HomeMy WebLinkAboutR-2025-167 Approval of Vehicle Purchases with Bozard Ford,Dobbs Equipment,SBL Freightliner Exceed $50KRESOLUTION NO. 2025-167
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DANIA
BEACH, FLORIDA, AUTHORIZING THE PURCHASE OF FIVE VEHICLES AND THREE PIECES OF HEAVY EQUIPMENT IN AN AMOUNT NOT TO EXCEED ONE MILLION ONE HUNDRED THREE THOUSAND EIGHTY FOUR DOLLARS AND EIGHTY CENTS ($1,103,084.80) FROM BOZARD
FORD, DOBBS EQUIPMENT, SBL FREIGHTLINER AND CONTAINER
SYSTEMS WITHOUT COMPETITIVE BIDDING AND WITHOUT ADVERTISEMENT FOR BIDS, BY UTILIZING THE PRICING UNDER THE FLORIDA SHERIFFS ASSOCIATION (“FSA”) CONTRACTS FSA25-VEH23.0, FSA25-VEL33.0 AND FSA23-EQU21.1 RESPECTIVELY, AND TO
EXCEED THE ANNUAL SINGLE VENDOR THRESHOLD OF FIFTY
THOUSAND DOLLARS ($50,000.00); PROVIDING FOR CONFLICTS; FURTHER, PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Charter of the City of Dania Beach, Part III, Article 3, Section 4,
Subsection (j), authorizes the City Manager to purchase supplies, services, equipment and
materials for the City government in amounts in excess of the established monetary threshold
without competitive bidding and without advertisement for bids if he/she is authorized to do so in
advance by a resolution adopted by the City Commission and if such purchases are made pursuant
to a competitive bid obtained within the last eighteen (18) months by other government agencies
such as the federal government, state of Florida or a Florida municipality or county and
WHEREAS, the Dania Beach Code of Ordinances, Chapter 2, Article 1, Section 2-10,
“Monetary thresholds for certain purchases and payment disbursement authorizations”, Subsection
(a), sets the monetary threshold or limitation at $50,000.00 and
WHEREAS, the Fiscal Year 2025-26 Adopted Budget provides funding for the purchase
of new and replacement vehicles and equipment for Public Services and Community Development
with funding appropriated in the Stormwater Fund, Sewer Fund, Fleet Maintenance Fund and
Parking Fund and
WHEREAS, the Public Services Director has determined that the vehicle and equipment
purchases can be made at the lowest cost to the City utilizing pricing under the Florida Sheriff’s
Association (FSA) contract FSA25-VEH23.0 and FSAVEL33.0 from Bozard Ford and SBL
Freightliner and under FSA contract FSA23-EQU21.1 from Dobbs Equipment and Container
Systems and
2 RESOLUTION #2025-167
WHEREAS, Approval of this Agreement will exceed the City’s annual vendor threshold
of Fifty Thousand Dollars ($50,000.00); and
WHEREAS, the City Administration recommends that the City Commission authorize the
procurement of vehicles and equipment from Bozard Ford, Dobbs Equipment, SBL Freightliner
and Container Systems, without competitive bidding and without advertisement for bids, using
FSA Contracts in accordance with “Exhibit A: Schedule of Vehicle and Equipment Purchases”.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF DANIA BEACH, FLORIDA:
Section 1. That the above “Whereas” clauses are ratified and confirmed, and they are
made a part of and incorporated into this Resolution by this reference.
Section 2. That the City Commission authorizes the purchase of five vehicles and three
pieces of heavy equipment using FSA Contracts FSA25-VEH23.0, FSA25-VEL33.0 and FSA23-
EQU21.1 valid through September 30, 2026, in the amount of One Million One Hundred Three
Thousand Eighty-Four Dollars and Eighty Cents ($1,103,084.80).
Section 3. That funding for this purchase is available and appropriated in the Fiscal
Year 2025-26 Adopted Budget as follows and in accordance with “Exhibit A”:
403-38-01-538-64-30 $ 377,139.00
402-35-02-535-64-20 $ 73,000.00
506-39-03-539-64-20 $ 590,879.80
415-45-02-545-64-20 $ 31,033.00
401-33-03-533-64-20 $ 31,033.00
Total $ 1,103,084.80
Section 4. That the City Commission authorizes the proper City officials to execute
the necessary documents for the purchases.
Section 5. That all resolutions or parts of resolutions in conflict with this Resolution
are repealed to the extent of such conflict.
Section 6. That this Resolution shall be effective 10 days after passage.
SIGNATURES ON THE FOLLOWING PAGE
3 RESOLUTION #2025-167
PASSED AND ADOPTED on November 18, 2025.
Motion by Vice Mayor Salvino second by Commissioner Lewellen.
FINAL VOTE ON ADOPTION: Unanimous X
Yes No
Commissioner Lori Lewellen ____ ____
Commissioner Luis Rimoli ____ ____
Commissioner Archibald J. Ryan IV ____ ____
Vice Mayor Marco Salvino ____ ____
Mayor Joyce L. Davis ____ ____
ATTEST:
ELORA RIERA, MMC JOYCE L. DAVIS CITY CLERK MAYOR APPROVED AS TO FORM AND CORRECTNESS:
EVE A. BOUTSIS CITY ATTORNEY
4 RESOLUTION #2025-167
Exhibit A Schedule of Vehicle and Equipment Purchases
Total Authorized Purchases by Vendor: Bozard Ford $ 247,663.00
Dobbs Equipment $ 259,582.80 Container Systems $ 377,139.00
SBL Freightliner $ 218,700.00
Division Item Vendor/Contract Cost GL Account
GROUNDS GRAPPLE TRUCK SBL FREIGHTLINER $218,700.00 506-39-03-539-64-20
GROUNDS PICK UP TRUCK BOZARD FORD $73,000.00 506-39-03-539-64-20
GROUNDS PICK UP TRUCK BOZARD FORD $39,597.00 506-39-03-539-64-20
STREETS LOADER DOBBS EQUIPMENT $259,582.80 506-39-03-539-64-20 PARKING PICK UP TRUCK BOZARD FORD $31,033.00 415-45-02-545-64-20
PSD ADMIN PICK UP TRUCK BOZARD FORD $31,033.00 401-33-03-533-64-20
STORMWATER STREET SWEEPER CONTAINER SYSTEMS $377,139.00 403-38-01-538-64-30
SEWER PICK UP TRUCK BOZARD FORD $73,000.00 402-35-02-535-64-20
Total Cost $1,103,084.80