Loading...
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.