
responsive, responsible bidders by vehicle type, who offers
the lowest Practical Life Cycle Cost, The Practical Life Cycle
Cost (PLaGC) will be computed by adding the EPA city and
EPA highway mileage figures for the vehicle ((15% city use
and S5% highway use, respectively) for a total of 100,000
miles at $2.93 per gallon of fuel and computing the expected
cast of fuel used over the life cycle. That expected Not cost
will be added to the vehicle per unit price to compute the
PLCC. Once awarded, individual orders wtli be planed with
the awarded bidder whose PL.CC, when combined with the
options selected by the county for the specific order,
represents the lowest total cost to the County.
Award of items 3 through 7 will be made to up to three
responsive, responsible bidders, who offer the lowest unit
price, by item. Once awarded, individual orders will be
Placed with the awarded bidder whose unit price, when
combined with the options selected by the +Counfy`s user
department for the specific order, represents the lowest total
cost to the County.
lt9
No. Nero.
1Descelp flon
'Vendor vi
[::V:4ndcsr
Vendor #3
1
Mini Gar o Van
NO AWARD
NO 8108 WERE
RECEIVED
2
Mini Pdssen er Van
Auto Holdina Corp.
NO AWARD
NO AWARD
3
Standard Caro Van
Gus MiAehado Ford
Auto Holding .
NO AWARD
4
Maxi Cargo Van
Gus Machado Ford
Dora Reid Ford
_
Auto Holding Corp.
see note)
5
Fifteen Passenger Van
Auto Holding Corp.
Gus Machado Ford
Don Reid Ford (sage
no
6
So ntepa Van
AW1�R�
7A
Walk-in Step Van 9,000 lb,
GVWR with 3800 ib.
PaYload, 125" VV8 and 10'
NO AWARD, NO BIDS WERE RECEIVED
bog
713
Walk -in Step Van 10,000 lb.
Atlantic Ford Truck
NC AWARD
No AWARE
GVVVR with 4400 lb.
Sales
payload, 133" WB and -12'
body,
7C
Walk -in Step Van 12,ODO lb.
Atlantic Ford Truck
NO AWARD
NO AWARD
GVWR with 0300 lb.
Sales
payload, 15711 Wl3 and 14'
bod .
7D
Waitc fib Step> Van •14,000 lb.
Atlantic Ford Truck
NO AWARD _
NO AWARD
GVWR with 7900 lb.
Sates
payload, 176" WH and 18'
-body,
NQT
Dori Reid Lord, Inc. witi Iis added #o the contrac #, "pool carrapSliraeacc with Afftr�rrb¢loraa
64+ction Alan/ Procurecoent I�otic r�quirarrrcrt%. -
J-an- 18. 2008 10: 13jAiM No. 0952 P. 8
George M. Burgees
Award of Contract No.5203-0/09, Model Year 2008 Vans
Page 3
VENDOR(S) NOT
RECOMMENDED
FOR AWARD:. Gus Machado Ford was deemed non - responsive for Item 02,
MINI Passenger Van. Section 3, Paragraph 3.1.113, requires a
wheelbase of 111" to 121.2". The vendor offered vehloles
with a 138" wheelbase.
Don Reid Ford Inc. was deemed non-responsive for Item #3,
Standard Size Cargo Van. Section 3, Paragraph 3AC
requires a gasoline engine with 246 horsepower and 325 lb.
ft, of torque. The vendor offered a 4.6L VO engine with 226
horsepower and 286 lb. ft, of torque.
CONTRACT MEASURES: Small Business Enterpriso (SBE) bid preference was applied
In accordance with the Ordinance.
LIVING WAGE: The serviceB being provided are not covered under the
Living Wage Ordinance.
USER ACCESS PROGRAM: The contract Includes the 2% User Access Program
Provision, The program discount will be collected on all
purchases,
DELEGATION OF
AUTHORITY:
PROJECT MANAGER(S).'
ESTIMATED CONTRACT
COMMENCEMENT DATE;
Applied in accordance With applicable ordinance, but did not
affect the outcome of the award.
Per the form and conditions of this contract, the County
Manager will have, once the contract Is awarded, the
authority to extend the contract for up to 180 days with
prorated funding.
Pablo Martinez, Department of Procurement Management
Martin Darelf, General Services Administration
Upon approval by the County Manager.
This contract is for the purchase of an estimated 21 model year 2008 vans of various sizes for
Mlaml-Pade county, agencies as Ileted in the attachment. County vehicles are purchased
annually to replace vehicles that have exceeded their practical life cycle, and to meet new
service demands. The County Intends to purchase 21 vehicles. Nineteen are replacement
vehicles and two Will be added to the fleet.
Jan. 18. 2008 10: 13ANIt No. 0952 P. 9
George M. Burgess
Award of Contract No.5203-0109: Model Year 2008 Vats
Page 4
The estimated value of this replacement contract Is $979,750 for a one-year period. The
allocation for the now contract has docroased, when compared to the previous contract, due
to the County's Fleet Reduction Program, and the extension of the life cycle of flout vehicles
from 60,000 to 100,000 miles.
The bid was advertised on Miami-Dade County's website and In four local newspapers: Mario
Las Americas, Miami Times, Daily Business Review and Haiti En Marche, Bid
announcements were sent to 127 vendors; both electronically and by mail, and a total of 19
vendors downloaded the solicitation. Bids were received from four vendors, all of which are
recommended for award.
Not Approved
George M. Burgess- bate
County Manager
Jan. 18. 2008 10:14A
No. 0952 P. 10
8#d # 6203 VARIOUS TYPES OF MODEL YEAR 2008'VANS
Recommended Vendors Atlantic Ford Truck Sales
Auto Holding Corp
Don Reid Ford
Otis Machado Ford
rEstimated Contract value
SkFor Other Departments $ F1W, 5 0 �00 0
WASD $ 60,250.00
f"MM110,14i . !A