Loading...
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