10-07-08 Item 9South Miami
aA AmericaCft
CITY OF SOUTH MIAMI D ®�
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM 2001
To: The Honorable Mayor Feliu and Members of the City Commission
From: W. Ajibola Balogun, City Manager
Date: October 7, 2008 Agenda Item No.:
Subject: Purchase of Police Vehicle
Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY
MANAGER TO PURCHASE ONE FORD CROWN VICTORIA
POLICE PURSUIT VEHICLE FROM GUS MACHADO FORD FOR
AN AMOUNT OF $24,297.00 TO BE CHARGED TO
ENCUMBRANCE RESERVE CARRY OVER FOR THE YEAR
ENDING 09/30/08 FROM ACCOUNT NUMBER 001 -1910- 521 -6430;
PROVIDING FOR AN EFFECTIVE DATE.
Request: Authorizing the City Manager to issue a purchase order to Gus Machado Ford for
the acquisition of one Ford Crown Victoria Police Pursuit vehicle in an. amount of
$24,297.00.
Reason /Need: The current police fleet includes 1996 and 1997 vehicles, and there are
several vehicles with over 100,000 miles. Due to the age and mileage of
these vehicles they need to be replaced in order to maintain a fleet of
safe and serviceable vehicles for the police department, the purchase of
one new vehicle is requested. To purchase the vehicle, we intend to
"piggyback" on the City of Miami's current contract with Gus Machado
Ford.
Cost: $ 24,297.00
Funding Source: Account number 001 - 1910 - 521 -6430, with an overall departmental
budget balance of $24,300.00 before this request.
Backup Documentation: Draft Resolution, Quote from Gus Machado Ford and City of Miami
bid
111 /SeP.29
f vNGL J.J v
2008 12;10PM
VEHICLE ORDER-CONFIRMATION N %'.�i661 /06P' vD :36:07
• Dealer: F24070
2009 CROWN VICTORIA Page: 1 of 2
Order No: 1010 Priority: K5 Ord FIN: QB935 Order Type: 5B price Level: 915
Ord Code: 720A Cuat /Flt Name: SOUTH MIAMI PO Number:
RETAIL RETAIL
P7 POLICE INTERCEP $26560 177 SILICONE HOSES $320
VIBRANT WHT C C 45C 3.27 RATIO -TRAC 125
;Z CLT� H BKTS /VNL R 78 C /LAMPS DISABLE 20
'N 'CHARCOAL BLACK DRV SDE SPT LMP 190
20 ,.ORDER CODE 53M NOSE SUPPRESS 95
.DUAL EXHAUST 61H DECKLD REL IP /D 60
.17" STEEL SPARE 67 RR DR HND INOP 25
.MANUAL AIR COND 948 RR WINDOW DEL 25
.ENG IDLE METER
99V .4.6L OHC FFV V8 NC TOTAL BASE AND OPTIONS 2652
44Q .ELEC AOD TRANS NC TOTAL 2
TC1 -. P235/55R17 BSW- - -NC -- *THIS
14T TRUNK PACK 190
FRT LICENSE BKT NC * MORE ORDER INFO NEXT PAGfEi1*
172 GRILL WIRING NC FB =NeKt
F1 =He1p F2= Return to Order F3 /F12 =Veh Ord Menu
F4= Submit F5 =Add to Library
$006 - b1DfRE RATA S AVAILABLE QC04931
ATTl �
hs
a.
'31 0
2
/ 1
r 1
CI
�S��NC�is1esar319�
City of Miami
Invitation For Bids
IFB
Purchasing Department
Glenn Marcos, UP0, Director /Chief Procurement Officer
' Miami Riverside Center
444 SW 2 "d Avenue, 6" Flooi'
Miami, Florida 33130
Web Site Address: http: / /ci.iaiati3i.#l.us /procurement
Did Number: 17007
Title: FLEET VEHICLES - CITYWIDE -
Commodity Code: 998 -94, 070 - 92,070 -48, 070 -51, 070 -54
Type of Purchase: Term Contract for One Year with QTR for Two Additional One -
Year Periods
M/WBE Set - ,aside, N/A
Sr. Buyer;
Terry S. Byrnes, CPPB
Fax:
305 -416 -1925
E -Mail Address:
tbyrnes @ch -niagii.l7.us
Issue Date:
February 20, 2007
Deadline for Request for
-
Additional Inforiniation /Clai °ifieation:
February 27, 2007
Pre =Bid Conference/Site Visit:
N/A
Bid Security;
N/A
Performance Boud:
N/A •
Bid Opening Date:
Weciatesday, March 7, 2007
Time:
2:00 PM
Sealed written Bids must be received by the City of Miarni, City Clerk's Office, City ball,
3500 Pan American Drive, Miami, Florida 33133 -5504, no later that) the date, time and at
the location indicated above for the Bid Opening. Submittal of Bid by fax is not acceptable.
Three (3) copies of the Bid Response Form (Forms 4- 0 -4.8) must be returned to the City or
your bid may be disqualified.
clty of Miami Page 9
Bld No. 05 -06 -906
Z d ti991 'IN 0 E:6 HH Z '110
GENERAL TEnIS AND CONDITIONS
INTENT! The General Terms and Bidder shall complete a separate Price issue its own exemption certificates as
Conditions described herein apply to the Sheet form and shall mark "Alternate equired by the successful bidder
acquisition of goods or equipment with Bid ". Alternate bid shall be placed in the
ail estimated aggregate cost of same bid. 1.10. AWARD OF CONTRACT: 525,000.00 or more.
1.1. ACCEPTANCE OF GOODS OR
EQUIPMENT - Any good(s) or
equipment delivered under this bid shall
remain the property of the seller until e
physical inspection and aehral usage of
the good is made, and thereafter is
accepted as satisfactory to the City. It
must comply with the terms herein and
be fully in accordance with specifications
and of the highest quality. In the event
the goods /equipment supplied to the City
are found to be defective or does not
conform to specifications, the City
reserves the right to cancel the order
upon written notice to the Contractor and
return The product to the Contractor at the
Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The
signed bid shall be considered.an offer on
the part of the bidder; such offer shall be
deemed accepted upon issuance by the
City of a purchase order.
1.3. ACCEPTANCE/REJECTION —
The City reserves the right to accept or
reject any or all bids or parts of bids after
bid opening and request rebid on the
iterns described in the IPB. In the event
of such rejection, the Director of
Purchasing shall notify all affected
bidders and make available a written
explanation for the rejection. The City
also reserves the right to waive any,
irregularities or minor informalities or
technicalities in any or all bids end ma
at its discretion, re -bid.
1.4. ADD)ENDUMS— It is the bidder
responsibility to ensure receipt of a
Addendums. Addendums are available o
the City's web site
http,//ei.iiiiaini.1-l.us.
1.5. ALTERNATE BID HAY I
CONSIDERED - The City may consic
one (1) alternate bid from the sar
Bidder for the same solicitatic
provided, that the alternate bid offers
different product that meets or excee
the bid requirements. In order for ti
City to consider an alternate bid, tl
City of Mlaml
Bid No. 05 -06 -109
1.6. ASSIGNMENT - Contractor agrees
not to enter into subcontracts, or assign,
transfer, convey, sublet, or othenvise
dispose of this Contract, or any or all of its
right, title or interest herein, without City
of Miami's prior Written consent,
1.7. ATTORNEY'S .F);ES- In
connection with any litigation, mediation
and arbitration arising out of this
Contract, the prevailing patty shall be
entitled to recover its costs and
reasonable attorney's fees through and
including appellate litigation and any
post judgment proceedings.
118. AUDIT RIGHTS AND RECORDS
RETEN'T'ION - The Successful Bidder
agrees to provide accoss.at all reasonable
tidies to the City, or to any of its duly
authorized representatives, to any books,
documents, papers, and records of
Contractor which are directly pertinent to
this Bid, for the purpose of audit,
examination, excerpts, and transcriptions.
The Successful Bidder shall maintain
and retain any and all of the. books,
documents, papers and records pertinent
to the Contract for three (3) years after
the City makes final payment and all
other pending matters are closed.
Contractors failure to or refusal to
comply with this condition shall result in
the immediate cancellation of this
contract by the
1.9. AVAILABILITY OF CONTRACT
STATE -WIDE - Any Governmental,
not - for-profit or quasi - governmental
entity in the State of Florida, may avail
itself of this contract and purchase any
and all items specified herein fi-oin the
successful bidder(s) at the contract
price(s) established herein
(Each Governmental, not -for -profit or
quasi - governmental entity which uses a
contract(s) resulting here from, will
establish its own contract, place its own
orders, issue its own purchase orders, be
invoiced there from and make its ownl
payments, determine shipping terms aad
A. The IFB, Bidder's response, any
addenda issued, and the purchase order
shall constitute the entire contract, unless
modified in accordance with any ensuing
contract.
B. The award of a contract where there
are Tie Bids will be decided by the
Director of Purchasing or designee.
C. The award of this Bid may be
preconditioned on the subsequent
submission of other documents as
specified in the Special Conditions or
Technical Specifications. Bidder shall be
in default of its contractual obligation if
such documents are not submitted- in a
timely mariner and in the Form required
by the City. Where Bidder is in default
of these contractual requirements, the
City, through action taken by the
Purchasing Department, will void its
acceptance of the Bidder's Response and
may accept the Bid from the next most
loivest responsive, responsible Bidder or
re- solicit . the City's requirements. The
City, at its sole discretion, may seek
monetary restitution from Bidder and its
bid bond or guaranty, if applicable, as a
result of damages or increased costs
sustained as a result of the Bidder's
default.
D. The term of the contract shall be
specified in one of three documents
which shall be issued to the successful
Bidder. These documents may either be a
purchase order, notice of award and /or
contract award sheet.
E: The City reserves the right to
automatically extend this contract for up
to one hundred twenty (120) calendar
days beyond the stated contract tern in
order to provide City departments with
continual service and supplies while a
ew contract is being solicited, evaluated,
and /or awarded. If the right is
evoised, the City shall notify the
Bidder, in writing, of its intent to extend
the contract at the same price, terms and
conditions for a specific number of days.
Additional extensions over the first one
hundred twenty (120) day extension may
occur, if the City and the Successful
Bidder are in mutual agreement of such
d X99[ 'IN WdlE:6 8006 '6 '110
F. Where the names, makes, models, names of any situations where collusion may have
contract involves a single shipment of manufacturers, trade names, or bidder occurred and the City reserves the right
goods to the City, the contract term catalog numbers are specified, it is for the to reject any and all bids where collusion
shall conclude upon completion of the purpose of establishing the type, function, may have occurred,
expressed or implied warranty periods, minimum standard of design, efficiency,
grade or quality of goods only When tl e
G. The City reserves the right to award City does not wish to rule out other A-10. UUMPLIANCE WITH
A
the contract on a split - order, lamp sum or competitors' brands or makes, the phrase LAW S S I - ' STATE AND LOCAL
individual -item basis, or such "OR EQUAL" is added. When bidding L Contractor understands that
combination as shall best serve the an approved equal, Bidders will subunit, contracts between private entities and
interests of the City unless otherwise with their bid, complete sets of necessary local governments are subject to certain
specified. data (factory information sheets, laws and regulations, including laws
specifications, brochures, etc.) in order pertaining to public records, conflict of
1.11. BID BONAI13ID SECURITY - A for the City to evaluate and determine the interest, records keeping, etc. City and
cashier's or certified check, or a Bid equality of the iteni(s) bid, The City shall Contractor agree to comply with and
Band signed by a recognized surety be the sole judge of equality and its
conipany that is licensed to do business decision shall be final. Unless othcrwfse observe all applicable laws, codes and
in the Slate of Florida, payable to the specified, evidence in the form of ordinances as that may in any way affect
City of Miami, for the amount bid is samples may be requested if the proposed the goods or equipment offered,
required from all bidders, if so indicated brand is other than specified by the City. Including but not limited to:
udder Section 2.0 Special Conditions, . Such samples are to be furnished afler the
This check or bond guarantees that ti date of bid opening only upon request of A. Executive Order 11246, which
bidder will accept the order or contract, the City. If samples should be requested, prohibits discrimination against any
as bid, if it is awarded to bidder. Bidder such samples must be received by the employee, applicant, or client
shall forfeit bid deposit to the City should City no later than seven (7) calendar --- because of race, creed, color,
City award contract to Bidder and Bidder days after a formal request is made, natioimal origin, sex, or age with
fails to accept the award. The City regard to, but not lfmite"d to, the
reserves the right to reject any. and all 1.15. - CANCELLATION - The City following: employment practices,
surety tendered to the City. Bid deposits reserves the right to cancel all invitations rate of pay or other compensation
are returned to unsuccessful bidders for bid before bid opening. In the event methods, and training selection,
within ten (10) days after the award and of bid cancellation, the Director of B. Occtpational, Safety and Health Act
successful bidder's acceptance of award. Purchasing shall notify all prospective (OSHA), as applicable to this IFB.
If sixty (60) days have passed after the bidders and make available a written
date of the formal opening of the bids, explanation for the cancellation. C, The State of Florida Statutes,
and no contract has been awarded, all bid Section 287133(3)(A) on Public
deposits will be returned on demand,
Certified Minority/Women vendors
msy apply to participate in the City's
Did Bond Voucher Program by
contacting the Minority/ ;romtn
Business Affairs office,
1.12. BID RESPONSE FORM - All
forms, as described under Section 4.0,
should be completed, signed and
submitted accordingly,
1.13. BID SECURITY
FORFEMD LIQUIDATED
DAMAGES - Failure to execute a
Contract and/or file an acceptable
Performance Bond, when required, as
Provided heroin, shall be just cause for
the annulment of the award and the
forfeiture of the Bid Security to the City,
which forfeiture shall be considered, not
as a penalty, but in mitigation of damages
sustained. Award may then be made to
the next most lowest responsible Bidder
or all bids may be rejected.
1.14, BRAND NAMES - If and
wherever in the specifications brand
City of Miami
Bid No. 06- 00 -lo6
1.16. CAPITAL EXPENDITURES -
Contractor understands that any capital
expenditures that the firm makes, or
Prepares to make, in order to 'perform the
services required by the City, is a
business risk which the contractor must
assume, The City will not be obligated
to reimburse amortized or unamortized
capital expenditures, or to maintain the
approved status of any contractor. If
contractor has been unable to recoup its
capital expenditures during tine time it is
rendering such services, it shall not have
any claim upon the City,
1.17, COLLUSION - Bidder, by affixing
a signature to its bid, certifies that its bid
is made without previous understanding,
agreement or connection either with any
person, Finn or corporation making a bid
for the same items or with time City of
Miami's Purchasing Department or
initiating department. The Bidder
certifies that its bid is fair, without
cowrol, collusion, fraud or other illegal
action. Bidder certifies that it is in
compliance with Section Z&IL Conflict
of Interest and Code of Ethics Laws, The
City will investigate all potential
Page 3
Entity Crimes.
D. Minorlly/lfrosterr Business Affairs
Enterprise (M/WBE) City
Ordinances No. 10062, 10538,
11272, as amended, as applicable to
this IFB.
E. Environment Protection Agency
(EPA), as applicable to this IFB.
F. Umifornt Commercial Code (Florida
Statutes, Chapter 672).
G. Americans with Disabilities Act of
1990,, as amended.
H. National lneftute of Occupational
Safety Hazards MOSFI), as
applicable to this 1175.
National Forest Produus
Association (NFPA), as applicable
to this IFB.
City Procurement Ordinance City
Code Section 18, Artfele 111,
ti 'd X991 'IN wd E : 6 8006 '6 '100
I
21. Credit for any Factory Rebates, Bonuses or incentives. S pity -conditions.
--M $
22. Furnish any factory- installed options not listed in this solicitation.
Specify YES or NO (Circle one)
23. Furnish any dealer added option not listed in this solicitation. Specify YFS or NO
(Circle one) '
POLICE PURSUIT VEHICLES
A. FORD CROWN VICTORIA POLICE INTERCEPTOR: The vehicle shall be rear wheel drive and be
equ.ppad with the manufacturer's standard equipment in addition to meeting the requirements
I!_ d below:
1. ENGINE: Eight (8 finder gasoline powered engine with no less than 239 net horsepower.
2. /COOLING: Maximum capacity system
3_ AIR CONDITIONING: Factory installed,
4. ,/WINDSHIELD AND GLASS: All-windows and the windshield shall be factory tinted as dark as
possible.
✓T
5. RANSMISSION: Minimum four (4) speed heavy duty automatic with overdrive and factory
_installed auxiliary—external oil -air transmtssio.n_cooter.__
6..AHEELBASE: Approximately 114 inches. /(
7. v6ARGING SYSTEM: Heavy -duty alternator with output of 130 amps at curb idle and a high
output of no less than 220 amps. Alternator shall be capable of supporting the vehicles full
load without discharging the battery.
8. ,/BATTERY: Maintenance free battery rated at no less than 750 CCA and includes a battery
heat shield-
9,V/POWER STEERING: The power steering system shall be designed for high-;speed police
pursuit type driving and include an auxiliary power steering oil cooler,
1 OYPOWER BRAKES: Factory installed heavy -duty front and rear disc brakes. Four (4) wheel
135 required.
111RES &WHEELS: Tires and wheels shall be of sufficient size and rating for intended use as
as Police Pursuit vehicle, Each vehicle shall include a full -size mounted spare and jack.
12,�BALANCE AND ALIGNMENT: Each vehicle shall include a high -speed on- the -car wheel
Jbalance and a four -wheel alignment. All deficiencies shall be corrected prior to delivery.
13Ai)TERiOR: Exact colors will be selected at the time of order. The floor covering shall be
F�eavy -duty rubber material.
14. Additional dome light to be located directly over the center of the front seat and operated by a
separate switch.
151/EXTERIOR: The rear door windows shall have full frames around the windows. Factory
installed body side molding with a vinyl insert is required and the molding for the front doors
i o be installed prior to delivery.
16. OLOR: Manufacturer's standard white color paint,
17. ACCESSORIES: The following items shall be included:
a) Factory remote - controlled right and left side rear view mirrors.
b) J Factory Installed gauge packages that inclade oil pressure, water temperature
and voltmeter.
City of Miami
Bid No. 05-06 -106
c) Factory installed power windows and power door locks.
,.
Page 83
S 'd �991 ' °N WE 80OZ 'Z '100
J.
184d) Cloth bucket front seats wit r-tt a t
SONAL SAFETY SYSTEM: Shall include front dual airbags, seat position & weight
s2sors, and safety belt pre - tensioners.
19 �EDOMETER: Electronically certified calibration in 2 mph increments 0 —140 mph.
201KEY SYSTEM: Single key system for ignition .and all locks shall be provided. Each vehic
shall have a different lock combination. �� , 11 C 4• tS�i�( S'
�QUI� ��y�,�I�J,y1�',�,���r
a f I71" Vr "Y 'r i
FORD CROWN VICTORIA POLICE INTERCEPTOR: Base price per X
vehicle
r
List Makefo (s)Ye r(s o f Vehc icle(s):
a2 U f� J
Manufacturer's standard warranty: years �_.�� QUQ miles
Manufacturer's extended warranty:
Mlles Years Cos fNehice
- 60,000....... -5 --
75, 000 5 3 (a 0
100,000 6
Name and address of Local Parts and Service Facility (if other than bidder):
DELI 6Y /AVAILASIL.ITY: Indicate the number of calendar days notice to furnish vehicle.
Number of Days after receipt of Purchase Order
Additional vehicles, if required: Number of Days after receipt of Purchase
Order
Last day to place orders for current production year:
FORD CROWN VICTORIA. POLICE INTERCEPTOR OPTIONS:
1. Factory limited -slip differential. Ll��c
2, Interior dome light swit ch to prevent the dome light from illuminating when doors are opened.
�1 3. Remote - controlled truck lid release. Truck remote shall be operated by a solenoid actuated
1 by an accessible dash mounted pushbutton switch. Switch shall operate only when the
ignition is in the "on position ".
4. Manual truck light switch installed in the truck to allow the driver to disable the truck light.
Switch shall be conveniently located in the truck for accessibility.
,)•Y- 5. Rain shields on all doors.
6. Anti -theft system to protect the unattended vehicle from being driven away while engine is left
running. The anti -theft system shall also protect the vehicle when parked and not in use,
providing 24 -hour protection.
- City of Mlaml Page 64
Sid No. 06. 06.106
d ➢yyl wN nVGt 0 OVVG G 4 �U
7. Rear door inner handles shall be delivered loose in the truck of the vehicle.
y 8. Rear passenger windows shall be disabled.
9. Factory'installed carpel instead of rubber floor covering.
10. Factory floor mats for front and rear floors_
11. Additional dome light to be located directly over the center of the front seat and operated by a
separate switch.
12. Rear window defroster. --
13. Factory installed AM /FM radio_ -•
14. Factory installed digital clock.
15. Full wheel covers, —.71 %1-9 A
16. Power Access Point for use with a radar gun in a convenient location on the front dash.
t 7J 17. Silicon radiator and heater hoses with aircraft type clamps. f1
18. Purchase and install push -type front bumper guards.
19. Two (2) copies of Shop Repair Manuals,
20. Alternate fuel conversion (if available). Please specify fuel conversion type.
21. Purchase and installation of Ford Truck Pack to include Kevlar lining on forward side of box.
22: -- Purchase and -installation of-Base-Potice Prep Equipment Package:- - -
23. Purchase and installation of Complete Police-Prep Equipment Package,
24. Purchase and installation of Laminated Security Side Glass.
25. Furnish any factory- installed option not listed in this solicitation at cost + 5 %. Specify YES or
NO in the appropriate space in the Bid Proposal.
26. Furnish any dealer added option not listed in this solicitation at cost + 5 %. Specify YES or
NO in the appropriate space in the Bid Proposal
FORD CROWN VICTORIA POLICE INTERCEPTOR OPTIONS:
1 1��1 '
1 Factory limited -slip differential. $ / ' /vehicle
2 Interior dome light switch to prevent the ome light from illuminating when doors are
opened.. $ 0 "1 /vehicle RR)
3 Remote - controlled truck lid release. Truck remote shall be operated by a solenoid
actuated by an accessible dash mounted pus - button switch. Switch shall operate only
when the ignition is in the "on position". $ 4� /vehicle (_fS
rl.t, 4 Manual truck light switch installed in the truck to allow the driver to disable the truck light.��o,�
7- Switch shall be conveniently located in the truck for accessibility. $ at7_ ( /vehicle
5 Rain shields on all doors. $ _V /vehicle (13.20/
6 Anti -theft system to protect the unattended vehicle from being driven away while engine
is left running. The anti -theft system shall al o protect the vehicle wlhen parked and not in
use, providing 24 -hour protection. $ � /vehicle C6 5% -)
7 Rear door inner handles shall be delivered loose in the truck of the vehicle. $
/vehicle �
8 Rear passenger windows shall be disabled. $ /vehicle
9 Factory installed carpet instead of rubber Floor covering,,:$ �o�,_ /vehicle
10 Factory floor mats for front and rear floors. $ I /vehicle-
City of Miami Page 86
Sid No. 05 -09-106
L 'd Ml 'ON WE : 6 8002 'Z '130
11 Additional dome light to be located directly over the center of the front seat and operated
by a separate switch. $ /vehicle
12 Rqar window defroster. $ _ ID /vehicle
13 Factory installed AM /FM radio. $ /vehicle
14 Factory installed digital clock. $ /vehicle
+�- 15 Full wheel covers. $ /vehicle (+�)
16 PowerjAccess Point for use with a radar gun in a convenient location on the front dash.
$ /vehicle
17 Silicon radiator and heater hoses with aircraft type clamps. 3216. /vehicle )
18 Purchase and install push -type front bumper guards. $ ti /vehicle
19 Two (2) copies of Shop Repair Manuals. $ /vehicle
20 Alternate fuel conversion (if available). Please specify fuel conversion type. $ �)�✓
/vehicle
j 21 Purchase and installation of For �Truck'Pack to Y'clude Kevlar lining on forward side of
box. $ �l_� b /veliic �
In1 i
(ilk] 22 Purchase and installation of Base Police rep Equipment Package. /vehicle
r_ a 23 Purchase and installation of Complete Police Prep Equipment Package. $
�+� /vehicle
24 Purchase and installation of laminated Security Side Glass. $ ? /vehicle_
25 Furni h any factory- installed option not listed in this solicitation at cost + 5 %. Specify
�ESir NO (Circle one)
26 Furnish any dealer added option not listed in this solicitation at cost + 5 %. Specify ES .
or NO (Circle one) �° r
S. CHEVROLET IMPALA 9C1 POLICE: The vehicle shall be front wheel drive and be equipped with
the manufacturer's standard equipment in addition to meeting the requirements listed below:
1. ENGINE: Six (6) cylinder gasoline powered engine with no less than 200 net horsepower.
2, COOWNG: Maximum capacity system
3. AIR CONDITIONING: Factory installed.
4. WINDSHIELD AND GLASS: All windows and the windshield shall be factory tinted as dark as
possible.
5. TRANSMISSION: Minimum four (4) speed heavy duty automatic with overdrive and factory
installed auxiliary external oil -air transmission cooler. Shift selector shall be mounted on the
column.
G. WHEELBASE: Approximately 111 inches.
7. CHARGING SYSTEM: Heavy -duty alternator with output of 120 amps at curb idle and a high
output of no less than 125 amps. Alternator shall be capable of supporting the vehicles full
load without discharging the battery.
8. BATTERY: Maintenance free battery rated at no less than 690 CCA.
9. POWER STEERING: The power steering system shall be designed for high -speed police
pursuit type driving and include an auxiliary power steering oil cooler.
10. BRAKES: Factory installed heavy -duty front and rear disc brakes. Four (4) wheel ABS
required.
11. TIRES &WHEELS: Tires and wheels shall be of sufficient size and rating for intended use as
a Police Pursuit vehicle_ Each vehicle shall include a full -size mounted spare and jack.
City or Miami Page 66
Hid No, 05 -06 -106
$ 'd ti991 'ON aooz .z. 10°
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO
PURCHASE ONE FORD CROWN VICTORIA POLICE PURSUIT VEHICLE
FROM GUS MACHADO FORD FOR AN AMOUNT OF $24,297.00 TO BE
CHARGED TO ENCUMBRANCE RESERVE CARRY OVER FOR THE
YEAR ENDING 09/30/08 FROM ACCOUNT NUMBER 001 - 1910 - 521 -6430;
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Mayor and City Commission wishes to purchase a new Ford Crown Victoria Police Pursuit
Vehicle for the Police Department, and
WHEREAS, due to the excessive mileage of a number of vehicles in the police fleet, and in an effort to
maintain a fleet of safe and serviceable vehicles for the police department, the purchase of one new vehicle is
needed; and
WHEREAS, Gus Machado Ford has given a quote based on the City of Miami bid for Ford Crown Victoria
Police Pursuit Vehicles with the extended warranty; and
WHEREAS, the vehicle will be purchased from account number 001 - 1910 -521 -6430, with an overall
departmental budget balance of $24,300.00 before this request.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA:
Section 1: The City Manager be, and hereby is authorized to issue a purchase order to Gus
Machado Ford for the acquisition of one Ford Crown Victoria Police Pursuit Vehicle
in an amount not to exceed $24,297.00. That this disbursement be charged to
account number 001-1910-521-6430, for the 2007/2008 budget year..
Section 2: That this resolution shall effect immediately upon execution.
PASSED AND ADOPTED this
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
day of,
APPROVED:
MAYOR
Commission Vote:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Wiscombe:
Commissioner Palmer:
Commissioner Beckman:
2008.