Loading...
Resolution 2022-32352 RESOLUTION NO. 2022-32352 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER(AS SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION), AND APPROVING THE PURCHASE OF SEVENTY- EIGHT (78) POLICE INTERCEPTOR UTILITY ("PIU") HYBRID VEHICLES FROM STEP ONE AUTOMOTIVE FD CW LLC, PURSUANT TO COMPETITIVELY BID STATE OF FLORIDA CONTRACT 25100000- 21-STC FOR MOTOR VEHICLES, IN THE AMOUNT OF$3,212,945; AND FURTHER,WAIVING,BYA 5/7THS VOTE,THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, FOR THE PURCHASE, IN THE AMOUNT OF $163,000, FOR THE REMAINDER OF THE NON-CONTRACT ITEMS NECESSARY TO APPROPRIATELY OUTFIT THE 78 PIU HYBRID VEHICLES IN ORDER TO MEET THE NEEDS OF THE POLICE DEPARTMENT;WITH THE FOREGOING HAVING A TOTAL PURCHASE PRICE OF $3,375,945. WHEREAS, the City of Miami Beach Police Department (the "Police Department") currently needs to purchase seventy-eight (78) police interceptor utility ("PIU") hybrid vehicles; and WHEREAS, the purpose of this purchase is to replace existing vehicles that are no longer cost-effective, as the maintenance and repair costs have exceeded the original value of the vehicles; and WHEREAS, the replacement of these vehicles will allow the Police Department to replace internal combustion engine vehicles with hybrid vehicles; and WHEREAS, the Facilities and Fleet Management Division (the "Fleet Division") has determined that the purchase of the seventy-eight (78) PIU hybrid vehicles is in the best interest of the City as it will help to reduce both the City's carbon footprint and fuel costs,and is consistent with existing vehicles already in the fleet; and WHEREAS, the Fleet Division sought quotes from vendors having publicly-awarded contracts from the Florida Sheriffs Association, the State of Florida, and Sourcewell; and WHEREAS, based on the quotes received, Step One Automotive FD CW LLC offered the lowest price for the required seventy-right (78) PIU hybrid vehicles in the total amount of $3,375,945;and WHEREAS, the total amount of such purchase, includes the non-contract options of painting the doors and roofs of the PIU vehicles to match the paint scheme of the City's marked police units, along with the graphic designs for the vehicles; and WHEREAS, the total amount of the non-contract options is $163,000 and such expenditure is necessary to complete and appropriately outfit the seventy-eight(78)PIU vehicles; and WHEREAS, the Fleet Division has reviewed the prices submitted and determined that such prices are fair and reasonable. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, the Mayor and City Commission of the City of Miami Beach, Florida, accept the written recommendation of the City Manager(as set forth in the City Commission Memorandum accompanying this Resolution),and approve the purchase of seventy- eight(78) police interceptor utility (PIU) hybrid vehicles from Step One Automotive FD CW LLC, pursuant to competitively bid State of Florida contract 25100000-21-SIC for motor vehicles, in the amount of$3,212,945; and further, waiving, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, for the purchase, in the amount of$163,000, for the remainder of the non-contract items necessary to appropriately outfit the 78 PIU hybrid vehicles in order to meet the needs of the Police Department;with the foregoing having a total purchase price of$3,375,945. , /� PASSED AND ADOPTED this 424 day of O(X�J-P+r 2022. • Dan Gelber, Mayor ATTEST: OCT 27 2022 Rafa E. Granado, City Clerk r. 9c r, %. IUCORIO RAT EO' APPROVED AS TO FORM &LANGUAGE- &FOR EXECUTION I v--t 22 City Attorney A/W� Date Resolutions-C7 I MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: October 26,2022 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION), AND APPROVING THE PURCHASE OF SEVENTY-EIGHT (78) POLICE INTERCEPTOR UTILITY ("PIU") HYBRID VEHICLES FROM STEP ONE AUTOMOTIVE FD CW LLC, PURSUANT TO COMPETITIVELY BID STATE OF FLORIDA CONTRACT 25100000-21-STC FOR MOTOR VEHICLES, IN THE AMOUNT OF $3,212,945;AND FURTHER, WAIVING, BY A 5/7TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, FOR THE PURCHASE, IN THE AMOUNT OF $163,000, FOR THE REMAINDER OF THE NON-CONTRACT ITEMS NECESSARY TO APPROPRIATELY OUTFIT THE 78 PIU HYBRID VEHICLES IN ORDER TO MEET THE NEEDS OF THE POLICE DEPARTMENT; WITH THE FOREGOING HAVING A TOTAL PURCHASE PRICE OF $3,375,945. RECOMMENDATION The Administration recommends adopting the Resolution. BACKGROUND/HISTORY The Fleet Management Division (Fleet Management)purchases the vehicles and equipment for all City of Miami Beach (City) departments and divisions. In coordination with the various departments, Fleet Management develops and submits a list of replacement vehicles and equipment based on Recycle and asset valuation, for funding approval during the City's Capital Budget process each fiscal year. Replacement considerations are based on a combination of factors that include age, condition, maintenance/repair/collision expenses, and operating environment. The list of replacement vehicles and equipment as well as any new vehicles and equipment submitted by a department as part of a service level enhancement initiative are subject to approval by the City Commission during the annual Capital Budget process. On May 31, 2019, LTC #316-2019 was issued establishing a hybrid electric vehicle (HEV) policy for purchasing the most cost-effective, fuel-efficient vehicle options while minimizing greenhouse gas (GHG) emissions, as new technologies are rolled out by manufacturers. In Page 296 of 1166 2018, Ford Motor Company (Ford) introduced the police interceptor utility(PIU) hybrid vehicle. As a result, the Administration established the goal of replacing existing internal combustion engine (ICE)patrol vehicles with hybrid ones, including PIU hybrid vehicles. ANALYSIS The Police Department seeks to purchase seventy-eight (78) police interceptor utility (PI U) hybrid vehicles to replace existing internal combustion engine (ICE)police vehicles. The units being replaced are no longer cost-effective as the maintenance and repair costs have exceeded the original value and are scheduled for replacement. Fleet Management determined that it is in the City's best interest to purchase Ford's police interceptor utility (PIU) hybrid vehicles, as these: 1) are consistent with other units already purchased and existing in the fleet inventory; 2)will maximize efficiencies in the training of staff; and 3)improve operations by reducing overall downtime related to maintenance and repairs. The City has historically purchased vehicles by piggybacking on previous publicly awarded contracts by the Florida Sheriffs Association (FSA), State of Florida, and Sourcewell, as it benefits from the expertise, staff resources, and leveraged buying power of these agencies, resulting in cost-effective vehicle purchases. On March 3, 2022, the City Manager authorized the Administration to purchase vehicles for City departments by seeking quotes from competitively solicited contracts identified in Piggyback Memo 2022-226-LB. In accordance with the Piggyback Memo, the Fleet Management Division sought quotes from vendors awarded in the State of Florida, FSA, and Sourcewell contracts. The Fleet Management Division received the following quotes: Agency Contract No. Amount Step One Automotive State of Florida 25-00000-21- $3,375,945 STC Alan Jay Sourcewell 060920-NAF $3,478,714 Duval Ford Florida Sheriffs FSA 20- $3,542,069 Association VE L28.0 Garber Ford Florida Sheriffs FSA 20- $3,700,167 Association VEL28.0 The quote includes ancillary items, or non-pre-priced (NPP or non-contract) items, that are necessary to properly outfit the vehicles: The NPP items include the painting of the doors and roof to match the painting scheme of the marked units along with the custom graphics designs for the vehicles. The total amount of the non-contract options for all the marked units is an estimated $163,000, which amounts to 5% of the entire purchase. In accordance with Administrative Order 03.02, any non-contract items exceeding the dollar threshold of$100,000 as established by section 2-366 of City Code for goods and services require City Commission approval. The Fleet Management Division has determined that the price for the painting and graphics is fair, reasonable, and consistent with previous purchases of similar equipment. In consideration of the foregoing, the Administration recommends utilizing the State of Florida contract with Step One Automotive as it offers the best pricing for seventy-eight (78) PI U hybrid vehicles and further, requests approval to waive the formal bidding requirement to purchase the NPP items to Page 297 of 1166 properly outfit the vehicles. City Manager Recommendation The City Manager recommends that the Mayor and City Commission waive the formal competitive bidding requirement, by a 517ths vote, as being in the best interest of the City. SUPPORTING SURVEY DATA In 2022, 65.2% of residents were satisfied with the quality of police services. This purchase will increase vehicle availability and readiness for the Police Department to provide quality policing services. FINANCIAL INFORMATION The fiscal impact for this purchase is $3,375,945. All funds were approved and adopted in the City's Capital Budget. Amount(s)/Account(s): 011-1120-000673-20-410-596-00-00-00- $741,523.00 510-1780-000673-00-422-000-00-00-00-63421 $540,710.00 510-1780-000673-29-422-000-00-00-00- $ 1,923,168.00 510-1780-000673-00-422-000-00-00-00-61122 $ 170,544.00 CONCLUSION It is the recommendation of the Administration that the Mayor and City Commission of the City of Miami Beach, Florida, accept the written recommendation of the City Manager and approve the purchase of seventy-eight(78) police interceptor utility(PI U) hybrid vehicles from Step One Automotive FD CW LLC, pursuant to the competitively bid State of Florida contract 25100000- 21-STC for motor vehicles, in the amount of$3,212,945; and further, waiving, by a 5Rths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, for the purchase, in the amount of $163,000, of the remainder of the non-contract items necessary to outfit the 78 PI U hybrid vehicles to meet the needs of the Police Department;with the foregoing having a total purchase price of$3,375,945 Applicable Area Citywide Is this a"Residents Right Does this item utilize G.Q. to Know" item. pursuant to Bond Funds? City Code Section 2-14? No No Strategic Connection Neighborhoods-Prevent and solve crime for residents and visitors. Legislative Tracking Facilities and Fleet Management/Police Page 298 of 1166 ATTACHMENTS: Description ❑ Step One Quotes ❑ LTC 316-2019 ❑ Resolution Page 299 of 1166 Motor Vehicles(25100000-21-STC) Price Quote Form(PQF) (STATE AGENCIES MUST ALSO SUBMIT FORM MP6301) Updated V18/2022 Awarded Contractor Information Contractor Name: STEP ONE AUTOMOTIVE dba FORD CRESTVIEW Street Address: 4060 FERDON BLVD City,State,Zip: CRESTVIEW,FL 32536 Contact Person: ERIC JORE Title: IGOVERNMENT FLEET MANAGER Original Quote Date: 9/7/2022 (Revised Quote Date: Est.Delivery: 1180-250 DAYS ARO Phone Ws: (Primary: (Secondary: Email Address: Fax It: Contractors Purchase Order t. Requesting Customer Information AgencylEllgibie User Name: CITY OF MIAMI BCH Contact Person: ITitle: Phone la: (Primary: Secondary: I Email Address: Faxf: Secondary Contact for Customer( ) Contact Person: "Tie: Phone We: (Primary: Secondary: I Email Address: Fax II: UNSPSC Group Sub-Group Line Number Commodity Coda 25101702 POLICE VEHICLES 4X4 &4X2 AWD 20 Base Vehicle Price OEM Options Manufacturer/Brand Representative Model f i Ei Discount WM FORD 2023 FORD POLICE UTILITY K8A AWD $ 38,572.00 2% OEM OPTIONS THIS SECTION SHOULD ONLY BE USED FOR OEM OPTIONS,WHICH ARE NOT►DENTIRED AND PRICED ON THE PRICE SHEET. OBI Option Description an, Option OBI OrMion Model OEM Option NEW OEM Option Price Taal Price Ianufaeter Number (ParDaM War Until 3.3 HYBRID ENGINE WITH 10 SPEED MOD HYBRID TRANS 1 $ - $ - NC AM FM RADIO CLOTH BUCKET SEATS WITH VINYL REAR 1 $ - $ - BACK UP CAMERA IN MIRROR 1 FORD 87R $ - $ - REAR NC 1 FORD 17A $ 610.00 $ 597.80 $ 597.80 REAR CARGO LAMP 1 FORD 17T $ 50.00 $ 49.00 $ 49.00 COURTESY LAMPS INOP 1 FORD 43D $ 25.00 $ 24.50 $ 24.50 LH HAND LED SPOTLIGHT 1 FORD 51R $ 395.00 $ 387.10 $ 387.10 KEYLESS ENTRY SYSTEM W 4 FOB&KEYS 1 FORD 55F $ 340.00 $ 333.20 $ 33320 ANTI THEFT 1 FORD 593 $ 120.00 $ 117.60 $ 117.60 PERMETER ALERTSYSTEM 1 FORD 688 $ 675.00 $ 661.50 $ 681.50 REVERSE SENSORS 1 FORD 76R $ 275.00 $ 269.50 $ 269.50 REAR DOOR PLUNGER 1 FORD 52P $ 160.00 $ 156.80 $ 156.80 REAR COOR LOCKS AND HANDLES INOP 1 FORD 68P $ - $ - CRUISE CONTROL $ - $ - POWER WINDOWS&LOCKS $ - $ FRONT TAG BRACKET $ - $ - FULL SIZE SPARE $ - $ - $ - $ $ - $ $ - $ $ - E - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - s - $ - $ - $ - $ - $ - TOTAL COST:OEM.... . . .0S REQUIRED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE •FOR REQUIRED AFTERMARKET• • • . WHICH ARE IDENTIFIED AND PRICED ON THE PRICE SHEET. Required Required Rwpi ntr sd Alrrbt Option Deeertpdon t ilraeiearrer d Afterwratrot�0� Allenmrdet Option AIM Option Nos Tafal Piles Model Number (Par Wild S - S - S - S - TOTAL COST: • .. .ABannarbt,.., - IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR IDENTIFIED AFTERMARKET OPTIONS,WHICH ARE IDENTIFIED AND PRICED ON THE PRICE SHEET. Page 300 of 1166 Identified idendfied Identified Aftennseket Option DescAption OTY identified � Ada mart Option Afbrmn amaha Option Price Price Model Number _ (Per Unit) S $ $ $ $ $ $ $ $ $ $ $ s $ $ $ TOTAL COST:Identified Albrtnerkat• •ens NON-IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR NON-IDENi1RED AFTERNARKET OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE SHEET. Non4dentified NonaderndMd Ifonadsrttllfed Aftemarket Non4dentlAltamaha lNd h Option Description OTY Afbrmarket Option Aft mtarket Option won Altannerket Option Total Price IISRP Price Manufacturer Model Number (Per Unit/ (Per Unit) TUTONE PAINT WHITE DOORS 1 CROWN TP $ 2,500.00 $ 1,700.00 $ 1,700.00 MBPD GRAPHICS 1 DSS SP $ 1,250.00 $ 750.00 $ 750.00 $ - _ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $$ $ $ $ - • $ $ TOTAL COST:Non4dantilled Altamarket 2,450.00 OrrtdTotal Slob Tend Csttkeat Prloeps= AMMAN Total vehicles Quoted(with the same OEM,Required Af ermarket,identified Afbmarkst,and tbMden00ed Aftennarket Options) 48 Purchase Order Grand Total $ 2.0112.712.0S Contractor Comments: Customer Comments: 'UNSPSC•United Nations Standard Products and Serrkes Commodity Code.Refer to the price sheet for the eode(s)applicable to each Group. • Page 301 of 1166 Motor Vehicles(26100000-21-STC) Price Quote Form(PQF) (STATE AGENCIES MUST ALSO SUBMIT FORM MP6301) Updated 1H8/2022 Awarded Contractor Information Contractor Name: STEP ONE AUTOMOTIVE dba FORD CRESTVIEW Street Address: 4060 FERDON BLVD City,State,Dix CRESTVIEW,FL 32536 Contact Person: ERIC JORE TMe: 'GOVERNMENT FLEET MANAGER Original Quote Data: 9/7/2022 'Revised Quote Date: Est Delivery: 1180-250 DAYS ARO Phone Ts: 'Primary: 'Secondary: Email Address: Fax0 Contractors Purchase Order lb Requesting Customer Information Agency/Eilglble User Name: CITY OF MIAMI BCH Contact Person: 'Title: Phone ire: 'Primary: Secondary: I Email Address: Fax is Secondary Contact for Customer(ironed) Contact Person: ITitle: Pharos Ts: 'Primary: Secondary: I Email Address: Fax 0: UNSPSC Group Sub-Group Line Number Commodity Coda 25101702 POLICE VEHICLES 4X4 &4X2 AWD 20 Base Vehicle Price OEM Options Manufaetrredariurd Representative Model Discount RN% FORD 2023 FORD POLICE UTILITY K8A AWD $ 38.572.00 2% OEM OPTIONS THIS SECTION SHOULD ONLY BE USED FOR OEM OPTIONS,WHICH ARE NOT IDENTIRED AND PRICED ON THE PRICE SHEET. OEM ee QTY OEM Option �n O Option Nodal OEM Option NNW OEM Option Prks Total Price Wnuhebnr Number (Per Unit) (Pr Unit) 3.3 HYBRID ENGINE WITH 10 SPEED MOD HYBRID TRANS 1 $ - $ - A/C AM FM RADIO CLOTH BUCKET SEATS WITH VINYL REAR 1 $ - $ - BACK UP CAMERA IN MIRROR 1 FORD 87R $ - $ - REAR NC 1 FORD 17A $ 610.00 $ 597.80 $ 597.80 REAR CARGO LAMP 1 FORD 17T $ 50.00 $ 49.00 $ 49.00 COURTESY LAMPS INOP 1 FORD 43D $ 25.00 $ 24.50 $ 24.50 LH HAND LED SPOTLIGHT 1 FORD 51R $ 395.00 $ 387.10 $ 387.10 KEYLESS ENTRY SYSTEM W 4 FOB&KEYS 1 FORD 55F $ 340.00 $ 333.20 $ 33320 ANTI THEFT 1 FORD 593 $ 120.00 $ 117.60 $ 117.60 PERMETER ALERTSYSTEM 1 FORD 68B $ 675.00 $ 661.50 $ 661.50 REVERSE SENSORS 1 FORD 76R $ 275.00 $ 269.50 $ 269.50 REAR DOOR PLUNGER 1 FORD 52P $ 160.00 $ 156.80 $ 156.80 REAR DOOR LOCKS AND HANDLES INOP 1 FORD 68P $ - $ CRUISE CONTROL $ - $ - POWER WINDOWS&LOCKS $ - $ - FRONT TAG BRACKET $ - $ - FULL SIZE SPARE $ - $ - • $ - $ $ - $ - _ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTAL COST:OEM•... :. m REQUIRED AFTERMARKET OPTIONS THIS , SHOULD ONLY BE USED FOR REQUIRED AFIEIMIARKET OPTIONS,WHICH AREIDENITRED AND PRICED ON THE PRICE • . Required Aftermartrot Required Required Required NMararhet Option Description QrY wonthendeclunr AftNmarin!Option A/Iemltr won Taw Price Price Yodel Number (Per Unit) $ - $ - $ - $ - TOTAL COST: -• • .Ilflmnulret•••• . IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR IDENTIFIED AFTERMARKET OPTIONS,WHICH ARE IDENTIFIED AND PRICED ON THE PRICE SHEET. Page 302 of 1166 identified Identified identified Aftertnarket Option Aftennarket Option Identified Aftermarket Option Description • QTY Manufacturer Price Aftermarket Option Total Price Model Number (per Unit) $ $ s s - $ $ $ $ - s $ $ s $ "s $ s $ $ $ $ $ $ $ $ TOTAL COST:identified Aftermarket. . NON-IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOIR.D ONLY BE USED FOR NON-IDENTIRED AFTERMARKET OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE°SHEET. • Non-Identified NoMdentified Non-Identified Nonadermlle0. Non4d.nd sd Aftennarket Option Description OTT AfMnurk ur et Option Af market Option o Attannv Total Price NISRP Price Manufacturer Model Number (Per Unit) (Per Unit) • TUTONE PAINT WHITE DOORS 1 CROWN TP $ 2,500.00 $ 1,700.00 $ 1,700.00 MBPD GRAPHICS 1 DSS SP $ 1,250.00 $ 750.00 $ 750.00 $ $ $ $ $ s $ $ $ $ $ $ S • S $ $ $ $ $ $ $ 5 $ TOTAL COST:Nonldantfed Aftsnnaebet Optlom 00 Grand Tale Miles Tom Cos uct linos fw Wra1e 4 Ili Total Vehicles Quoted(with the same OEM,Required Aftennerket,Identified Aftermarket,and Nonadentified Aftermarket Options) 17 Purchase Cher Grand Tatel $ 741,422.44 Contactor Comments: Customer Comments: •UNSPSC=United Nations Standard Products and Services Commodity Code.Warta the price sheet for the code(s)applicable to each Group. Page 303 of 1166 Motor Vehicles(25100000-21-STC) Price Quote Form(PQF) (STATE AGENCIES MUST ALSO SUBMIT FORM MP6301) Updated 1a8/2022 Awarded Contractor Information Contractor Name: STEP ONE AUTOMOTIVE dba FORD CRESTVIEW Street Address: 4060 FERDON BLVD City,State,Zip: CRESTVIEW,FL 32536 Contact Person: ERIC JORE Title: !GOVERNMENT FLEET MANAGER Original Quote Data: 9/7/2022 !Revised Quote Date: Eat Dalivery: 1180-250 DAYS ARO Phone Ms: !Primary: !Secondary: Email Address: Fax is — Centra:tors Purchase Order*: Requesting Customer Information Agency/Eligible User Name: CITY OF MIAMI BCH Contact Person: !Title: Phone Vs: !Primary: Secondary: Email Address: Full: Secondary Contact for Customer(O ) Coated Person: !Title: ' Phone Ms: !Primary: Secondary: f Ema11 Address: Fes!: — UNSPSC Group Sub-Group Line Number Commodity Code. 25101702 POLICE VEHICLES 4X4 &4X2 AWD 20 anufacrand Representative Model Base Vehicle Price M WndB OEM DiscountOptions 5#attgiR FORD 2023 FORD POLICE UTILITY K8A AWD $ 38,572.00 2% OEM OPTIONS THIS SECTION SHOULD ONLY BE USED FOR OEM OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE SHEET OEM Option OescriptionOTT OM Option OEN Option Model OEM Option MSRP OEM Option Price Tab!Price Manufacturer Number (Per Bath (Per Unit) 3.3 HYBRID ENGINE WITH 10 SPEED MOD HYBRID TRANS 1 $ - $ - A/C AM FM RADIO CLOTH BUCKET SEATS WITH VINYL REAR 1 $ - $ - BACK UP CAMERA IN MIRROR 1 FORD 87R $ - $ - REAR A/C 1 FORD 17A $ 610.00 $ 597.80 $ 597.80 REAR CARGO LAMP 1 FORD 17T $ 50.00 $ 49.00 $ 49.00 COURTESY LAMPS INOP 1 FORD 43D $ 25.00 $ 24.50 $ 24.50 LH HAND LED SPOTLIGHT 1 FORD 51R $ 395.00 $ 387.10 $ 387.10 KEYLESS ENTRY SYSTEM W 4 FOB&KEYS 1 FORD 55F $ 340.00 $ 333.20 $ 333.20 ANTI THEFT 1 FORD 593 $ 120.00 $ 117.60 $ 117.60 PERMETER ALERTSYSTEM 1 FORD 68B $ 675.00 $ 681.50 $ 661.50 REVERSE SENSORS I FORD 76R $ 275.00 $ 289.50 $ 269.50 DOOR LOCK PLUNGERS 1 FORD 52P $ 160.00 5 156.80 $ 156.80 POWER WINDOWS&LOCKS $ - $ FRONT TAG BRACKET $ - $ - FULL SIZE SPARE $ - $ - CRUISE CONTROL $ - $ - $ - $ - $ - $ - $ - $ - — $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTAL COST:O21•... gtl REQUIRED AFTERMARKET OPTIONS • • • , • Y BE USED FOR REQUIRED AFTERMARKET OPTIONS,WHICH ARE IDENTIFIED AND "• 'ON THE PRICE SHEET. RequiredRequired Option Required Aftnnarbet Option QTY uited AtienumbetOptionAfiennadosl Option stilosur• Told Price lionsdectmerModel Number (Par UM S - $ • - $ - $ TOTAL COST: • .Afbrraatltst, • • - IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR IDENTIRED AFTERMARKET OPTIONS,WHICH ARE IDENTIFIED AND PRICED ON THE PRICE SHEET. Page 304 of 1166 Identified identified Identified MMnnarket Option DgeripVon QTY Iderttltied Aftarrrrakat Option Aftennarket Option Aftamrarket Option Total Price Manufacturer Price Model Number (Per Unit) S S $ S $ S S S S S S S S S S S S S S S S S $ $ S S S S TOTAL COST:identified Aftennafret•• • • NON-IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR NON-DENTIFED AFTERMARKET OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE SHEET. Non-IdentMed NoMdentifed NonadarlUtlad NonadMrtlflad Non-Wentltiad Affirms/Mt Option Description QTY Aftemnarket Option Albrmarkat Option Taint Price WISP Price • Manufacturer Model Number (Per Unit) (Per Unit) S S - _ $ - S S S S $ S S S S S S $ S �S S S S S S S • - _ S S S TOTAL COST:Nonadenalled Aftennakst Options Grind 1otattitMe Teem Contled MoeperV.l,Ids 4 41.111111.011 Total Vehicles Quoted(wth to same OEM,Required Afbrmarket,Identified Aftennarket,and Nonadentlhad Aftannarket Options) 5 Pi.i ua-Order*end Told _$ Contractor Comments: Customer Comments: "UNSPSC o United Nations Standard Product,and SwMcee Commodity Coda.Refer to the price sheet for the cadge)applicable to roach Group. Page 305 of 1166 Motor Vehicles(25100000-21-STC) Price Quote Form(PQF) (STATE AGENCIES MUST ALSO SUBMIT FORM MP6301) Updated 1H8/2022 Awarded Contractor Information Contractor Name: STEP ONE AUTOMOTIVE dba FORD CRESTVIEW Street Address: 4060 FERDON BLVD City,State,Zip: CRESTVIEW,FL 32536 Contact Person: ERIC JORE Title: !GOVERNMENT FLEET MANAGER Original Quote Date: 9/72022 !Revised Quote Date: _ Eat Delivery: 1180-250 DAYS ARO Phone Pa: !Primary: [Secondary: Email Address: Fax N: Contractors Purchase Order t. Requesting Customer Information Agency/Eligible User Name: CITY OF MIAMI BCH Contact Person: !Title: Phone is: !Primary: Secondary: I Email Address: Fax I: Secondary Contact for Customer(O oral) • Contact Person: !Title: Phone Fs: !Primary: Secondary: 1 Email Address: Fax N: UNSPSC Group Sub-Group Line Number Commodity Coda 25101702 POLICE VEHICLES 4X4 &4X2 AWD 20 OEM Manufactured Representative Model Base Vehicle Price Brand MIINIAINLOB FORD 2023 FORD POLICE UTILITY K8A AWD $ 38,572.00 2% OEM OPTIONS THIS SECTION SHOULD ONLY BE USED FOR OEM OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE SHEET. OEM Option Dasc ipUon QTY OBI Option OEM Option Model OEM Option MSRP OEM Option Price Total Price Manufacturer Number (Per Unit) (Per Uric► 3.3 HYBRID ENGINE WITH 10 SPEED MOD HYBRID TRANS 1 $ - $ - A/C AM FM RADIO CLOTH BUCKET SEATS WITH VINYL REAR 1 $ - $ - BACK UP CAMERA IN MIRROR 1 FORD 87R $ - $ - REAR A/C 1 FORD 17A $ 610.00 $ 597.80 $ 597.80 REAR CARGO LAMP 1 FORD 171' $ 50.00 $ 49.00 $ 49.00 COURTESY LAMPS INOP 1 FORD 43D $ 25.00 $ 24.50 $ 24.50 LH HAND LED SPOTLIGHT 1 FORD 51R $ 395.00 $ 387.10 $ 387.10 KEYLESS ENTRY SYSTEM W 4 FOB&KEYS 1 FORD 55F $ 340.00 $ 333.20 $ 33320 ANTI THEFT 1 FORD 593 $ 120.00 $ 117.60 $ 117.60 PERMETER ALERTSYSTEM 1 FORD 68B $ 675.00 $ 661.50 $ 681.50 REVERSE SENSORS 1 FORD 76R $ 275.00 $ 269.50 $ 269.50 DOOR LOCK PLUNGERS 1 FORD 52P $ 160.00 $ 156.80 $ 156.80 POWER WINDOWS&LOCKS $ - $ FRONT TAG BRACKET $ - $ - FULL SIZE SPARE $ - $ - CRUISE CONTROL $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTAL COST:OEM .. • REQUIRED AFTERMARKET OPTIONS TIBS SECTION ,ULD ONLY BE USED FOR REQUIRED AF7ERMARKET OPTIONS.WHICH ARE IDENTM ED AND '-. .1 ON THE PRICE SHEET- Required Required Requiem!!Aft®ararlat Option QTY Required Aftannediet won AftenaMat Opllon Aflsrnrar Option To Price Ilimidacturer NCO Model Nraarber _ (Per Unlit_ S - S - $ $ TOTAL COST: .Aflsnnerftst.• IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR IDENTIFIED AFTERMARKET OPTIONS,WHICH ARE IDENTIFIED AND PRICED ON THE PRICE SHEET. Page 306 of 1166 Identified Identified identified Altannarkst Option Description QTY Idwrti0e MaAtInufacturer t won Aftennarket Option Aftl+rnaPrl On Total Price rice Model Number (Per Unit) • $ $ $ $ $ • $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ • $ $ • $ $ TOTAL COST:Identified Afbnnarket•••NON-IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR NON-IDENTIFIED AFTERMARKET OPTIONS,WHICH ARE NOT IDENTIRED AND PRICED ON THE PRICE SHEET. Non-idsnUllad Mon-Identified Non-Identified Nonadantlfisd Aftarmatket Attenuate! Non.ldentifi Mammas!Option Description QTY Altamaha Option A(Ismtarket Option men Option Total Price NSW Price Manufacturer Model Number (Per Unit) (Per Unlq• GHOST GRAPHICS 1 GG GG $ 1,250.00 $ 1,250.00 $ 1,250.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $TOTAL COST:Non4dentNNd Nannette 1,230.00 Omni Told Oka Tam Coalmen Price p r 41,40.116 Total Vehicles Quoted(with the same OBI,Required Albmrarkst,Identified Attenuate;and Non4darUfld Aftennarket Options) 3 Puedraaa Ordar GIMed Taal $ 127.357.0S Contractor Comments: • Customer Comments: 'UNSPSC=United Nations Standard Products and SsMees Commodity Code.Rent to the price sheet for the cods(s)applicable to each Group. Page 307 of 1166 Motor Vehicles(25100000-21-SIC) Price Quote Form(PQF) (STATE AGENCIES MUST ALSO SUBMIT FORM MP6301) Updated 1H8/2022 Awarded Contractor Information Contractor Name: STEP ONE AUTOMOTIVE dba FORD CRESTVIEW Street Address: 4060 FERDON BLVD City,State,Zip: CRESTVIEW,FL 32536 Contact Person: ERIC JORE Title: 'GOVERNMENT FLEET MANAGER Original Quota Data: 977/2022 'Revised Quote Dab: Est Delivery: 1180-250 DAYS ARO Phone ire: 'Primary: ]Secondary: Email Address: Fax B: Contractors Purchase Order e: Requesting Customer Information Agency/Eligible User Name: CITY OF MIAMI BCH Contact Person: Inge: Phone Vs: 'Primary: Secondary: I Email Address: Fax a: Secondary Contact for Customer( all - Contact Person: Mee: Me: Phone We: 'Primary: Secondary: 1 Email Address: Fax$: . UNSPSC Group Sub-Group Line Number Commodity Coder 25101702 POLICE VEHICLES 4X4 &4X2 AWD 20 Base Vehicle Price OEM Options Manufacturer/Brand Representative Model S�f Discount NS% FORD 2023 FORD POLICE UTILITY K8A AWD $ 38,572.00 2% OEM OPTIONS THIS SECTION SHOULD ONLY BE USED FOR OEM OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE SHEET. OEM Option Deecription CITY OEM Option OBI Option Modal ow Option IMP 091 Option Pros Tops Prim Maradaehaw Number (Per Unlit (Par Until 3.3 HYBRID ENGINE WITH 10 SPEED MOD HYBRID TRANS 1 $ - $ - NC AM FM RADIO CLOTH BUCKET SEATS WITH CLOTH REAR 1 $ - $ - BACK UP CAMERA IN MIRROR 1 FORD 87R $ - $ - REAR NC 1 FORD 17A $ 610.00 $ 597.80 $ 597.80 REAR CARGO LAMP 1 FORD 17T $ 50.00 $ 49.00 $ 49.00 COURTESY LAMPS INOP 1 FORD 43D $ 25.00 $ 24.50 $ 24.50 INT UPGRADE PKG 1 FORD 65U $ 390.00 $ 382.20 $ 38220 KEYLESS ENTRY SYSTEM W 4 FOB&KEYS 1 FORD 55F $ 340.00 $ 333.20 $ 333.20 ANTI THEFT 1 FORD 593 $ 120.00 $ 117.60 $ 117.60 PERMETER ALERT SYSTEM 1 FORD 68B $ 675.00 $ 861.50 $ 661.50 REVERSE SENSORS 1 FORD 76R $ 275.00 $ 289.50 $ 289.50 FRONT CONSOLE MT PLATE DELETE 1 FORD 87D $ - $ GRILL WIRING 1 FORD 60A $ 50.00 $ 49.00 $ 49.00 18'ALUM WHEELS _ 1 FORD 64F $ 475.00 $ 4.6.5.50 $ 485.50 CRUISE CONTROL $ - $ - POWER WINDOWS&LOCKS $ - $ - FRONT TAG BRACKET $ - $ - FULL SIZE SPARE $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - s $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - TOTAL COST:OEM•... REQUIRED AFTERMARKET OPTIONS THIS SECTION , ' • • • Y= USED FOR REQUIRED AFTERMARKET•'"'• WHICH ARE IDENTIFIED AND PRICED•. THE PRICE SHEET. • Required Rftermatet Required Required Aftermartat Option Required Aftarrtwebat Option Description QTY Option MaraoarketO Pam Manufacturerpren Toad Pelee Model Number (Per Unit) $ - $ - $ - $ - TOTAL COOT` -. .AfYrmrkat'••• - IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR IDENTIFIED AFTERMARKET OPTIONS,WHICH ARE IDENTIFIED AND PRICED ON THE PRICE SHEET. Page 308 of 1166 identified MKrtifled At et OptionIdentified Aftamtariut Option identified AfMnwket Option Daeaipdon QTY Manufacturer Aftermarket Option Pries Total Price Model Number (Per Unit) _ S S S _ S S S S S S S S _ $ S • S S S S _ S $ S $ S S $ -$ s S TOTAL COST:identified Mtermarket•• . . NON-IDENTIFIED AFTERMARKET OPTIONS THIS SECTION SHOULD ONLY BE USED FOR NON-IDENTIFIED AFTERMARKET OPTIONS,WHICH ARE NOT IDENTIFIED AND PRICED ON THE PRICE SHEET. NaNdentilled Nonadentllied Non-IdenWiedAfbrmarket OptionDesalpilon QTY Attermarkat Option AflmuaketOption Optien Total Price MSRP Manufacturer Model Number (Per Uniti 1Per UMW $ S S S S S S S S S S S S S $ S S S S S S S S S S $ $ $ TOTAL COST:NemldsWYfied AlWmarket Oraltd toed OM Tani COMatat Prloe perCr= MAkf.IS Total Vehicles Quoted(with the swim OEM,Required Mtermarket,identified Aftemurket,and Nonadsntified Attermarket Options) & Ptraltmolider Grand Told _$ 29TJ8110AO 2 BLACK 2 CARBONIZED GREY 1 SILVER Contractor Comments: Customer Comments: 'UNSPSC=United Nations Standard Products and Services Commodity Code.Refer to the price sheet for the code(s)applicable to each Group. Page 309 of 1166 ,'V\ IAMI BE AC H PUBLIC WORKS DEPARTMENT 316-2019 NO. LTC# LETT ' TO COMMISSION TO: Mayor Dan Gelber and Members o the City C. mission FROM: Jimmy L. Morales, City Manager t DATE: May 31, 2019 SUBJECT: Hybrid Electric Vehicle Policy The purpose of this Letter to Commission is to update you on the "greening" of the City's fleet and to address your question regarding a hybrid-electric vehicle (HEV) policy. Although we don't have an "official" hybrid policy, throughout my tenure, we have pursued a three-pronged operating strategy to improve the operating efficiency and greening of the City's fleet. The strategy encompasses vehicle standardization, right-sizing/down-sizing, and reducing the vehicle replacement cycle through more timely investments in fuel efficient vehicles, including HEVs. We have made a conscious effort to right-size, where appropriate, from full/mid-size sedans to mid-size/compact vehicles and to also invest in HEVs. As a result (excluding first-responder vehicles), approximately 95% of staff sedans are the more fuel-efficient compacts and HEVs. The recently completed Vehicle Utilization Study also supplemented on-going downsizing efforts by identifying 18 vehicles that could be eliminated from the City's fleet, representing capital savings of approximately $1,000,000 in avoided costs in future replacement cycles (per cycle), as well as annual maintenance and repair costs of approximately $20,000. HEVs are a proven, widely accepted technology and the 21 Ford HEVs (14 compact and seven mid-size models) placed into service in 10 City departments, within the past three and a half years, have logged nearly a half-million miles of reliable service, with operating costs over 40% lower than that of comparable, mostly compact, gasoline models. The City's compact vehicle fleet accounts for approximately 4% of the total gasoline consumed by the City's fleet. Nevertheless, our greatest challenge in making significant strides in further greening our fleet, has been the lack of options for Police patrol vehicles. The Police Department accounts for approximately two-thirds of the City's gasoline consumption, with 316 patrol vehicles accounting for 44% of the total gasoline consumed by the City's fleet. Fortunately, the situation changed in June of 2018 when the Ford Motor Company announced the introduction of a Police Utility Interceptor HEV, slated for release in 2019. This important breakthrough provides us with the most cost-effective option to reduce greenhouse gas (GHG) emissions. As a result, a pre-ordered 2020 HEV Interceptor (anticipated delivery in July) will be placed into service for testing throughout the rest of 2019. The proposed 2020 vehicle replacement budget includes funding for the replacement of nearly 60 police patrol vehicles with HEVs. 1 Page 310 of 1166 This week, ACM Taxis, Fleet Management Director Cano, and Police Department representatives attended Ford Interceptor HEV test drive events for a first-hand look at this innovative police vehicle that is projected to achieve in excess of 40% reduction in fuel consumption and offers a number of safety features and enhancements, including a design engineered to sustain a 75-mph rear-impact crash. There will be significant savings as a result of the HEV's electric motor powering high electrical loads, including lights, radios, computers, and the air-conditioning system while the vehicle is parked (idling accounts for approximately 60% of City patrol vehicles' running time). Additional savings will also be achieved in brake system maintenance and repair expenses due to a regenerative braking system that uses the reverse spin of the electric motor to slow down the vehicle, as well as from extended oil replacement cycles. Key to significantly advance the greening of the City's Fleet will be securing adequate vehicle replacement funding, which has been a challenge and contributed to an extended vehicle replacement cycle during recent years. Failure to adequately fund vehicle replacements according to recommended replacement cycles has been shown to cause several problems, including higher maintenance and fuel costs, increased vehicle breakdowns, and a lower level of fleet readiness that impacts the ability of City departments to effectively conduct operations and deliver services. A Vehicle Replacement Study completed in 2018 by the Matrix Consulting Group recommended a five-year funding plan to improve the replacement cycle. Moving forward, our hybrid vehicle policy will be to, whenever possible, purchase HEVs, with primary focus on replacing all gasoline patrol vehicles with HEVs by the end of Fiscal Year 2024. This transition, when fully implemented, is projected to conservatively generate approximate annual reductions of 18% to the City's current total gasoline consumption, and 2.4- million Lbs. of CO2 GHG emissions. Our vehicle replacement policy will adjust in accordance with technology innovations in the rapidly-evolving HEV and fully-electric vehicle industry. We will continue to implement the most cost effective options to minimize GHG emissions. The Fleet Management Department will continue to collaborate with the Environment and Sustainability team by providing performance and fuel data used to calculate and track the pounds of greenhouse gas emissions reduced by these investments and other metrics and analysis in support of helping to further reduce the City's carbon footprint. JLM/MT/JC 2 Page 311 of 1166