Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res. No. 203-06-12344
RESOLUTION NO.: 203-06-12344 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO PURCHASE A STEP UTILITY VAN, A 26 -CUBIC YARD TRASH TRUCK AND A FORD F250 PICKUP TRUCK FOR $150,112.00 AND ACCEPTING THE INTEREST RATE OF 4.51% FOR THE FINANCING OF THE PUBLIC WORKS DEPARTMENT'S VEHICLES THROUGH BANK OF AMERICA WITH THE FIRST YEAR'S INSTALLMENT PAYMENT OF FIVE PAYMENTS NOT TO EXCEED $32,727.76, TO BE CHARGED TO ACCOUNT NUMBERS 001 - 1710 - 519 -4455 AND 001 - 1720 - 534 -4455; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wish to purchase a Step Utility Van, a 26 -cubic yard trash truck and a ford F250 pickup truck for the Public Works Department; and WHEREAS, Bank of America has agreed to finance the vehicles at 4.51 % interest rate under the Florida League of Cities Master Lease/Purchase Program; and WHEREAS, the purchase of these vehicles will be accomplished by "piggybacking" on current municipal bids in accordance with purchasing procedures as outlined in the City Charter; and WHEREAS, the total principal & interest is $163,638.80 and the annual payment is $32,727.76. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: That the Mayor and City Commission authorize the City Manager to execute a financing agreement at 4.51% interest rate with Banc of America Leasing & Capital, LLC for the financing of a Step Utility Van, a 26 -cubic yard trash truck and a ford F250 pickup truck vehicles /equipment. The financing agreement is incorporated by reference and attached hereto as exhibit 1. Section 2: That funding will be provided through the Public Works Department Lease Purchase accounts; charging $9,585.00 to account code 001- 1710 -519 -4455 with a current balance of $9,585.00 and charging $23,142.76 to account code 001 -1720 -534 -4455 with a current balance of $214,792.00. Section 3: This resolution shall be effective immediately. PASSED AND ADOPTED this a day of November, 2006. APPROVED: C� MENENDEZ, CITY CLERK READ AND APPROVED AS TO FORM: Luis . igueredo, Nagin Gallop & Figueredo, P.A., Office of City Attorney I:1 •t Commission Vdte: 5-0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Beckman: Yea Commissioner Birts: Yea Commissioner Palmer: Yea South Miami All -Amm icaCh 1 " .•'- CITY OF SOUTH MIAMI . . ' IhFCORPORATEo ' g27 A OFFICE OF THE CITY MANAGER t nto INTER- OFFICE MEMORANDUM. 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager From: W. Ajibola Balogun, REM, CFEA, Director Public Works & Engineering Department Agenda Item No.: 2 06 A Date: November 7, 0 g Subject: Purchase of Public Works Department's budgeted vehicles with Financing through Bank of America. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO PURCHASE A STEP UTILITY VAN, A 26- CUBIC:.YARD TRASH TRUCK AND A FORD F250 PICKUP TRUCK FOR $150,112.00 AND ACCEPTING THE INTEREST RATE OF 4.51% FOR THE FINANCING OF THE PUBLIC WORKS DEPARTMENT'S VEHICLES THROUGH BANK OF AMERICA WITH THE FIRST YEAR' S INSTALLMENT PAYMENT OF FIVE. PAYMENTS NOT TO EXCEED $32,727.76, TO BE CHARGED TO ACCOUNT NUMBERS 001 - 1710 - 519 -4455 AND 001- 1720 -534 -4455; PROVIDING FOR AN EFFECTIVE DATE. Request: To authorize the City Manager to purchase Public Works Department's vehicles with finance through Bank of America at 4.51% interest rate. Reason/Need: In an effort to maintain our service level, we need to continue replacing our Public Works Department's fleet. As approved with this year's budget, we are requesting approval to purchase a 2007 Ford Econo -line Step Utility Van, a 2007 SBA 4X2 26 -cubic yard International Trash Truck and a 2007 Ford F250 pickup truck. The current total amount of the attached proposals received for the vehicles is less than the amount approved by Bank of America because, we have yet to receive the cost of safety equipment (Strobe light, wiring of the 2 -way radio, etc) needed for each vehicle. However, we do not expect the cost of the safety equipment to exceed the difference between the approved fmancing amount and the current total cost of the vehicles. It is our intent to "piggyback" on the attached City of Fort Lauderdale's Purchase Order No. PP- 06006766 for the trash truck. For the 2 ford vehicles, Gus Machado Ford agreed to honor the attached Miami -Dade County bid. Cost: $32,727.76 (First annual payment of 5 payments) Funding Source: Public Works Department's account numbers 001- 1710 - 519 -4455 and 001 -1720- 534 -4455 with account balances of $9,585.00 and $214,792.00, respectively. Backup Documentation: ❑ Proposed Resolution ❑ Quotation for each vehicle with "piggyback" documents ❑ Bank of America's Interest Rate quote ' .iE.:.. ... ... i:_ F America OW Banc of America Public Capital Corp. GA3- 003 -04 -01 2059 Northlake Parkway, 4'" Floor Tucker, GA 30084 Tel 770.270.8443 Fax 770.270.8565 October 23, 2006 City of South Miami, FL To Whom It May Concern: Banc of America Public Capital Corp. ( "Lessor ") is pleased to submit the following bid to you pursuant to the Master Lease/Purchase Program established on behalf of the Florida League of Cities, Inc. Lessee: City of South Miami, FL Amount Financed: $ 150,112.00 (soft costs cannot exceed 20 %) Lease Term: Sixty (60) months Equipment One New Trash Truck, One New Ford F250, and One New Step Utility Van Description: Interest Rate: 4.51 % or 94% of the 5 -year Treasury. This rate will be held for 30 days from the above date. Thereafter, the Interest Rate will be recalculated. "at the percent of the 5 -year Treasury quoted under the Florida League of Cities Master Lease/Purchase Program for the month in which funding occurs, and the rate will be fixed at the time of funding. As of October 23, 2006, the 5 -year Treasury was 4.80 %. Periodic P &L• Annually /Advance: $ 32,727.76 (five payments with. first due in October 2006) Total P &I: Annually /Advance: $ 163,638.80 Servicing Fee: A servicing fee of 10 basis points ($275) will be charged to Lessee for processing this transaction as part of the Florida League of Cities Master Lease Program with Lessor. This transaction will be subject to the terms and conditions and documentation of the Florida League of Cities Master Lease/Purchase Program. - - If you wish Lessor to proceed with this transaction, please-submit the application provided, along with the specified financial information requested. We look forward to the opportunity to provide financing to you. If you have any questions, please give me a call at (770) 270 -8443. Very truly yours, BANC OF AMERICA PUBLIC CAPITAL CORP. Kathy N. Bowden INTERNATIONAL" September 29, 2006 Presented By: Prepared For: RECHTIFN INTL TRKS INC CITY OF SOUTH MIAMI Mike Audette RUDY 7227 N W 74TH AVE 4795 Sw 75 Ave. MIAMI FL 33166 Miami, FL 33155- (305)888 -0111 (305)65$ - 7208 Reference ID: NIA Thank you for the opportunity to provide you with the following quotation on a new International truck. operational requirements, and I look forward I am sure the following detailed specification will meet your to serving your business needs. Model Profile .. 2007.4300 SBA 4X2 (MA025) APPLICATION: MISSION: Landscape Dump Requested GVWR: 35000: Caic, GVWR: 35DOO Calc, Start [Grade Ability: 24.40% 12. i I3% @ 55 MPH Calc. Geared Speed: 67.9 MPH FUEL ECONOMY: 'DIMENSION: 7.35 MPG @ 55 MPH Wheelbase: 242.0., CA: 174.9, Axle to Frame: 67.0 ENGINE, DIESEL: (international DT466) 50 State; 245 HP, 620 lb-ft Torque @ 1400 RPM, 2600 RPM Governed Speed, # 2 Bell Housing TRANSMISSION, AUTOMATIC: {ALLISON -3000 RDSIPI Close Ratio, 5- Speed, With Overdrive; On/ Off Hwy; Includes Oil Le7 Sensor, With PTO Provision, Less Retarder, With 80,000-lb GVW & GCW Max. CLUTCH: AXLE, FRONT NON - DRIVING: Omit item (Clutch & Cbntrol) (international.l- 120SG) I -Beam Type, 12,0004b Capacity. AXLE, REAR, SINGLE: {Dana Spicer S23 -170D) Single Reduction, 23,000 -lb Capacity, With Driver Control Locking Differential, With "R" Wheel Ends Gear Ratio: 6.14 CAB: Conventional 11 R22.5 G149 RSA (GOODYEAR) 501 rev /mile, load range G, TIRE, FRONT: (2) TIRE, REAR: 14 ply (4) 11 R22.5 G164 RTD M +S (GOODYEAR) 499 rev /mile, load range 5USPENSION RR SPRING, G, 14 ply VaN Rate; 31,040- lb .Capacity, Wfh, 4500.1b Auxiliary Rubber Spring , SINGLE: PAINT: Cab Schematic 1f10GA Location 1: 9219, minter White Chassis Schematic NIA Proposal's vehicle specification is incomplete. WARNING: Dv Not Distribute, 4-d b9g8- 196 --�96 1 Proposal: 12766 -01 el3epnV e1€!W e9£ :OL 90 6Z deS Vehicle Specifications September 29, 2006 INTERNATIONAL' 200743130 SBA 4X2 (MA025) Descri tiort Base Chassis, Model 4300 SBA 4X2 with 242.0 Wheelbase, 174.9 CA, and 67.0 Axle to Frame. TOW HOOK, FRONT (2) Inside Rail, Fram� Mounted, FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.375° x 3.705" x 0.438" (263.5mm x 94.1 mm x 11.1mm); 456.0" (11582mm) MaArnurn OAL BUMPER, FRONT Full Width, Aerodynamic, Steei; 0.142" Material Thickness Includes PLEASE NOTE: Powder Coated Gray (Argent) Color WHEELBASE RANGE 199" (505cm) Through and Including 254" (645cm) AXLE, FRONT NON - DRIVING {International 1- 120SGI I -Beam Type, 12,000 -1b Capacity SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf; 12,000 -lb Capacity; With Shock Absorbers Includes : SPRING PINS Rubber Bushings, Maintenance -Free BRAKE SYSTEM, AIR Dual System for Straight Truck Applications Includes : AIR COMPRESSOR AIR SUPPLY LINE International Engines Naturally- Aspirated BRAKE CHAMBERS, SPRING (2) Rear Parking BRAKE LINES Color Coded Nylon DRAIN VALVE Twist -Type GAUGE, AIR PRESSURE or -Coded Yellllow Knob, Located onr! instrument ter C PARKING BRAK E VALVE Panel : SLACK ADJUSTERS, FRONT Automatic SLACK ADJUSTERS, REAR Automatic SPRING. BRAKE MODULATOR VALVE AIR BRACE ABS (Bendix AntiLock Brake System} Full Vehicle Wheel Control System (4- Channel) AIR DRYER IM oritor-Wa b co System Saver 12 001 Mounted in Standard Location BRAKE CHAMBERS, SPRING Relocated To Rear Of Rear Axle For Maximum Ground Clearance proposal's vehicle specification is 2 incomplete. WARNING: Do Not Distribute. FIR Wt Tot . Wt (lb) (lb) 598512781 8766 810 S 3521557 909 010 0 010 0 9910 99 7210 72 55/43 98 9121 30 1612 18 010 0 Proposal: 12766 -01 Z•d tG98- L96 -b96 agapnd a)i!W aL` :ol 90 6Z daS INTERNAi1DNAL• Vehi cle S 1 fcat'Ons September 29, 2006 2407 4300 SBA axe ( MA025 ) 1019 r p #ion BRAKES, FRONT, AIR CAM S -Cam; 15.0" x 4.0 "; Includes 20 Sq. In. MGM Long Stroke Brake Chambers BRAKES, REAR, Al R CAM Spring 7.0"; Includes MGM Brake 83030 Lang Stroke Brake Chamber and Heavy Duty o g AIR COMPRESSOR {Bendix Tu -Flo 5501 13.2 CFM Capacity STEERING COLUMN Stationary STEERING WHEEL 2- Spoke, 18" Diam., Black STEERING GEAR {Sheppard M -10ol Power EXHAUST SYSTEM Single, Horizontal, Stainless Steel Muffler, With Internal Catalytic Converter, Short Tail Pipe, Frame Mounted Right Side, for 2004 Emissions Standard with International 16 Engines ELECTRICAL SYSTEM 12 -Volt, Standard Equipment Includes DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab : FUSES, ELECTRICAL SAE Blade -Type HORN, ELECTRIC Single : PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light STARTER SWITCH Electric Key Operated STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector TURN SIGNAL SWITCH Self - Cancelling, Headlight Dimmer (with Flash -To -Pass Feature) TURN SIGNALS, FRONT Includes Reflectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted : WINDSHIELD WIPER SWITCH 2 -Speed with Wash and Intermittent Feature, Integral with Turn Signal Switch : WINDSHIELD WIPERS-Single Motor, Electric, Cowl Mounted : WIRING, CHASSIS Color Coded and Continuously Numbered CIGAR LIGHTER HORN, ELECTRIC (2) ALTERNATOR {Leese- Neville 8LHP2172VAHI Brush Type; 12 Volt 110 Amp. Capacity, Pad Mounted BODY BUILDER WIRING Back of Standard Cab at Left Frame or Under Extended or Crew Cab at Accesso Frame; Power /Ground and Sealed Connectors for�Stop/Turn Marker/ Backup/ ry BATTERY SYSTEM {International} Maintenance -Free (2) 12 -Volt 130OCCA Total. Proposal's vehicle specification is 3 incomplete. WARNING; Do Not Distribute. FIR Wt Tot Wt (lb) (lb) 71/0 71 01251 251 4610 46 010 0 010 0 25/0 25 010 0 0/0 0 Ito 1 4/0 4 010 0 2/0 2 010 0 Proposal; 1276"1 e'd . _V999_L96 -b96 e}4epnV .91!V4 eL£ :0 L 90 6Z deg INTERNATIONAL" Vehicle S eeifications September 29, 2006 21007 4300 SBA 4X2 (MA025) Description RADIO {Panasonic CQR 1111 AMJI=M, With Cassette Player, Includes Multiple Dual Cone Speakers Includes SPEAKERS IN CAB (2) Dual -Cone with Deluxe Interior SPEAKERS IN CAB (4) Coaxial with Premium Interior BACK -UP ALARM Electric, 102 dBA HORN, AIR Black, Single Trumpet, Air Solenoid Operated, Mounted Behind Bumper on Right Rail HEADLIGHTS Halogen; Composite Aero Design for Two Light System; Includes Daytime Running Lights ENGINE SHUTDOWN Automatic; With 30 Second Delay, With Intemational Engines INDICATOR, LOW COOLANT LEVEL With Audible Alarm STARTING MOTOR {Leese- Neville MS2 ILO M100R} 12 -Volt; less Thermal Over- Crank Protection, for Temporary Vendor Substitution Only, NOT an Orderable Code CIRCUIT BREAKERS Manual -Reset (Main Panel) SAE Type III With Trip Indicators, Replaces All Fuses Except For 5 -Amp Fuses GRILLE Chrome FRONT END Tilting, Fiberglass, With Three Piece Construction PAINT SCHEMATIC, PT -1 Single Color, Design 100 Incl__ udes PAINT SCHEMATIC ID LETTERS "GA" PAINT TYPE Base Coat(Clear Coat, 1 -2 Tone CLUTCH Omit Item (Clutch & Control) ENGINE, DIESEL {Intemational DT466) 50 State, 245 HP, 620 lb -ft Torque @ 1400 RPM, 2600 RPM Governed Speed, # 2 Bell Housing Includes : COLD STARTING EQUIPMENT Intake Manifold Electric Grid Heater Vtith Engine ECM Control CRUISE CONTROL Electronic; Controls Integral to Steering Wheel DAMPER, CRANKSHAFT Viscous ENGINE OIL DRAIN PLUG Magnetic Proposal's vehicle specifi cation is 4 incomplete, WARMING: Do Not Distribute. FIR Wt Tot Wt (lb) (1b) 610 6 013 3 210 2 010 0 110 1 110 1 3710 37 Ol0 0 010 0 010 0 010 0 010 0 - 671 - -8 -75-. 010 0 Proposal: 12766 -01 l,-d tr988- L96-b96 apapnV 9�!W . eqe :oL g0 6Z d93 Vehicle S ecifications September 29, 2006 INTERNATIONAL' 2007 4300 SBA 4x2 (MA025) Descrl tion : ENGINE SHUTDOWN Electric, Key operated :'FAN Optimized Position FUEL/WATER SEPARATOR and FUEL FILTER In a Single Assembly, Mounted on Engine GAUGE, AIR CLEANER RESTRICTION Air Cleaner Mounted GOVERNOR Road Speed, Electronic OIL FILTER, ENGINE Spin -On Type WET TYPE CYLINDER SLEEVES FAN DRIVE {Borg - Warner SA851 viscous Screw On Type Includes FAN Nylon RADIATOR Aluminum; 2 -Row, Cross Flow, Over Under System, 516 Sqln Louvered, With 270 Sqln Charge Air Cooler, 4.25' Core, With In -Tank Transmission Cooler Includes ANTI- FREEZE Shell Rotella Extended Life Coolant -40F (40C) : DEAERATION SYSTEM with Surge Tank RADIATOR HOSES Premium, Rubber FEDERAL EMISSIONS for 2004; for International VT365, DT466 and D7570 Engines AIR CLEANER Single Element THROTTLE, HAND CONTROL Engine Speed Control for PTO; Electronic, Stationary Pre -Set, Two Speed Settings; Mounted on Steering Wheel ENGINE CONTROL, REMOTE MOUNTED - No Provision Furnished for Remote Mounted Engine Control FAN DRIVE SPECIAL EFFECTS Fan Coaling Ring with Fan Shroud Effects, Engine Mounted EXPANDED ENGINE TEMP EFFECTS to Allow Higher Engine Operating Temperature Range; Includes Nylon Surge Tank and 15 psi Pressure Cap OIL COOLER, AUTO TRANSMISSION Air to Oil Type, for Auto or Auto Shift Transmissions TRANSMISSION, AUTOMATIC {ALLISON 3001}_RDS_P} Close Ratio, 5- Speed, With Overdrive; On /Off Hwy, Includes Oil Level Sensor, With PTO Provision, Less Retarder, With 80,000 -117 GVW & GCW Max. proposal's vehicle specification is 5 incomplete_ WARM] NG-. Do Not Distribute. FIR eft Tot Wt (lb) (lb) 310 3 010 0 010 0 41/0 0 210 2 a/o 0 1010 10 010 0 710 7 010 0 Proposal: 12765 -01 gd 1 88- Z96-jig6 apepnV eX!W uSS :0� g0 6Z deg Vehicle St�eci bons September 29, 2006 IWTI"RMATtDNAt° 2007 4304 SBA 4X2 (MA025) F!'R Wt Tot pescri ti ©t� Wt (Ib) (lb) TRANSMISSION SHIFT CONTROL (ALLISON) Push - Button Type; for Allison 010 4 3000 & 4000 Series Transmission 010 0 TRANSMISSION OIL (Castrol TranSynd} Synthetic; 29 thru 42 Pints ALLISON SPARE INPUT/OUTPUT for Rugged Duty Series (RDS); General oro 0 Purpose Trucks, Construction 01430 430 AXLE, REAR, SINGLE (Dana Spicer S23 -170D) Single Reduction, 23,000 -Ib Capacity, With Driver Control Locking Differential, With °R" Wheel Ends Includes : REAR AXLE DRAIN PLUG (1) Magnetic SUSPENSION, RR, SPRING, SINGLE Vari -Rate; 31,000 -1b Capacity, With 4b ©0 11119 119 Ib Auxiliary'Rubber Spring 010 0 FUEL TANK Top Draw; D Style, Steel, 50 U.S. Gal., 189 L Capacity, 1 �" Deep. With Quick Connect Outlet, Mounted Right Side, Under Cab 'Includes FUEL LINES Nylon Tubing With O -Ring Snap -On Quick- Connect Fittings at Both Ends a/o Q CAB Conventional Includes ARM REST (2) Molded Plastic, Smoke Gray; One Each Decor CLEARANCEIMARKER LIGHTS (5) Flush Mounted COAT HOOK Located on Rear Wall, Centered Above Rear Window FLOOR COVERING Rubber, Black GLASS, ALL WINDOWS Tinted GRAB HANDLE, CAB INTERIOR (1) �gn Pillar Mounted, One aghrSid e GRAB HANDLE, CAB INTERIOR (2) STEP (2) Two Steps Per Door 0r0 b GAUGE CLUSTER English With English Electronic Speedometer Includes . erature : GAUGE CLUSTER (5) Engine Oil Pressure (Electronic), Water Temp (Electronic), Fuel (Electronic), Tachometer (Electronic), Voltmeter : ODOMETER DISPLAY, Miles, Trip Miles, Engine Hours, Trip Hours, Fault Code Readout : WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Low Battery Voltage (Visual and Audible) GAUGE, OIL TEMP, ALLISON TRAM Proposal's vehicle specification* is incomplete. WARNING: Do Not distribute. 6 110 Proposal: 12766-01 9'd t?988-L96-i796 E)48pnv eMN Ei8e :06 90 6Z d9S Vehicle S ecifiaatlons September 29, 2006 INTERNATi13NAV 2007 4300 SBA 4X2 (MA025) Descriplion SEAT, DRIVER {Gra-Mag) Non - Suspension, Mid Back, Vinyl, With Fixed BaCk Includes SEAT BELT 3- Paint, Lap and Shoulder Belt Type SEAT, TWO -MAN PASSENGER {Gra -Mag) Vinyl, Less Under Seat Storage Compartment Includes : SEAT BELT (2) One 3 -point Shoulder Belt and One 2 -Point Lap Belt (Center Position) MIRRORS (2) [Lang.Mekra} Rectangular, 7.44"x 14.84 ", Brackets Breakaway Type, With 102" Wide Spacing, With 7.44" sq. Convex Both Sides GRAB HANDLE (2) Black, Aluminum; for Cab Entry Mounted Left and Right INSTRUMENT PANEL Center Section, Flat Panel AIR CONDITIONER {International Blend -Air} With Integral Heater & Defroster Includes HEATER HOSES Premium REFRIGERANT Hydrofluorocarbon HFC -134A FRESH AIR FILTER for HVAC CAB INTERIOR TRIM Deluxe Includes "A" PILLAR COMER Molded Plastic, Smoke Gray CAB INTERIOR TRIM PANELS Molded Plastic, l=ull Height; All Exposed interior Sheet Metal is Covered Except for the Following: with a TwO -Man Passenger Seat the Back Panel is Only Partially Covered and with a Full Bench Seatthe Back Panel is : CONSOLE, OVERHEAD Molded Plastic with Dual Storage Pockets and Retainer Nets and CB Radio Pocket; Smoke Gray with'Black Netting Over Storage Pockets : DOME LIGHT, CAB Rectangular, Door Activated, Timed Theater Dimming, Center Mounted, Integral to Console DOOR TRIM PANELS (2) Molded Plastic; Driver and Passenger Doors HEADLINER Printed Cloth INSTRUMENT PANEL TRIM Molded Plastic, Drawb idge Gray with Black Center Section, Hidden Cup Holder and Ash Tray (Pull -Out) : STORAGE POCKET, DOOR (1) Molded Plastic, Smoke Gray, Full - Length; Driver Door : SUN VISOR (2) Padded Vinyl with Driver Side Toll Ticket Strap, Integral to Console proposal's vehicle specification is 7 incomplete. WARNING: Do Not Distribute. FIR Wt Tot Wt (lb) (lb) -271 -9 -36 43114 57 210 2 410 4 a« 0 01.0 0 4/p 4 0/0 0 Proposal: 12766.01 L'd ti598-L96 -i'S?6 a}}epny eVvy 960:0L go 67, daS Vehibie 5necificatibns September 29, 2006 EN'it= RNATlQNAL� 2007 4340 SBA 4X2 (MA025) F1R V t Tat Descri lion Wt (lb) (lb) WHEELS, FRONT DISC; 22.5" Painted Steel, 2 Hand Hole, 10 Stud (285.75MM 9110 91 BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With Steele Hubs. Includes : PAINT IDENTITY, FRONT WHEELS White WHEEL SEALS, F=RONT Grease Lubricated, Includes Wheel Bearings WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, 10-Stud 0167 67 (285.75MN1 BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With Steel Hubs Includes PAINT IDENTITY, REAR WHEELS White : WHEEL SEALS, REAR Dil Lubricated, Includes Wheel Bearings (4) TIRE,REAR 11822.5 G164 RTD M +S (GOODYEAR) 499 revlmile, load range 0133 33 G, 14 ply 6810 68 (2) TIRE,FRONT 11822.5 G149 RSA (GOODYEAR) 501 reulmike, load range G, 14 ply 69331430411237 Total Component Weight: a1a a 26 yd gar -p trash body a/fl o Total Body Allied: OlQ Q steel surcharge 010 fl Total Goods Purchased: The weight calculations included in this proposal are an estimate of future vehicle weight. The actual weight as manufactured may be different from the estimated weight. International Truck and Engine Corp. shall not be liable for any consequences resulting from any differences between the estimated weight of a vehicle and the actual weight. Proposal's vehicle specification is 8 Proposal- 12766•01 Incomplete. VVARNING: Do Not Distribute. gd t1g8a-L66-1796 apapny 9VN %0:0� 90 6Z daS INTERMATIONAV Waman 2007 4300 SBA 4X2 (MA025) (USA DOLLAR) Description Syr 150,000 engine only warranty, Syr unlimited aflison transmission warranty Proposal's vehicle specif6catiOn is 1 incomplete. WARNING: too Not Distribute. September 29, 2006 Price 2825.00 Total Warranty: $2,825,00 proposal: 12766-41 w e}lapny eX!W novoL 9n 67 dacz INTERNATIONIl V iFinancial Summa 2007 4300 SBA 4X2 (MA025) (USA DOLLAR) Descrlp #ion Net Sales Price: Memo item (s): Warranty: $2,825A0 Body/Allied Equipment:. $14,800.00 Note: Memo item(s) shown mere are included in the alcove Net Sales Prime. Price $71,916-60 sWember 29, 2 006 Please feel free to contact me regarding these specifications should your interests or needs change. I am confident you will be pleased with the quality and service of an International-vehicle. This proposal is not binding upon the seller without Seller's Authorized Signature Proposal's vehicle specifcaHon is incomplete. WARNING: Do Not Distribute_ 96 Accepted by Purchaser: Firm or Business Name Authorized Signature and Date Official Title and Date Proposal: 12766 -01 OL`d V999-L96-t,96 a}}epny ej!iN so-V:o6 90 6Z daS -Sep 29 06 10:40a Mike Audette 954957 -8854 . p.11 C Ot� FM _ a a. 0 -w ae+ .c Q now r =.E, 10/16/2006 12;09 3058202592 GUS MACHADO FORD PAGE 01 1200 West 49°1 Sheet Hialeah, Florida 33012 (305) 820-2525 (305) B20 -2592 tm A. To: Robert From Juan F. Fernandez Fam (305) 668-7211 Pages; 3 Phmm (345) 658-7209 Datm 10118120013 Rae Vehicle Quote CQ ❑ Urgent X17 For Review ❑ Please Col at XO Please Reply © Please Recycle e Co>Itrmenls� Robert, Attad d for your review is the quote you requested on Behalf of the City of South Miami, This quote only reflects the price of the stripped chassis. You can estimate an addibonal cost for the high -cube body of approximate . i conservatively estimate the total cost of the specified express parcel body and chassis $39,000. Please, if you have any questions regarding this quote or any other additional matter that you wish to discuss with us, give us a rail at your earnest convenience_ Thank you for affording Gus Machado Ford the opportunity to be of service to you and the City of South Miami. Sincerely, Juan F. Femandez Attachments -,0( `3 19 P WI: l le/16/2006 12:09 CNGF530 3056202592 GUS MACHAD© FORD PAGE 02 VEHICLE ORDER CONFIRMATION 10/16/06 10 :10 :09 2007 ECONOLINE Order No: 1010 Priority•. L5 Ord FIN: QM510 Ord PEP: 790A Cust /Flt Name: SOUTH MIAMI RETAIL Dealer: F24070 Page: 1 of 1 Order Type: 5B Price Level: 715 PO Number: RETAIL E49 COMM STRIP CHAS $24155 51A $FARE TIRE /WHL .5240 176" WHEELBASE 572 A /C, PREP 400 790A PREF EQUIP PKG SP DLR ACCT ADJ 54F .MIRROR, DELETE SP FLT ACCT CR 64Y .16" STEEL WHEEL 6 U.S. GAL GAS 656 .FUEL TANK 55 GL B4A NET INV FLT OPT NC 76D .BUMPER DELETE DEST AND DELIV 670 945 .AUX FUEL PORT TOTAL BASE AND OPTIONS 25665 99L .5.4L EFT VB ENG TOTAL 25 44T .ELEC 5 -SPO AUTO *THIS IS NOT AN INVOIC T67 .LT225 /75RXIGE B X83 .4.56 REG X83 206 14050# GVWR NC 425 50 STATE EMISS NC 4 7 2 AMB ,PKG NOT REQ F1 =Help F2= Return to Order F4= Submit F5=Add to Library 8099 - PRESS F4 To SUBMIT (,b [ 6(n, PLA6 T 0 =15- �41 F3 /F12 =Veh Ord Menu QC049311 ��1& U�Z\� -f `p j- fern59 @FLEET077 Oct 16, 2006 10 :27 :27 AM 1/ 1 1 sOtriPage .G JL.uiu rlmt - '31" oo3058202592 'twLy vewcles -,zUU0 k0rd ScneSpped chassis i of l ool ffm STREMCNASSIS Men - - - - - - -- -- - - - --- HIGHLIGHTS FOR 2 006 0 Available models: E -350 an LSD 0 Electronic Throttle Control now rd 0 3 wheelbases (135," 15g," an 176") 'SAFETY & SECURITY 0 Brakes - 4 -wheel disc Anti -lock System (ABS) o Energy- absorbing steering column *Always wearyoursafety belt and secure children in the rear seat - -..... - -= ............. . _ _ MAJOR STANDARD FEATURES _ _ .._..__ 0 115 -amp alternator 0 Auxiliary fuel port o Engine - 5.41- EFI with TorgShlftTm electronic 5 -speed automatic transmission with overdrive (E -350) o Engine - 6.81- EFI with TorgShift-tTM electronic 5 -speed automatic transmission with overdrive (E-450) a Fuel tank - 37- gallon capacity c Handling Package 0 Modified vehicle wiring kit and systern o Till steering column -MAJOR OPTIONAL FEATURES 0 49-State Clean Fuel Fleet Cerdlicagon O 50 -State Clean Fuel Fleet Certification • California Emissions System • Engine - 6.81- EFI with TorgShlftTm electronic 5 -speed automatic transmission with overdrive • Engine block heater • Fuel tank - 55- gallon capacity • GAWR - Front, maximum • GAWK - Front, one-up • Heavy -duty auxiliary battery hqs. / /www.fleet.ford,com/ showroom /specialty_vehicies/Pareel delivery sWV1)ed.asv ?P... 10/16/2006 10/16/2006 08:37 3055918468 FONIAINIF TRUCK MUIPMENT COMPANY Miami, FL 305-5914402 QUOTATION Quoted To, CITY OF SOUTH MIAMI FL 1 FONTAINE Quote No.- 18366 Quote Date 10/16/2006 VEHICLE INFORMATION: Year Make Model VIN S CAIC GVW Engine Transmission PAGE 01 CPU Miami, FL. 30"91-8402 1 'Cash Only; Paid 0ilty 291.El EQUIPMENT INSTALLATION 1.00 $2,100.00 $2,100.00 FURNISH AND INSTALL: GENERAL SERVICE VAN PACKAGE MO D E L# 600 -1219 **ADD S122.50 FOR SLIDE DOOR OPTION FOR FULL SIZE FORD VAN PRICE INCLUDES FREIGHT AND LABOR 2-3 WEEKS LEAD TIME Total: $2,100.00 pa -Sv 7 INOTE, Unless otherwise Stated sales tax is not included in the Quotation Iota! 05/01/2006 12:46 ADA C00rdinal." Agenda Ccardination An;Nal 5¢n ,'Ccj Art in r+vbFie %aces Audit and Mampmerst Services Aviation Building Bu;rdN Code Cgmpr,ance itvs-' SS Dtvelapment Capital rmpvremerus C' iien' Independent Transpona$on Toot - l;omMissio.r an Ftbics and Public Trust CamrHUnicar;p.,s Comnamity A4•8on Agency Comm !s B Economic Developmenl Community Relations Consumer senr.crs Cornmians & RSha6MUfian Culhaal ARairs Etact;ons Emetsenry rvtaaagement Er*ayee lteiakm - Empavmmttnt Trust EnW r.seTechnologyServices EnvionateMO Resources ManaglmeM h1r Employment PrKtkcs Finange Fire Rescue Geaenl SbVtusAdm;nistratras Htdt k Pneserrar. MWncius Truss Heutins Agency Housing fartn=AuthG+ily HamJ:n semcas Independent Review Pant lnlen 4onal TQ6e Consoa;u,rt jv�trlikAssessment Cen Med+ca1 in Met i tiro Plan +Netropa!'iun PleigfifrR#kganization Pads and Recnvtion f'EannirSSand Zoning Fbtice rroeuterraera JNaa.aeme:ot PropertyAppra;sal Phblic Library System Public world Safe Neioba hoW Pa> . Srapar: Solid Moe l bmgcsnMt Shalegic Business Mtanaaemene Team ?4k" Tra�lt voce an tltbm Fiasamic RavltaRzatlon Vizaeya A1useumAnd Gardens Warr & sevver 3058202592 January 3, 2006 GUS MACHADO FORD All Responding Vendors (See Distribution List) PAGE 02 Procurement Management Purchasing Division 1 i 1 NW t st Street * 5uiid ] 300 Miami, Florida 33776 -1974 T305-375-5289F-305-375-4407 305- 372 -6178 SUBJECT: ,did No, 5204 -0107 Bid Title: Model Year 2006 ,pickup Trucks, various Sizes Dear Vendors: miamidade.gov Evaluation of bids tendered in response to the above cited solicitation has been completed. The County . Manager has recommended award as shown in the attached document. This notice is provided in accordance with Section 1,13 of the solicitation and Section 2 -8.4 of the Code of Miami Dade County. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 2- 11.1(t) of the County Code. We appreciate the participation of all vendors which responded to the subject action. If you have any questions please contact me at 305-375 -2102 or email miz bloc ?mianlidade. ?ov. Sincerely, Contracting Agent Distribution List: Gus Machado Ford, Inc. Maroone Chevrolet, LLC . Maroon Dodge, LLC Hooley Family Management, Inc. d/b /a Plantation Ford Attachment: County Manager Award Recommendation cc: - Clerk of the Board �.. Bid File ` 05/22/20e6 13:03 CNGP530 3058202592 GUS MACHADO FORD PAGE 03 VEHICLE ORDER CONFIRMATION .05/17/06 11:59:48 2007 F- SERIES SD Order No: 1111 Priority: K3 Ord FIN: QM510 Ord PEP: 600A Cust /Flt Name: SOUTH MIAMI RETAIL Dealer: F24070 Page: 1 of 2 Order Type: 5S Prise Level: 715 PO Number: F20 F250 4X2 SD R/C $22470 FRT LIC BRACKET 137" WHEELBASE 9400# GVWR PKG Z1 OXFORD WHITE CC 425 50 STATE EMISS K VNXL WEAVE BNCH NC 47Z AMB PKG NOT REQ E MEDIUM FLINT SPARE TIRE /WHL 600A PREF EQUIP PKG 54P MANUAL MIRRORS ,XL TRIM 572 AIR CONDITIONER 531 .TRAILER TOW .PKG NC JACK RETAIL NC NC NC NC 850 552 , PASSNGR AIRBAG NC 587 '.AM /FM STER /CLK NC 'DOTAL BASE AND OPTIONS 3106 99P 6.OL V8 DIESEL 5300 TOTAL 3 60 44B 5 -SPD AUTOMATIC 1490 *THIS IS NOT AN INVOICE* TBK .LT245 BSW AS 17 X37 3.73 REG ,AXLE NC * MORE ORDER INFO NEXT PAGE JOB 41 BUILD F8 -Next F1 =Help F2 =Return to Order F3 /F12 =Veh Ord McT�u F4= Submit F5 =Add to Library 5006 - MORE DATA IS AVAILABLE. 0-( . QC04931 �• 1�1C ��`L7� rA- 1 L i•i C1 .'yµ CA ADA Coordin.won Agrnda Cggrdination MiMal Services Art in Pv6Fic Places Audit and Manapme.tt Sen kgs A. viatipn Building BwTdtng Coda Compliance Business Dt4elerpm t Capital FMPMMrntnrs cil'riens' Whptndect Transportation Ti si Cw missiat on rk;cs eM PubtiC Trust Comnwnicttignt Cosnexsnity Action Agpncy Community d econorniC Development Commun4y Relatigns CCr Sumner Sen kn CofW6om 9, Relg6ilitation Cullurai Affaies Eladions Emergency Management Er pl%t* RelaWns Empoweemenl Trull E!+tuptise Technorav $oMem Envirnn'311V I Resources Managthim Fair Employment Pnoirei Alamo Fire Rescue C<M91 Services Administration Hismrlc htwotion Eigrrselasl Trop H6Wir#Agenry Housig Furanm Authority Human Services Independent Review Pond Inkrnglional Ride ComWium I.kst+cal rner Mtteo•Miamr Plan Me lap6Gtan Pluming an ration Park and Recrea6w P4nnhv #nd Zoniq Force rroelMen*M MAMasemeso Property Appraisal Public library System Public works Sale NeiSModwgd Parks SuPart Solid Waste Manapmant Shank Business Management Teem Mrr�r rrsnstr osce an urban Fcon mie Rayitalizatbra t/iz" MusaumAnd Gardens Water & Sewer 3058202552 January 3, 2046 GUS MACHADO FORD All Responding Vendors (See Distt buflon List) PAGE 02 Procurement Management Purchasing Division 111 NW 1st Street • Suitt 1300 Miami, Florida 33128 -1974 T 305 - 375.5281 F 305 -375 -4407 305- 372 -6128 SUBJECT. Bid No, 5204 -0/07 Bid Title: Model 'Year 2006 Pickup Trucks, Various Sizes Dear Vendors: rnktmidade.gov Evaluation of bids tendered in response to the above cited solicitation has been attached d The County Manager has recommended award as shown in the attached daclame>nt. This notice is provided in accordance with Section 1,13 of the solicitation and Section 2 -8,4 of the Code of Miami Dale County. Our provision of this notice also serves to confuse the lilting of the Cane of Silence from this procurement action as dictated by Section 2- 11.1(t) of the County Code. We appreciate the participation of all vendors which responded to the subject action. If you have any questions please contact me at 305 -375 -2102 or email 1rina�lo.c?rniattaiciade. >c1v. Sincerely, Contracting Agent Distribution List: Gus Machado Ford, Inc. Maroone Chevrolet, LLC . Maroone Dodge, LLC Hooley Family Management; Inc. d/b /a Plantation Ford Attachment: County Manager Award Recommendation cc: CIerk of the Board _ : �,... Bid File <',,.,' •_