Loading...
Res No 002-16-14557RESOLUTION NO.002-16-14557 A Resolution authorizing the City Manager to purchase one (1)Ford Transit Cargo Van from DuvalFord. WHEREAS,the police department needs an operational platform foritsTactical Response Team (TRT);and, WHEREAS,the police department has chosen the 2016 Ford Transit CargoVanwhich best fits its needs;and, WHEREAS,this purchase willbe made by piggybacking off of the Florida Sheriffs Association Contract #15.13.0904 which competitively solicited bids;and, WHEREAS,the Mayor and City Commission authorize the City Manager to purchase the 2016 Ford Transit CargoVan from DuvalFordinan amount not to exceed $53,100 utilizing budgeted funds from the Federal Forfeiture account. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITYOF SOUTH MIAMI,FLORIDA THAT; Section 1.The City Manager is hereby authorized to purchase a 2016 Ford Transit Cargo VanfromDuvalFordforan amount not to exceed $53,100,utilizing the FloridaSheriffs Association Contract #15.13.0904 and paying out of the Federal Forfeiture account 615-1910- 521-6430 Operating Equipment which has a current balance of $70,000. Section 2.This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this5th dayof January ,2016. ATTEST:APPROVED: WqCUll MAYOR COMMISSION VOTE:5-0 Mayor Stoddard:Yea Vice Mayor Harris:Yea Commissioner Edmond:Yea Commissioner Liebman:Yea Commissioner Welsh:Yea READ AND LANGUAGE EXE DASTO FORM, South^Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To:The Honorable Mayor&Members of the City Commission From:Steven J.Alexander,City Manager Date:Januarys,2016 Agenda Item No. Subject:A Resolution authorizing the CityManager to purchase one (1)Ford Transit CargoVan from DuvalFord. Background:Due to recent national events involving both terrorist and active shooter situations,the Police Department recognized the importance and necessity of having a team of specially trained officers to deal with these types of highrisk situations and rescue operations.A Tactical Response Team (T.R.T.)was created adhering to The Commission forFloridaLaw Enforcement Accreditation (C.F.A.)and National TacticalOfficers Association standards and guidelines.The team is comprised of members from both the Operations and Administration Bureaus.This team receives specialized and extensive training in the area of tactics,rescue,and high risk situations.The T.R.T.mayalsobe responsible to serve search warrants and respond to highrisk situations.The team is currently completing numerous training programs to achieve its objectives.The team needs a mobile platform to respond to training and calls for service together.This platform willalsobeusedasa mobile command center to provide the team with effective planning and organization for operations. The vehicle will come outfitted withan interior insert whichwillprovide areas for proper weapons security,personnel transport area andwork station.This purchase willbe made utilizing the Florida Sheriffs Association Contract #15.13.0904. Amount:$53,100 Account:Federal Forfeiture Operating Equipment account 615-1910-521-6430 Attachments:Resolution with and without numbers,Product Information,Florida Sheriffs Contract #15.13.0904,Duval Ford Quote. SOUTH MIAMI IDATE: •SOUTH MIAMI I STEVEN KULICK 1305-663-6339 lsKULICK@SOUTMIAMIFL.GOV Duval Ford Fleet Sates BambiDarr (Work)904-388-2144 (Fax)904-387-6816 (Cell)910-622-6544 Bflmbl.datT@duvaWeet.com 1616 CassatAve.Jax,FL 32210 —mwmmmsrmm 1W3W15 •SPEC #33 |S4X |17A |57G I63E I86F I61C I43R I63C IDSSMIAMI I LABOR •TAG Printed:10/30/15 /appreciate your interest and the opportunity to quote.Prices are published by the Florida Sheriffs Association/ Florida Association ofCounties &Florida Fire Chiefs'Association Automotive Contract #15.13.0904 chassis/ 15.23.0904.(www.flsheriffs.org)Ifyou have any questions regarding this quote please call!Vehiclewill be ordered white exterior unless specified on purchase order. 2016 FORD TRANSIT CARGO VAN TranshV3S0 Heavy Duty VAN ORW (GVWR:10,360#)Long 148"Wheel base Extended-Length:Sliding Pass-Side Cargo Door Hi roof Includes 99G Engine and 3.73 rear axle DELETE SIDE GLASS AUXILIARY A/C DATTERY-HD AUXILIARY ADDITIONAL 2 KEYS INCL FOBS BACKUP CAMERA WITH 4.5"LCD REVERSE SENSING SYSTEM 220 AMP ALTERNATOR TRAILER TOW PACKAGE RAPID RESPONSE UPFIT PER QUOTE 157042 PLUS FSA ADMIN FEES Total labor hours per spec.Inctudes wire,loom,connectors,PDI and shop supplies:$145 CITY TAG www.duvalfleet.com im±mm $9,700.00 $(25.00)] $859.00 $249.00 $74.00 STD | $124.00 $259.00 $464.00 $19,200.00 $2,015.00 $130.001 SOUTH HIAMI.xlax FLORIDA SHERIFFS ASSOCIATION PIGGYBACK CONTRACT DUVAL FORD,LLC THIS AGREEMENT made and entered into this £~day of /IfoniLfr^,20 /fr, byandbetweentheCity of South Miami,aFloridamunicipalCorporationbyand mrough its CityManager (hereinafter referredtoas "City51)Duval Ford.LLC,(hereinafter referredtoas "Contractor"). WITNESSETH: WHEREAS,theFloridaSheriffsAssociationsolicitedbids,pursuanttoBid#15-23- 0904.for Police Rated,Administrative,Utility Vehicles,Tracks &Vans;and WHEREAS,theFloridaSheriffsAssociation,aftercompletingacompetitivebidding process,awarded a contract to Contractor,and WHEREAS,theCity of SouthMiamidesirestoutilizetheFloridaSheriffs AssociationContractandpursuanttoauthority oftheCity of South Miami's Charter. NOW,THEREFORE,theCityandthe Contractor,eachthroughtheirauthorized representative/official,agree as follows: 1.The City desires to enter intoa Contract,under the same terms and conditions assetforthinthe solicitation andthe agreement between FloridaSheriffs AssociationandContractor,pursuantBid#15-23-0904. 2.TheCityhasreviewedthecontractandagreestothetermsandconditionsand further agreestothefairand reasonableness ofthe pricing.Contractor hereby agreesto provide such services underthesame price(s),termsand conditions as found inthe solicitation documents andthe response tothe solicitation*pertinent copies of which are attached heretoasExhibitAandmadeaparthereofby reference,andthe agreement and/or the award between Florida Sheriffs Association and Contractor.,pursuant Bid #15-23-0904, acopy ofwhich,includinganyamendmentsandaddendumsthereto,isattachedheretoand madeaparthereofbyreference. 3.All references in the contract between Florida Sheriffs Association and Contractor,shall be assumed to pertain to,andare binding upon Contractor andtheCityof South Miami.All decisions thataretobe made onbehalfoftheCity,asset forth inthe Florida Sheriffs Association's Bid#15-23-0904 andits agreement with Contractor,shall be made by the City Manager for the City of South Miami.The term of the contract,including all extensions authorized by the contract shall not exceed five years.Notwithstanding anything contained in the Bid #15-23-0904 orthe Florida Sheriffs Association contract to thf» contrary,thisagreementshallbegovernedbythelaws oftheState of Floridaandvenuefor all dispute resolutions or litigation shallbein Miami-Dade County,Florida. 4-Public Records:Contractor andallofits subcontractors are required to comply withthepublic records law (s.l 19.0701)while providing goods and/or Services on Thomas F.Pepe-7-16-14 Page1 of3 behalf of the CITY and the Contractor,under such conditions,shall incorporate this paragraph inall of its subcontracts forthis Project. 5.WaiverJury Trial:City and Contractor knowingly,irrevocably voluntarily and intentionally waive any right either may have toa trial byjuryin State or Federal Court proceedings in respect to any action,proceeding,lawsuit or counterclaim arising outof the Contract Documents orthe performance oftheWork thereunder. 6.Validity of Executed Copies:This agreement maybe executed in several counterparts,each of which may be construed asan original. 7-GoverningLawsand Venue:This Agreement andthe performance of serviceshereunderwillbegovernedbythelaws oftheState of Florida,withexclusivevenue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County,Florida. 8.Attorneys'Fees and Costs:Intheeventofany litigation betweentheparties arising outofor relating in any waytothis Agreement ora breach thereof,each party shall bear its own costs and legal fees.Nothing contained herein shall prevent or prohibit the right tobe indemnified for any attorney fees incurred inthe defense ofan action bya person or entitywhoisnotapartytothis Agreement. 9.Severability:Ifanytermor provision ofthisAgreementorthe application thereoftoanypersonor circumstance shall,toany extent,beinvalidor unenforceable,the remainder ofthis Agreement,orthe application ofsuch term or provision to persons or circumstances otherthanthosetowhichitisheld invalid or unenforceable,shallnotbe affected thereby andeachtermand provision ofthis Agreement shallbevalidand enforceable tothefullestextentpermittedbylaw. IN WITNESS WHEREOF,andasthe duly authorized act oftheparties,the undersigned representatives ofdie partiesheretohavecausedthis instrument tobesignedintheir respective namesbytheirproperofficialsandtobeattestedbytheirrespective Clerics thedayandyearfirst above written. Duval Ford.yP^C: By:. (typenameandtide of signatoryabove) "NfariaM.MenS5de2CX3^C City Clerk Thomas F.Pepe -7-16-14 Page2 of3 en Alexander City Manager Readand Approved astoForm, Language,Legality and Execution Thereof: By: Thomas F.Pepe City Attorney Thomas F.Pepe -7-16-14 Page3 of3 FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION &FLORIDA ASSOCIATION OF COUNTIES UTILITY CARGO VAN SPECIFICATION #33 2016 Ford Transit T-150 Cargo Van (E1Z) TheFordTransitT-150CargoVan(E1Z)purchasedthroughthiscontractcomeswithallthestandardequipmentasspecifiedbythe manufacturerforthismodelandFSA'sbasevehiclespecifications)requirements whichareincludedandmadeapart of this contract's vehiclebasepriceasawardedbyspecificationbyzone. •Western •Northern •Central •Southern PRICE:$19,894.00 $20,007.00 $20,007.00 $20,007.00 WhiletheFloridaSheriffsAssociationandFloridaAssociationofCountieshaveattemptedtoidentifyandincludethoseequipment itemsmostoftenrequestedby participating agencies forfullsize vehicles,werealizeequipmentneedsand preferences aregoingto varyfromagencytoagency.Inanefforttoincorporateflexibilityintoourprogram,wehavecreatedspecificadd/deleteoptionswhich allowthe purchaser totailorthevehicletotheirparticularwantsorneeds. Thefollowingequipmentdeleteandaddoptionsandtheirrelatedcostareprovidedheretoassistyouinapproximatingthetotalcost of thetypevehicle(s)youwishtoorderthroughthisprogram.Simplydeductthecost of any ofthefollowingequipmentitemsyou wishdeletedfromthebaseunitcostand/oraddthecost of anyequipmentitemsyouwishaddedtothebaseunitcosttodetenninethe approximatecost of thetypevehicle(s)youwishtoorder. NOTE:Anofficiallisting of alladd/deleteoptionsandtheirpricesshouldbeobtainedfromtheappropriatedealerinyourzonewhen preparingyourorder.Additionaladd/deleteoptionsotherthanthoselistedheremaybeavailablethroughthedealers,however,those listedheremustbehonoredbythedealersinyourzoneatthestatedprices. ^fre^/X^T Bid Award Announcement (15-23-0904)573 VEHICLE: DEALER: ZONE: BASE PRICE: Order Code 58T1 58s2 17A1 17A2 D-17B D17B: 1 Order Code TransitT-150CargoVan (E1Z) AlanJay Ford Duval Ford ^Western ^Northern $19,894.00 $20,007.00 Duval Ford ^Central $20,007.00 Delete Options 1/2 toncargo van . BA^VEmCI£ISAl/2'TON(^RG6^ Enginedowngrade-specify Console engine cover AM/FM stereo radio Radio Delete.Deletes radio,grilles,wiring,antenna,2 Deleteside gjass only Includesfixedrear glass,deletes!IBsideandrear 2 Delete side &rear glass Fixed rear-door glass andfixedpassenger-side cargo-door glass.2 Airconditioning On-Star Add Options Duval Ford *Southern $20,007.00 Northern &Central Western &Southern Std1 NA 'NA NC1 $35.00 $70.00 NA NA! Std NA NA $15.0O2 $25.<HT i $50.002! NA NA Northern &Central Western &Southern Please refer to the Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. R1Z1 LongWheelbase * R1C1 Heavy Duty" E1D CHASSIS' Model upgrade-specify T-250 LOWROOF9,QMLB GVWR WHH13Qn WHEELBASE AND SWING OUTSIDE CARGO DOOR ~~THISTSTHEMOSTCOMMONLYORDERED CARGOVANCONFIGURATION ****1. T150 Longwheelbase at 148"base msrp.at $33265,LWB included on MGHROOF models and MEDIUM ROOFmodels except T150 E1Q El DandT250E2CR2C FORLOWROOFmodels usee9z&r2z.* Model upgrade -specify T-250MEDROOF 130*WB -OR-(R2C-T-250MEDROOF148"WB $3594)-OR-(W2C- \T-350MED ROOF 148"WB $4844)1 110360$gvwr HDDualRear Wheel Extended length HR Van F4XModel Requires W3Xgvwr j upgrade and includes 99gengine 2 Model upgrade -specify T-150 MED ROOF DUAL SLIDER 130"WB -OR-(RID-t-250MED ROOF DUAL SLIDER 130"WB$3205)-ORr-(R2D -T-250 MED ROOF DUAL SLIDER 148"WB $4244)-OR-(W2D j -f-350MEBROOFDUAL SLIDER 148?'WB $5494)l Model[RSZTransit250 SinglerearwheelRegular wheelbase 138"atm0#gywr.UsemodelRTZ for Long 156".Model S6ZTransit 350Dualrear wheel regular wheelbase 138"at 10360$gvwr. UseModel S8Zfor wheelbase 156"S6Z:Extra kmg(ADD $330)178"Wheel base useS9Z \Requires finalstage manufacture and certificationforlegal registration and warranty eligibility. Ibdanufacturer'sMSO stamped incomplete.2 Biff Award Announcement (15-23-0904) $1,903.001 ,$1,699.002| $2,555.00'$2,049.002! $2,255.00*NC2! 574 Detail by Entity Name Florida Limited Liability Company DUVAL FORD,LLC Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed DetailbyEntity Name L10000105392 27-3646082 10/07/2010 FL ACTIVE LC AMENDMENT 10/22/2010 Event Effective Date Principal Address 1616 CASSAT AVENUE JACKSONVILLE,FL 32210 Mailing Address NONE 701 RIVERSIDE PARK PLACE SUITE 310 JACKSONVILLE,FL 32204 Changed:01/24/2012 Registered Agent Name &Address ACKMAN,JOANNE A 701 RIVERSIDE PARK PLACE SUITE 310 JACKSONVILLE,FL 32204 Name Changed:03/21/2011 Address Changed:01/24/2012 Authorized Person(s)Detail Name &Address Title PCOO HODGES,DANIEL W 1616 CASSAT AVENUE JACKSONVILLE,FL 32210 hJ^://searc^sunbiz.OTg/ln^1/2 1209/2015 Title VP GRAHAM,ALEXANDER M 701 RIVERSIDE PARK PLACE,SUITE 310 JACKSONVILLE,FL 32204 Title VP GRAHAM,HAMPTON H 701 RIVERSIDE PARK PLACE,SUITE 310 JACKSONVILLE,FL 32204 Title VP HODGES,DAVID CJR 701 RIVERSIDE PARK PLACE,SUITE 310 JACKSONVILLE,FL 32204 Title VPST CURRY,Jeffery S 701 RIVERSIDE PARK PLACE SUITE 310 JACKSONVILLE,FL 32204 Annual Reports Report Year 2013 2014 2015 Filed Date 01/28/2013 01/10/2014 02/19/2015 DetailbyEntity Name Document Images 02/19/2015 --ANNUAL REPORT 01/10/2014 -ANNUAL REPORT 01/28/2013 -ANNUAL REPORT 01/24/2012 -ANNUAL REPORT 03/21/2011 -ANNUAL REPORT 10/26/2010-FEI 10/22/2010 -LC Amendment 10/07/2010 -Florida LimitedLiability View image in PDF format View image inPDF format View image inPDF format View image inPDF format View image inPDF format View image inPDFformat View image inPDF format View image in PDF format Gjovi'iuIi!:©and Privacy Policies Stale of Flonda,Depjrltnecl of SCat<j http://search.sunbizx>rgrtncpiy/Cc^..2/2