Loading...
20To: The Honorable Mayor Stoddard and Members of the City Commission Via: Roger M Carlton, Acting City Manager From: Robert F. Richardson II, Chief of Police ,� Date: April 19, 2010 Agenda Item # Subject: Purchase of Five (5) Ford Crown Victoria Police Interceptor vehicles Resolution: A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the Acting City Manager to purchase Five (5) 2010 Ford Crown Victoria Police Interceptor (CVPI) vehicles from Gus Machado Ford for an amount of $126,700.00 and authorizing the Acting City Manager to seek the lowest bidder for financing of four (4) of the vehicles for an amount of $101,360.00 from Police Vehicle Lease/Purchase Account # 001- 1910 -521 -4450 and the fifth vehicle to be funded from the American Recovery and Reinvestment Act Grant in the amount of $25,340.00 and authorizing the expenditure of not more than $24,754.80 for emergency equipment and installation from Dana Safety Supply and $1,957.80 for graphics installation by Graphics Design International for five (5) vehicles from Police Operating Equipment Account # 001 - 1910 -521 -6430, Providing for an effective date. Request: Authorizing the Acting City Manager to purchase five (5) Ford Crown Victoria Police Interceptor (CVPI) vehicles from Gus Machado Ford for a total amount not to exceed $126,700.00 This vendor provided the lowest of five (5) quotes at $25,340.00 per vehicle. Four (4) of the vehicles will be financed for a total of $101,360.00 as provided for in the budget from the Police Department's Lease /Purchase Vehicles Account #001- 1910 -521- 4450 with the first of five installment payments being paid from the FY 2009/10 budget. The fifth vehicle will be purchased with funds from the U.S. Dept. of Justice Office of Justice Assistance American Recovery and Reinvestment Act (ARRA) of 2009 grant which was approved by the City Commission on August 18, 2009. Upon approval of this resolution, quotes for 5 -year financing from three lending institutions will be presented in an ordinance for approval by the City Commission. Further, the Acting City Manager is authorized to expend $24,754.80 with Dana Safety Supply, the lowest of three (3) quotes, for the purchase and installation of emergency equipment for the five (5) new vehicles and $1,957.80 to Graphics Design International for the purchase and installation of graphics for the five (5) new vehicles. Graphics Design International is the sole source vendor for these graphics. The emergency equipment and graphics totaling $26,712.60 are to be charged to the Police Department's Operating Equipment Account # 001 - 1910 -521 -6430 with a current balance of $28,153.08. Note: The Police Department has researched other police pursuit vehicle options to include the smaller Chevrolet Impala and Dodge Charger. While fuel efficiency can be slightly increased through the use of these vehicles (1 mile per gallon), the current design of these vehicles reduces the cabin and cargo area substantially. The Police Department's study has revealed that there will be newly designed and more efficient police pursuit vehicles scheduled to begin production for delivery in 2012. These vehicles will receive strong consideration two years from now as they are noted to be more fuel efficient without jeopardizing the other rigorous requirements that are necessary. Quotes were received for the Impalas and Chargers for comparison purposes only. Reason/Need: Five (5) vehicles from the police fleet will be replaced by the new vehicles. A decision will be made by the Motor Pool as to the disposition of these vehicles regarding their serviceability for use by other City departments, being sold through the auction process or scrapped. Cost: $126,700.00 (5 Vehicles) $26,712.60 (Emergency Equipment and Graphics) Funding Source: • One (1) car will be purchased in full from the ARRA grant for $25,340.00. The grant award was for $33,256.00, leaving a balance in the grant of $7,916.00. • Four (4) cars will be financed for five (5) years for the amount of $101,360.00 plus interest to be determined through the quotation process. Funding will be from the Police Department's Lease/Purchase Vehicles Account #001 -1910 -521 -4450 which has a current balance after payment of other annual installment loans for vehicles of $37,596.28. • Emergency equipment purchase and installation and graphics installation totaling $26,712.60 will be charged to the Police Department's Operating Equipment account # 001 - 1910 -521 -6430 which has a current balance of $28,153.08. Backup Documentation: Proposed Resolution Copy of Vendor Quotes Copies of other Government Vehicle Pricing Sole Source Vendor letter (Graphics Design) ARRA Grant Resolution (approved August 18, 2009) 2009/10 Budget Page 46 — Police Dept. Expense Budget 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the Acting City Manager to purchase Five (5) 2010 Ford Crown Victoria Police Interceptor (CVPI) vehicles from Gus Machado Ford for an amount of $126,700.00 and authorizing the Acting City Manager to seek the lowest bidder for financing of four (4) of the vehicles for an amount of $101,360.00 from Police Vehicle Lease /Purchase Account # 001- 1910 -521 -4450 and the fifth vehicle to be funded from the American Recovery and Reinvestment Act Grant in the amount of $25,340.00 and authorizing the expenditure of not more than $24,754.80 for emergency equipment and installation from Dana Safety Supply and $1,957.80 for graphics installation by Graphics Design International for five (5) vehicles from Police Operating Equipment Account # 001- 1910 -521 -6430, Providing for an effective date. WHEREAS, the Police Department patrol vehicle fleet requires replacement vehicles to safely patrol, pursue violators and provide adequate emergency responses to the community; and WHEREAS, Gus Machado Ford has provided the lowest quotation compared to four (4) other vendors for the 2010 Ford Crown Victoria Police Interceptor; and WHEREAS, the 2010 Ford Crown Victoria Police Interceptor is the most functional, affordable and fuel efficient full -size patrol vehicle currently on the market; and 1 1' lmrmmamw rpmA 1 1, 1 CITY OF t FLORIDA, Section 1. The Acting City Manager is authorized to obtain financing for $101,360.00 through the quotation process for four (4) 2010 Ford Crown Victoria Police Interceptors to be purchased from Gus Machado Ford. The expenditure is to be charged to Police Department Vehicle Lease/Purchase Account # 001 - 1910 -521 -4450. Section 2. The Acting City Manager is authorized to expend $25,340.00 from the U.S. Dept. of Justice Office of Justice Programs American Recovery and Reinvestment Act Grant for the purchase of one (1) 2010 Ford Crown Victoria Police Interceptor from Gus Machado Ford. Section 3. The Acting City Manager is authorized to expend $24,754.80 for emergency equipment and installation by Dana Safety Supply and $1,957.80 for vehicle graphics installation by Graphics Design International with these expenditures totaling $26,712.60 to be charged to Police Operating Equipment Account # 001 - 1910 -521 -6430. Section 4. That this resolution shall be effective immediately upon adoption. PASSED AND ADOPTED THIS DAY OF 2010. ATTEST: CITY CLERK APPROVED: MAYOR 1 2 3 4 5 6 7 8 9 10 11 12 13 READ AND APPROVED AS TO FORM AND SUFFICIENCY: LAURENCE FEINGOLD CITY ATTORNEY COMMISSION VOTE: Mayor Stoddard: Vice Mayor Newman: Commissioner Palmer: Commissioner Beasley: Commissioner Harris: Attachment #1 Ir ,t ' RESOLUTION NO.: 138-09-12947 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE-CITY MANAGER TO EXECUTE A GRANT AGREEMENT WITH THE UNITED STATES DEPARTMENT OF JUSTICE'S OFFICE OF JUSTICE PROGRAMS THROUGH THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) OF 2009 JUSTICE ASSISTANCE GRANT PROGRAM IN THE AMOUNT OF $33,256.00; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the American Recovery and Reinvestment Act (ARRA) of 2009 was signed into law by President Obama, on February 17, 2009 with the purposes of stimulation the economy by creating and retaining jobs and improving public infrastructure; WHEREAS, the City of South Miami was eligible and applied for funding from the United States Department of Justice's Office of Justice Programs through the ARRA Justice Assistance Grant; and WHEREAS, the City of South Miami is being awarded grant funding in the amount of $33,256.00 from the United States Department of Justice's Office of Justice Programs through the ARRA Justice Assistance Grant; and WHEREAS, the South Miami Mayor and City Commission wish to accept the grant funds for the South Miami Police Department to purchase one (1) vehicle and two (2) computers; and WHEREAS, the South Miami Mayor and City Commission authorize the City Manager to execute the grant agreement with the United States Department of Justice's Office of Justice Programs through the ARRA Justice Assistance Grant Program for police equipment in the amount of $33,256.00. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The Mayor and City Commission authorize the City Manager to execute a grant agreement with the United States Department of Justice's Office of Justice Programs through the ARRA Justice Assistance Grant for police equipment in the amount of $33,256.00. The proposed equipment purchase entails the following projects purchases: a) Vehicle; and b) Computers. Section 2: The attached exhibit is incorporated by reference into this resolution. PASSED AND ADOPTED this 18th day of Auaust 2009. ATTEST:: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATT EY Include Flie Name and Path COMMISSION VOTE: 4 -0 Mayor Feliu: yea Vice Mayor Beasley: Yea Commissioner Palmer: Yea Commissioner Newman: Yea Commissioner Sellars: recused Attachment #2 ® Vehicle Quotations o $25,881.00 - Florida Sheriff's Association — Bid Award 5yr/75,000 warranty is $3,630.00 — making the total over $26,057 IRI K,J 5 WOR : b �. 09,472W0908 ps .v } {n ti+kny 1. PURSUIT, ADMINISTRATIVE NON-PURSUIT, UTILITY VEHICLES, a. TRUCKS ev i Ian ` F ] fl -7.7 ,n? Agencies of the State of Florida Coordinated By The Florida Sheriffs Association, Florida Association of Counties & Florida Fire Chiefs' Association EA i FLORIDA ASSOCIATION OF COUNTIES All About Florida Bid Award Announcement (09 -17 -0908) 2 T° LE F CONTENTS Effective Dates & Ordering Instructions .................................................... ............................... 17 -18 Overview of Awarded Specifications ................................................................ ............................... 19 AwardedDealers ............................................................................................ ............................... 67 Financing /Lease Programs ............................................................................ ............................... 75 Basic Information REQUIRED for Purchase Orders ........................................ ............................... 76 DistrictMap .................................................................................................. ............................... 77 Emergency Vehicle Lighting Specifications: Premium Lightbar Package ............................................................. ............................... 78 Medium Lightbar Package ............................................................... ............................... 80 Economic Lightbar Package ............................................................ ............................... 81 Premium Unmarked Patrol Package ................................................ ............................... 82 Economic Unmarked Patrol Package ............................................... ............................... 83 Administrative Vehicle Package ....................................................... ............................... 84 Dealer Pricing Sheets for Emergency Vehicle Lighting Specifications: Alan Jay Automotive Network ......................................................... ............................... 86 Alan Jay Chevrolet Pontiac Buick GMC Cadillac, Inc. Alan Jay Ford Lincoln Mercury, Inc. Alan Jay Nissan, Inc. Alan Jay Toyota BartowChevrolet ............................................................................ ............................... 90 Beck Automotive Group .................................................................. ............................... 94 Beck Auto Sales, Inc. Beck Nissan, Inc. CindyChevrolet, Inc ....................................................................... ............................... 98 DonReid Ford .............................................................................. ............................... 102 DuvalFord ................................................................................... ............................... 106 GarberAuto Mall .......................................................................... ............................... 110 Garber Chevrolet- Buick - Pontiac -GMC Truck, Inc. Garber Chrysler Jeep Dodge, Inc. Garber Ford Mercury HollywoodChrysler -Jeep .............................................................. ............................... 114 HubCity Ford ............................................................................... ............................... 118 Kenworth of Central Florida .......................................................... ............................... 122 Maroone Chevrolet, LLC ................................................................ ............................... 126 Maroon Dodge of Pembroke Pines ................................................ ............................... 130 Nimnieht Chevrolet Company ....................................................... ............................... 134 OrlandoFreightliner ..................................................................... ............................... 138 Palm Peterebilt GMC Truck, Inc...... ........... ................................................................. 142 Rob Lambdiri s University Dodge ................................................... ............................... 146 Schumacher Automotive ............................................................... ............................... 150 StingrayChevrolet ........................................................................ ............................... 154 Tropical Ford Lincoln Mercury ...................................................... ............................... 158 Bid Award Announcement (09 -17 -0908) 2 a Specification #I - Full Size Vehicles - RWD (Police Package) AwardedDealer( s) ........................................................................ ............................... 162 BaseSpecifications ....................................................................... ............................... 163 FordCrown Victoria .............................................................. ............................... 165 DodgeCharger ...................................................................... ............................... 170 Specification #2 - Full Size Vehicles - FWD (Police Package) AwardedDealer( s) ......................................................................... ............................... 175 BaseSpecifications ....................................................................... ............................... 176 ChevroletImpala ................................................................... ............................... 178 Specification #3 - Full Size Utility Vehicles - RWD (Police Package) AwardedDealer( s) ......................................................................... ............................... 182 BaseSpecifications ....................................................................... ............................... 183 Chevrolet Tahoe 1500 ............................................................ ............................... 185 Specification #4 - Full Size 4 -Door Administrative Vehicles AwardedDealer( s) ......................................................................... ............................... 189 BaseSpecifications ....................................................................... ............................... 191 FordCrown Victoria .............................................................. ............................... 193 FordTaurus .......................................................................... ............................... 196 Mercury Grand Marquis ........................................................ ............................... 199 ChevroletImpala ................................................................... ............................... 202 Chrysler300 ......................................................................... ............................... 205 DodgeCharger ...................................................................... ............................... 208 NissanMaxima ...................................................................... ............................... 211 Specification #5 - Mid Size 4 -Door Administrative Vehicles AwardedDealers ........................................................................... ............................... 214 BaseSpecifications ....................................................................... ............................... 216 FordFusion .......................................................................... ............................... 218 MercuryMilan ....................................................................... ............................... 221 ChevroletMalibu ................................................... :.............................................. 224 ChryslerSebring ................................................................... ............................... 227 DodgeAvenger ...................................................................... ............................... 230 HondaAccord ........................................................................ ............................... 233 NissanAltima ........................................................................ ............................... 236 ToyotaCamry ........................................................................ ............................... 239 Specification #6 - Compact 4 -Door Administrative Vehicles AwardedDealer( s) ......................................................................... ............................... 242 BaseSpecifications ....................................................................... ............................... 244 FordFocus ............................................................................ ............................... 246 ChevroletAveo ...................................................................... ............................... 249 ChevroletCobalt .................................................................... ............................... 252 ChevroletHHR ...................................................................... ............................... 255 DodgeCaliber ........................................................................ ............................... 258 HondaCivic LX ..................................................................... ............................... 261 HondaFit .............................................................................. ............................... 263 NissanSentra ........................................................................ ............................... 266 NissanVersa ......................................................................... ............................... 269 ToyotaCorolla ....................................................................... ............................... 272 ToyotaYaris .......................................................................... ............................... 275 Sid Award Announcement (09 -17 -0908) 3 F, Ofl10\ A hN Ayq s v i Y dal' 1i DATE: October 1, 2009 F0.310MENEW4 11 Al,. FLOEUDA SHERIFFS ASSOCIATION P. O. Box 12519 m Tallahassee, FL 32317 -2519 PHONE (850) 877 -2165 m FAX (850) 878 -8665 WEB SITE: www.flsheriffs.org FROM: Gary E. Perkins Lynn Meek Peggy Goff Executive Director Vehicle Bid Coordinator Vehicle Contract Manager RE: SHERIFFS' OFFICES & LOCAL GOVERNMENTAL AGENCIES OF THE STATE OF FLORIDA COOPERATIVE BID FOR PURSUIT, ADMINISTRATIVE NON - PURSUIT, UTILITY VEHICLES, TRUCK & VANS, & OTHER FLEET EQUIPMENT Bid No. 09 -17 -0908 We are pleased to announce that the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association has successfully conducted its seventeenth statewide competitive bid for vehicles which includes police pursuit, administrative non - pursuit, utility vehicles, trucks & vans, backhoes, motorgraders, agriculture type tractors, skid steer loaders and regenerative air street sweepers. This contract is effective beginning October 1, 2009 through September 30, 2010, as long as vehicles are available through fleet. Bids will be extended and guaranteed to any and all units of local governments and political subdivisions including, but not limited to, county, local county board of public instruction, municipalities and /or police agencies, other local public or public safety agencies or authorities within the State of Florida. Also, in accordance with the provisions of Chapter 287, F.S., and 60A, Florida Administrative Code, any state agency including the Division of Universities, Department of Children and Family Services, Department of Health, Department of Juvenile Justice and Department of Corrections which elects and is authorized to purchase from a source other than the State of Florida contract is eligible to purchase from this bid. In addition to the eligible users referenced above and with the consent of the successful bidder(s), purchases may be made under the terms and conditions of this contract by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. This program is designed to provide participating agencies with the most economically priced patrol, administrative, utility vehicles, trucks & vans, and other fleet equipment tailored to their specific needs, in a prompt and timely manner. One of the unique characteristics of this program that distinguishes it from others is that this bid contract is awarded to the lowest responsible bidder by manufacturer by specification by zone for all vehicles, trucks, vans and other fleet equipment. The Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association realize that Sheriffs' Offices, Police Agencies and other units of local governments must provide economically based maintenance and stocked parts for their fleets. They must consider overall operational cost of their vehicles instead of just considering "low bid" on the purchase of the vehicle. This program's bid award system not only provides the purchaser with the means to make sound Bid Award Announcement (09 -17 -0908) 17 decisions on dedicated fleet needs, but also offers the convenience of shopping and purchasing from a single contract. All interested parties who wish to purchase from this contract may do so by ,following these simple procedures: 1. .Contact the awarded dealership (see pages 67 -74) listed in the zone from which you wish to purchase and advise them of your interest to purchase from Bid No. 09 -17 -0905. They will assist you with the placement of your order and answer any questions you may have regarding the vehicles purchased through this program. You can only purchase from a dealer who is listed as a winner of one of the four zones for the vehicle you wish to purchase. Agencies ordering a FORD, GENERAL MOTORS, or CHRYSLER product, please be advised that you must use the appropriate FIN CODE /FAN CODE for the Florida Sheriffs Association in order to obtain the manufacturer's concessions. Also, you must use your FIN CODE /FAN CODE as a secondary number. For further assistance call the Fleet Customer Information Center for your appropriate manufacturer. Manufacturer Type Code FSA Code Fleet Center Contact Numbers FORD FIN CODE gE065 1- 800 -34 -FLEET (1 -800- 343 -5338) GENERAL MOTORS FAN CODE 917872 1- 800 -FLEET OP (1- 800 - 353 -3867) CHRYSLER FAN CODE 49313 1- 800 - 999 -FLEET (1 -800- 999 -3533) 2. YOU MUST send a copy of the original purchase order (including FSA's Contract No. 09 -17- 0905) you submitted to the participating dealer to: Florida Sheriffs Association P. O. Box 12519 Tallahassee, Florida 32317 -2519 ATTN: Lynn Meek, Cooperative Bid Coordinator Basic information required on all purchase orders is listed on Page 76 of this Bid Award Announcement. Purchase orders lacking the required basic information listed may result in the delay of placement and /or confirmation of orders. The agency is responsible for obtaining a "Confirmation of Order" from the respective dealership. Dealers are required to complete a "Confirmation of Order" and send it to the purchaser within fourteen (14) calendar days after receipt of purchase order. Purchasers are encouraged to contact the dealer if a "Confirmation of Order' has not been received within a reasonable time frame and request its issuance. NO : Purchasers are reminded that the issuance of a Purchase Order does not in itself guarantee the placement of an order. 4. Agencies which elect to purchase off this contract will incur the following Administrative Fees: • Pursuit, Administrative Non - Pursuit, Utility Vehicles, Trucks & Vans (Specification #01 thru Specification #50) - Dealers have included the administrative fee of $75.00 per unit in their bid prices and made it a part of the base unit's purchase price. • Trucks starting at with Tilt Cab and Chassis and all Heavy Equipment (Specification #51 thru Specification #57) - Dealers have included the one -half percent (.005) administrative fee in the base price and all add options that are listed. The one -half percent (.005) will also be Bid Award Announcement (09 -17 -0908) 18 included in any additional equipment (add options) which the dealers quote to the governmental agencies. 5. In order to ensure quality service for our user agencies, we are requesting each of you to notify the Florida Sheriffs Association regarding any problems encountered in working with the awarded dealers. Any issues, including but not limited to, receipt of confirmation of order, delivery problems and communication problems, should be reported to us by e -mail at lmeek @flsheriffs.org. This information will be considered in future bid awards in order to ensure that agencies are receiving the level of service required of dealers who wish to participate in this program. 6. Add /delete options might include a superscript listed by the Order Code. The purpose of the superscript is to identify which options correlate to a specific dealer. Superscripts will be a number between 1 and 4, and will correspond as follows: 1 = Western zone dealer 2 = Northern zone dealer 3 = Central zone dealer 4 = Southern zone dealer If a dealer has been awarded more than one zone, they will only have one superscript number assigned, and it will be the lowest numerical number that applies to their awarded zones. For example, if a dealer is awarded the northern and southern zones, their add /delete options for both zones will be represented by a "2" superscript. IMPORTANT NOTE: The manufacturers have announced that they will be producing limited quantities of pursuit vehicles this year and that orders would be processed on a first come first serve basis while quantities last. To be on the safe side, we are advising all agencies to place their orders for pursuit vehicles as soon as possible to ensure delivery of product. The Florida Sheriffs Association's, Florida Association of Counties' and Florida Fire Chiefs' Association's bid award for full size (pursuit and administrative), mid size (pursuit and administrative), utility vehicles, trucks and vans, and other fleet equipment are as follows (zones indicated with a * _ specification low bid for Bid 09 -17- 0908): Name of Dealership �'ILI h?< en.- ^^ na3�: �S, :_msx'��„m�- .,,�e�.Sd1.'#Sn�d, Type of Vehicle Zone Base Price FULL SIZE PURSUIT VEHICLES - RWID (POLICE PACKAGE) fS, specification #01 Garber Ford Mercury, Inc. Ford Crown Victoria (P7B /720A) Western $20,578.00 Garber Ford Mercury, Inc. Ford Crown Victoria (P713/720A) Northern $20,578.00 Garber Ford Mercury, Inc. Ford Crown Victoria (P7B /720A) Central $20,578.00 Garber Ford Mercury, Inc. Ford Crown Victoria (P7B /720A) Southern $20,578.00 Garber Chrysler Dodge Jeep, Inc. Dodge Charger (LXDH48 /29A) * Western $19,988.00 Garber Chrysler Dodge Jeep, Inc. Dodge Charger (LXDH48 /29A) * Northern $19,988.00 Garber Chrysler Dodge Jeep, Inc. Dodge Charger (LXDH48 /29A) * Central $19,988.00 Garber Chrysler Dodge Jeep, Inc. Dodge Charger (LXDH48 /29A) * Southern $19,988.00 Bid Award Announcement (09 -17 -0908) 19 '4 y;ti `J FLORIDA w� . ;o asauoii,. COUNTIES All A4mm rl.,ida W1901H I I; .; NIADEN #111 . 1. �. 2010 Ford Crown Victoria (P7B /720A) 2010 Dodge Charger (LX)H48 /29A) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED I INSTRUCTIONS: Listed above, you will find the model numbers of the vehicles that will be included in this year's contract. L ENGINE: a. Manufacturer's standard V8 engine, minimum 250 HP, oil cooler, alternator, battery, and cooling package. 2. TRANSMISSION: a. Manufacturers standard automatic transmission. 3. AXLES: a. Manufacturer's standard axle ratio for pursuit vehicle. 4. PERFORMANCE ITEMS: a. Manufacturer's standard power steering designed for pursuit vehicle. b. Manufacturer's standard gauges and certified speedometer. c. 5" round dome lamp between sunvisors, independently switched. 5. COMFORT ITEMS: a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard trunk opener, electric, remote unit location. d. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). e. Manufactuer's standard AM/FM stereo. f Heavy -duty rubber floor covering. g. Power door locks and power windows. h. Cloth front bucket seats and vinyl rear bench seat. a. Four wheel anti -lock brake ABS system. 7. TIRES AND WHEELS: a. Speed rated blackwall tires with full size spare tire. b. Manufacturer's standard production wheel covers. a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. b. Factory front and rear door molding. Sid Award Announcement (09 -17 -09051 163 c. Manufacturer's standard fuel tank. 9. CONDITIONS In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Standards and all Motor Vehicle Safety Standards as established by the U.S. Department of Transportation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Pre - delivery service, at a minimum, shall include the following: a. Complete lubrication. b. Check all fluid levels to assure proper fill. c. Adjustment of engine to proper operating condition. d. Inflate fires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Bid Award Announcement (09 -17 -0908) 164 FAC FLORIDA COUNTIES 00 0 All About rlorida MAN e, I'LAIMAM2114 SPECIFICATION (' 1 1111 1 11,1111111 ii I a I a " ' I The Ford Crown Victoria (P7B /720A) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $20,578.00 $20,578.00 $20,578.00 ) $20,578.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Associa to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. Bid Award Announcement (09 -17 -0908) 165 VEHICLE: DEALER: ZONE: BASE PRICE: Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Western $20,578.00 Crown Victoria (P7B/720A) Garber Ford Mercury, Inc. Northern $20,578.00 Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Central $20,578.00 Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Southern $20,578.00 Order Code Delete Options All Zones V61 V6 engine in lieu of V8 engine NAl VINYL : Black vinyl floor covering Std' HN' Cloth rear seat in lieu of vinyl NC' D96A' Front door body side molding Std' NO FRONT DOOR MOLDING IS STD FOR CM,, MOLDING INCL ONBASE SPEC, DELETE ISNO CHARGE. SPECIFY ONPURCHASE ORDERNO FTMOLDXG i DDL' 5" round dome lamp Std'' CVPI STD EQUIPMENT CAN BE REMOVED. INCLUDESPLASTIC COVER OVER HOLE 1 MINISPARE' Space saver spare tire in lieu of full size spare tire NA' Order Code Add Options All Zones Please refer to Part D — Emergency Vehicle Lighting Specifications for lighthar descriptions and the awarded dealer pricing. 45C 'tY.imtteeB s"ltp`dffet•enttal) .5 ODl.a 177, $320 Il0 . PRIO' Priority start/battery saver $156.00 68P' Complete Police Prep Package $2,075.00' SEE FLEET.FORD.COMFOR COMPLETE PACKAGE DETAMS i 65A' Base Police Prep Package $770.00' SEE FLEET FORD.COMFOR COMPLETE PACKAGE DETAILS i 65U' Police Prep Package - "Ready for the Road" $4,120.00'' SEE FLEET FORD.COMFOR COMPLETE PACKAGE DETAILS 1 65P' Base Lighting Package $1,955.00'' SEE FLEET.FORD.COMFOR COMPLETE PACKAGEDETAHS 65W' Visibility Package $3,090.00' SEE FLEET. FORD.COMFOR COMPLETE PA CKA OR DETAILS � 60S' Fire suppression system $3,495.00' SEE FLEET. FORD. COMFOR COMPLETE PACKAGE DETAILS 1 TREM' Tremcoanti -theft - foot activated, dealer installed $196.001 ' SFST i SafeStop vehicle anti -theft - key activated or emergency lights activated, plug -& -play for most $196.00'' Ford and Chevy fleet vehicles, dealer installed in 20 minutes or less MAGI Rechargeable mag light $136.00'. 187' Roof wiring with hole $195.00' INCL. LATERAL REINFORCEMENT 1 189 - Roof wiring without hole $85.00' Bid Award Announcement (09 -17 -0908) 166 VEHICLE: DEALER: ZONE: BASE PRICE: Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Western $20,578.00 Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Northern $20,578.00 Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Central $20,578.00 Crown Victoria (P711n20A) Garber Ford Mercury, Inc. Southern $20,578.00 AFW ' Accessory feed wires for police equipment FULL LOOMED CUSTOM YVIREHARNESS WITHQU ICKDISCONNECT 1 RPRSBS -CV03 y Ready Buckle Prisoner Restraint Seat Belt System - Crown Vic RPRSBS -DC03 1 Ready Buckle Prisoner Restraint Seat Belt System - Dodge Charger 1.4T i '� Kevlar trunk package HDPE DROP INBOX W. FRONT KEVLAR REDUCESRISKOFPOLICE EQUAP PENETRATING THE BACK SEAT OR FUEL TANKINHIGHSPEED REAR IMPACTS 1 61H' Ignition powered trunk button, factory installed IP IGNITION POWERED 1 41A' Comfort and convenience groin PWR SEATS,CD, SPEED CONTROL 750A Street appearance group INCL 64N, CHROME GRILL & REAR TRUNKAPPLIQUES INCLUDES 3.27 REAR AXLE 1 64N' Full wheel covers STD WITH 750A 1 N21 58Z' 77D ' DINT' Pi I 21A' 1281 67R I RLH' 948 1 5251 53M v� 4781 AIRBAGS' LINT' 3K' Nitrogen filled tires including spare tire AM/FM radio with single CD Daytime running lights :Sunscreen privacy glass Cloth split bench — front INCL 414 COMFORT GROUP 1 Driver seat only — 6 way power Carpet (installed) INCL FRONTAND RFAR MATS 1 Rear door locks & handles inoperative Rear door locks & handles inoperative, dealer modifiction INCL HIDDEN MANUAL UNLOCKPLUNGER I Rear windows inoperative REAR POWER WINDOW SWITCHDEACTIVATION 1 Cruise control INCL WITH 41A CONVENIENCE GROUP I Radio noise suppression 8 GROUND STRAPS: ENG TO DASH, HOOD TO BODY, DECKLID TO BODY, ENG TO FRAME, TAIL PIPE TO FRAME, BODY TO FRAME REAR i Courtesy light disabled Side air protection (may affect cage availability) Legal deep tinted film, lifetime warranty, dealer installed 3M OR EQUAL 1 Third key $980.001 $530.00' I $190.00'' $60.00' $760.00' $155.00' $45.001 $125.001 $185.001'. $50.001 $276.001 $760.00';; $380.001 $125.001 $25.00' $175.00', $25.00' $225.00' $95.00'' $20.00' Std $276.001 $76.00' Bid Award Announcement (09 -17 -0908) 167 VEHICLE: DEALER: ZONE: BASE PRICE: KCODEI 14R 1 96B 1 V/ VV Crown Victoria (P7B /720A) Garber Ford. Mercury, Inc. Western $20,578.00 Crown Victoria (P7B /720A) Garber Ford Mercury, Inc. Northern $20,578.00 Crown Victoria (P7B /720A) Garber Ford Mercury Inc. Central $20,578.00 Keyed alike MUSTSPECIFYKEY CODE ONPURCHASE ORDER BEFORE ORDER ISPLACED I Factory remote keyless entry with 2 fobs included. FOR EXTRA KEY FOB ADD 880 Front door moldings, not installed MUSTSPECIFY ONPURCHASE ORDER I Vent visors - stick -on style INSTALLED 1 Crown Victoria (P7B/720A) Garber Ford Mercury, Inc. Southern $20,578.00 $50.001 $255.001 NC1 $130.001 RS 1 Rainshields - flange style $130.001 INSTALLED I DBB 1 Door blank & rear window barriers with manual lock override (Setina, Pro -Gard, Cruisers or $450.001. approved equivalent) 98G I Locking gas cap $10.001 INCLUDES TWO KEYS I 952 1 ! Two -tone paint $885.001 HICH3 1 Cass III hitch with 2" ball, dealer installed $495.001' INCL WIRING FOR TRAILER LIGHTS 1 PART D 1 Optional equipment - specify $85.001 LAB OR RATE PER HOUR INCLUDESILIRNESS ,, HARD WARE &SUPPLIFS SEE FOOTNOTE PARTDI 5181 Optional equipment - specify $90.001 DRIVERS SP0 MIGHT PREP ASSEMBLY. INCL WITH PAR 7D . NA WITH I90(SIA)SP TLIGHT, FOR DUAL SPOTLIGHTPREP (51Z) 81801 HAVIS C 1 Optional equipment - specify $496.001 BASE HA PIS CONSOLE I 90B 1 Optional equipment - specify $2,485.001 DRIVER &PASS SIDE BALLISTIC DOOR I ALTO 1 Optional equipment- specify $390.001 ATERNATIVE DESTINATIONAUL DEALER PDI I SPB121 SetinaPBIOOAl2- 12 " Aluminum Push Bumper . $393.001. SPB16 1 Setina PB100A16 -16" Aluminum Push Bumper $436.001 SPB3001 Setina PB300 Push Bumper $436.001' GR -5 1 Go Rhino 5000 Series Push Bumpers $393.001 LRS 1 Rear Transport Seat — Laguna System 3P $636.001 PGRS 1 Rear Transport Seat —Pro Gard 6000 Series $496.001 PCM012 1 Rear Transport Seat— Cruiser PCM012 O 1, PSCVI1 Rear Transport Seat with extended seat belt— PatriotPSCVI $533.001 S101 Setina #10 Series Lexan Cage with sliding window, full width lower extension panel, dealer $756.00 .installed S81 Setina 8S Lexan cage with 1 /2lexan and 1/2 expanded metal with full lower extension panel, $756.001 dealer installed Bid Award Announcement (09 -17 -0908) 168 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crounn Victoria (P7B /720A) (P7B /720A) (P7B/720A) (P7B /720A) , DEALER: Garber Ford Mercury, Garber Ford Mercury, Garber Ford Mercury, Garber Ford Mercury, Inc. Inc. Inc. Inc. ZONE: Western Northern Central Southern BASE PRICE: $20,578.00 $20,578.00 $20,578.00 $20,578.00 PG2600' -Pro -Gard P2600 Series Polycarbonate (Lexan) Cage with sliding window, full width lower $646.001 extension panel, dealer installed PVP1120 1 Patriot VPI -120 Lexan cage with 1/2 lexan and 1/2 metal with full lower extension panel, dealer $686.001 installed PVPII00' Patriot VPI -100 all Lexan cage with full lower extension panel, dealer installed $686.00' CC SLIDE' Cruisers Cage with slide and lock window, lower extension panels, dealer installed $756.001 CC LEX 1 Cruisers Cage with 1/2 Lexan and 1/2 mesh, lower extension panels, dealer installed $756.00' - K9' ! K -9 Container. All aluminum In- Vehicle (rear seat area) K -9 Container to protect the public, $2,080.00' officer, K -9, and vehicle. Please specify vehicle year, make and model. Call for installation, shipping, and/or delivery prices. ERD' Electronic Remote Rear Door Opening system to be used with the K -9 Container. Allows the $940.001 officer to release the K -9 from the vehicle from a remote position. FOR REMOTEADD $395 1 I- IAS626' Heat Alarm System to be used in a K -9 vehicle. Warns officer when dangerously high $626.001 temperatures are inside the vehicle. :. TEMP' Temporary tag $6.001 TXFRI Transfer existing registration (must provide tag number) $105.00' TAG' New state tag (specify state, county, city, sheriff, etc.) : $133.00' DSM 1 Complete set of shop manuals ONLY $325.00' INCL BINDER 1 BASE 5 -75 Warranty - specify $2,745.00' BASE CARE 5YR 75K, $0 DED 1 EXTRA 5-75 .Warranty - specify $3,385.001' EXTRA CARE 5YR 75K, $0 DED 1 PREM 5 -75'V Warranty - specify PREMRIMCARE 5YR 75K, $0 DED 1 $3,630.001 Bid Award Announcement (09 -17 -0908) 169 Crown Victoria Police Pursuit Package P71 $ 20,578.00 White exterior with Navy interior with the following options: 45C Limited Slip Differential $ 125.00 177 Silicone Hoses $ 320.00 67R Rear Door Locks Inoperative $ 25.00 948 Rear Windows Inoperative $ 25.00 53M Radio Noise Suppression $ 95.00 478 Courtesy Light Disabled $ 20.00 14T Kevlar Trunk Package $ 190.00 61H Ignition Powered Trunk Button - $ 60.00 Factory Installed 96B Front Door Molding (Not Installed) No Charge 51A Left-hand Pillar Mounted 6" Spotlight $ 280.00 PSCV I Rear Transport Seatlw extended seat belts $ 533.00 PREM 5 -75 Manufacturer's Premium Care $ 3,630.00 Warranty ($0.00 Deductible) — Total $ 25,881.00 CrJao. 20. 2010 10:44AM Gus Machado FordtDER CONFIRMATION h'o• 01930/ -P, 20;08:39 2010 CROWN VICTORIA Order No: 1010 Priority: B3 Ord FIN: QM510 Ord Code: 720A Cust /Flt Name: SOUTH MIAMI RETAIL Dealer: F24070 Page: 3. of 2 Order Type: 5B Price Level: 055 PO Number: P78 POLICE INTERCEP $27260 45C 3.27 RATIO -TRAC WT VIBRANT WHT 478 C /LAMPS DISABLE I CLTH BKTS /VNL R 51A DRV SDE SPT IMP N CHARCOAL BLACK 53M NOISE SUPPRESS 720A ORDER CODE 61H DECKLD REL IP /D .DUAL EXHAUST 67B RR DR /LK INOP .17" STEEL SPARE 948 RR WINDOW DEL ,MANUAL AIR COND 96C ALL MLDG UNINST RETAIL $125 20 :190 95 60 25 25 30 .ENG IDLE METER , 99V .4.6L ONC FFV V8 NC TOTAL BASE AND OPTIONS 29225 49Q ,ELEC AOD TRANS IQC TOTAL 29��7(! TC1 P235/55R17 BSW NC *THIS IS NOT AN INVOIC, 14T TRUNK PACK 190 c0 172 GRILL WIRING NC MORE ORDER INFO NEXT PAGE 177 SILICONE,HOSES 320 F8 =Next F1=Help F2= Return to Order F3 /F12 =Veh Ord Menu F4= Submit F5 =Add to Library 5006 - MORE DATA I3 AVAILABLZ. �u-n -t �b QC04931 j-- fern59 @FLEET077 Jan 20, 2010 10:47:28 AM CNJ-allc 20. 2010 10:45AM Gus Machado FoldtDER CONFIRMATION 2010 CROWN VICTORIA Order No; 1010 Priority: B3 Ord ?IN; QM510 Ord Code: 720A CuSt/Flt Name; SOUTH MIAMI RETAIL 98G LOCKING GAS CAP $10 SP DLR ACCT AD,T SP FLT ACCT CR FUEL CHARGE B4A NET INV FLT OPT NC DEST AND DELIV 875 TOTAL BASE AND OPTIONS 29225 TOTAL 29225 *THIS IS NOT AN INVOICE* FI=ffelp F2= Return to order F4=Submit F5=Add to Library 5099 - 1? SS F4 TO SUBMIT Order Type: PO Number: NO,-O 11930/IP- 30; 08 48 Dealer: F24070 Page: 2 of 2 5B Price Level; 055 RETAIL F7=Prev F3/F12=veh Ord Menu QC04931 P� j- 2 a P2, 7-fe-rn59@FLEET077 Jan 20, 2010 10.47:35 AM FORD MIDWAY MALL, INC. 8155 WEST FLAG LER STREET 1,11AIII, FLORIDA 33144-2199 (305) 266-3000 1266-4000 -T 'DAP Fe 1,pieel o URCHASER —C,tT,( Vl- �oqTm momi .OD.;ESS- 6 13 If r DR' f - ciry (27PJ M01 S;xk 110. sSou.. —.e Salesman 031a — R a S. Ph one_ 1 ZIP 3 CNG25.3.0, VEHICLE ORDER CONJFIRMATION• 12/0.1/­`G9 11°51-51 Dealer: F24:013 2010 aRnm. VTCTORLM. 2age: I of 1 Order No: 9999 Priority: A2 Ord- FIN.., QM620 Order- Type. 5B Price Level: 0.15 Ord Code: 720A Cust./FLt Name:, CITY OF SOUTH 20 Numbeir: I 27B POLICE INTER CEI �-WT VIBRANT.' WHT, 31, CLT,1 BKtS/VNf. I I L MED LT STONE: 7 2 -..DUAL EXHAUST` -17' STEEL, SPAR MANUAL. AIR, CON F.ENG IDLE, METER /099V .4. 6L, OHC` FE V,' V.-� 644Q -ELBC: AOD TRANS T-Cl .223S/55R17r BSK 14T TRUNK -PACK, A177 SILPCONE- HOSES 4 5C 3..27 RAT XO:: ZRAC- —15 -!(,4.78 �,�LAMPS.i' DISABLE. 51A- DR7 SDE SPT' IMP 53M NOISE, SUPPRESS 62 , J H, DECKLD' REL. ZP/D -,;)367R" jRR DR HND- IN02 94-.& 'RR WINDOW DEL, 9513, FRT.' MLDG. UNINST SP FLT: ACCT` CR FUEL.CHARGE Appmyed d V O O O r O O O r n 0 d Z U C O U E d h m Vi, c 0 N C 07 C .0 GJ B C b L fA CJ .0 CL r N e 0 m �J City of South Miami Police Department INTEL- OFFICE MEMORANDUM TO: Robert F. Richardson II Chief of Police FROM: Lt. D. Salerno! DATE: April 14, 2010 SUBJECT: Comparison to Florida State Bid The Florida State bid for the Crown Victoria Police Pursuit Package does not include the following options that are on the bid from Gus Machado Ford and the Florida Sheriff's bid. 177 Silicone Hoses 67R Rear Door Locks Inoperative 948 Rear Windows Inoperative 53M Radio Noise Suppression 478 Courtesy Light Disabled 14T Kevlar Trunk Package 61H Ignition Powered Trunk Button - 51A Left -hand Pillar Spotlight PSCV1 Rear Transport Seat PREM 5 -75 Extra Care Warranty Total Bid Total cost of vehicle $ 320.00 $ 25.00 $ 25.00 $ 95.00 $ 20.00 $ 190.00 $ 60.00 $ 280.00 $ 533.00 $ 3,630.00 $ 5,178.00 $21,218.00 $26,396.00 Z1 � A� Iti O z -: V 0 oll 0 8 J M O C 'O O V C -0. 5 O U N F» M O = T O :O C U c M O N L o P 0 O o Q U N N m O N c a N O c � m m m O d v d 0 O rn � O rn O rn C C C A r N G R d M O N d N N M G $ d N_ m w IL v a° 4+ C v Q � Y v g a 0 CL Iti O z -: V 0 oll 0 8 J City. of South Miami Police Department INTER- OFFICE MEMORANDUM TO: Roger Carlton, City Manager Via Chain of Command FROM: Lt. D. Salern �` 1 6��o i DATE: April 15, 2010 `'� SUBJECT: Cost Comparison to the Miami -Dade County bid After a further cost comparison of the prices we received from Gus Machado Ford and the Miami -Dade County bid for a 2010 Ford Crown Victoria Police Interceptor, we found the following: Machado bid is $25,340.00 which includes a 5yr /75,000mile Extra Care warranty which cost $3,630.00. The Miami -Dade bid is $22,427.00 which does not include the 5/75 warranty. When the cost of the warranty is added to the vehicle it would be $26,057.00. The bid from Gus Machado is the lowest Quote. ® Emergency Equipment Purchase and Installation Quotes • $4,950.96 — Dana Safety Supply • $5,097.13 — Emergency Equipment Installation Inc, • $5,146°00 — Morganelli & Associates DANA SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO SALES QUOTE Sates Order No. 57004 Customer No SOUTHMIAM CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305 -663 -6309 Contact: DAN SALERNO S Via hi ITALO GUERRERO UPS GROUNW D TO NET 30 DAYS Date 305- 663 -6309 POR st.'ale.g.- Order 09/21/09 Order uanti Back Unit Price Extended Price 1 1,095.0000 1,095.00 WEC LIBERTY SX LED PREMIUM LIGHTBAR 48.5' B/R CLEAR LE Warehouse: MIAM 1 1 Y 295SLSA6 U of M: EACH 323.0000 323.00 WEC 100 /20OW SCAN -LOCK SIREN W/9 SWITCH LIGHT CONTROL Warehouse: MIAM 100 WATT OUTPUT WITH I -100 WATT SPEAKER OR 200 WATT OUTPUT WITH2400 WATT SPEAKERS. SIREN INCLUDES PARK KILL, & TIMED -OUT FEATURES AND 17 SELECTABLE SCAN -LOCK SIREN TONES. 1 1 Y SA315P U of M: EACH 100.0000 100.00 WEC 100W COMPACT BLACK COMPOSITE 122dB SPEAKER Warehouse: MIAM IOOW SPEAKER ONLY - BRACKETS SOLD SEPERATELY Print Date 09/21/09 Print Time 03:41:28 PM Page # i Printed By: ITALO GUERRERO Continued on Next Page. DANA SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO SALES QUOTE Sales Order No: 57004 Customer No: SOUTHMIAM F77777777 ship To, CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone; 305-663-6309 Contact: DAN SALERNO Printed By: ITALO GUERRERO Continued on Next Page. ITALO GUERRERO UPS GROUND OR TRUCK PPAY ,& ADD TO I NET 30 DAYS Ocder Date 09/21/09 Co none It 305- 663 -6309 DAN SALERNO Order u n6 ach Orde uanti Tax unit ' Pri a Extended Price' 1 1 Y SAK17 U of M: EACH 0.0000 0.00 WEC SA315P MTG BRKT FOR 2003 -2008 FORD C/V Warehouse: MIAM 1 I Y SSFPOSC6 U of M: EACH 38.0000 38.00 WEC SS PLUG -IN FLASHER FOR 2006+ POLICE PKG CN Warehouse: MIAM E-Z INSTALL PLUG-IN FOR 2006+ CN POLICE PACKAGES xx. wxa** aa** x* sxawrx** xa* rxxaa* xaavxxxxxvaxxaa *axxxaaxxva * * * *axsaa * * *xrxaxaa - 2 2 Y VTX609C U of M: EACH 66.0000 132.00 WEC VERTEC HIDEAWAY LED - CLEAR Warehouse: MIAM 2 2 Y VTX609R U of M: EACH 66.0000 132.00 WEC VERTEC HIDEAWAY LED -RED Warehouse: MIAM Print Date 09121109 Print Time 03:41:28 PM Page # 2 Printed By: ITALO GUERRERO Continued on Next Page. DANA SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO SALES QUOTE Sales Order No.l, 57004 Customer No. SOUTHMIAM Shin Tn! CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Ship Via-- Salesperson ITALO GUERRERO UPS GROUND OR TRUCK PPAY & ADD TO NET 30 DAYS Order Date 09/21/09 CA-Stow-C none a 305- 663 -6309 DAN SALERNO Order Quantity Back Order Quantity Unit Price Extended Price': I I Y LAW2CC UofM:EACH 222.0000 222.00 WEC UNIV LED HIDEAWAY WHT/WHT Warehouse: MIAM I 1 Y TLNCV5RB 225.0000 225.00 WEC 3RD BRAKE LIGHT SHROUD W/2 SINGLE TALONS FOR C/V Warehouse: MIAM 1 I Y SLPMMRB U of M: EACH 1.96.9000 196.90 WEC R/B SLIMLIGHTER W/6 SUPER HIGH INTENSITY LEDS Warehouse: MIAM 2 2 Y LINZ6J U of M: EACH 144.0000 288.00 WEC LINZ6 LED HORIZ SYNC RED /BLUE Warehouse: MIAM Print Date + 09/21/09 Print Time 03:41:28 PM Page # 3 Printed By: ITALO GUERRERO Continued on Next Page. DANA SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 Bill Tin, CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Sales Order No 57004 Customer No. SOUTH MIAM CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Shin vi. I Terms Salesperson 1'AT 0 GUERRERO UPS GROUND OR TRUCK I PPAY & ADD TO NET 30 DAYS Orde� Date Ordered By Customer Phone 305 - 663 -6309 09/21/09 111 DAN SALERNO Order Ouftntitv ack Orde ' ua ti Tax Item Number Unit Price Extended Price 2 2 Y RBKTI U of M: EACH 5.2000 10.40 WEC TIR3 SINGLE MOUNTING BRACKET Warehouse: MIAM 1 I Y C -AS -1060 93.0000 93.00 HAV 10" ANGLE SERIES CONSOLE Warehouse: MIAM 1 I Y C- AS -WP -CV U of M: EACH 15.4800 15.48 HAV WIRING COVER PANELS (PR) FOR CVPI ANGLED SERIES Warehouse: MIAM I I Y C -TM -CV U of M: EACH 78.2800 78.28 14AV 32" TRAK -MOUNT BASE FOR FORD CV Warehouse: MIAM I I Y C -TCB -1 U of M: EACH 85.0000 85.00 HAV TELSCOPNG COMPUTR BASE FOR FORD CN- CAPRICE - LUMINA Print Date 09/21/09 Print Time 03:41:28 PM Page it 1 4 Printed By: ITALO GUERRERO Continued on Next Page. DANA SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 F- Hill To- CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO SALES QUOTE Sales Order No. 57004 Customer No. SOUTHMIAM CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Shin Via I ip-n-n- I Terms Salesperson ITALO GUERRERO UPS GROUND OR TRUCK I PPAY & ADD TO I NET 30 DAYS 09/21/09 305- 663 -6309 DAN SALERNO Order, uanti . I ack Orde Ouantitv Unit Price Extended Price! Tax Warehouse: MIAM I 1 Y C- 3090 -3 U of M: EACH 125.4000 125.40 HAV LAPTOP MOUNT W/ TILT & SWIVEL - LOW MOUNT Warehouse: MIAM 1 I Y PSI- 12PRO -SP U of M: EACH 76.5000 76.50 BLI PRIORITY START PRO -MAX W /SURGE PROTECTION Warehouse: MIAM 1 1 Y VECO24 34.0000 34.00 VEC POWER INVERTER 400 WATTS Warehouse: MIAM 1 1 Y VP -100F 375.0000 375.00 PAT VEHICLE PARTITION W /CENTER SLIDING WINDOW Warehouse: MIAM Print Date 09/21/09 Print Time 03:41:28 PM Page # 5 Printed By: ITALO GUERRERO Continued on Next Page. DANA SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Sates Order No 57004 Customer No. SOUTHMIAM CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Ship YJ& Salesperson ITALO GUERRERO UPS GROUND OR TRUCK NET 30 DAYS 09/21/09 tPPAY DAN SALER N305-663-63409 Order multi ack Or uanti FLEP U of M: EACH Unit Price Extended Price Tax 35.0000 35.00 1 1 T SMC FULL LOWER EXTENTION PANEL FOR VEHICLE PARTITION Warehouse: MIAM STATE VEHICLE: YEAR MAKE: MODEL: VEHICLE HAS NO CABLE CONDUIT 1 I Y GR2- AR -BLM U of M: EACH 190.0000 190.00 PAT PARTITION MOUNT FOR AR/M4 Warehouse: MIAM 1 1 Y WGI -F7 U of M: PR 126.0000 126.00 HAV INTERIOR WINDOW GUARDS FOR 98 -06 FORD C/V Warehouse: MIAM Print Date 09/21/09 Print Time ! 03:41:28 PM Page # 6 Printed By: ITALO GUERRERO Continued on Next Page. DANA. SAFETY SUPPLY 4747 SAN JUAN AVE JACKSONVILLE, FL 32210 Telephone: 800- 377 -5016 I Bill To' CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO SALES QUOTE Sales Order No. 57004 ". Customer No. SOUTHMIAM I Ship To. CITY OF SOUTH MIAMI P.D. 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Telephone: 305-663-6309 Contact: DAN SALERNO Ship Via I F.O.R. Terms Salesperson UPS GROUND OR TRUCK PPAY & ADD TO NET 30 DAYS ITALO GUERRERO Order. Da 09/21/09 Ordp I Vmtamev Phone it 305- 663 -6309 Rog DAN SALERNO Order Oack Order Ta Item Number Unit Extended Onantitv I Ouantitv Price Price 1 1 Y SHOP 30.0000 30.00 RESET BREAKER 100 AMPS Warehouse: MIAM 1 I Y INSTALL U of M: EACH 850.0000 850.00 7M3 INSTALLATION OF QUOTED EQUIPMENT Warehouse: MIAM 1 I Y C -MAP -T -LED U of M: EACH 75.0000 75.00 HAV 12" LED MAPLIGHT Warehouse: MIAM Print Date + 09/21/09 Amount Shipped 0.00 Subtotal 4,950.96 Print Time r 03:41:28 PM Freight i 0.00 Page # 7 Amount B.O. 4,950.96 Printed By: ITALO GUERRERO Total 4,950.96 02/25/2009 10:55 DANA SAFETY SUPPLY jr 7, EMARGENCY EQUIPMENT INSTALLATION PO BOX 352435 MIAMI, FL 33135 TEL:786.346.5044 CITY OF SOUTH MIAMI 6130 SUNSET DR, SOUTH MIAMI FL.33143 LT. SALERNO, FL (FAX)3056396056 P.001/002 17C a c.,.70 t-1/77651 cf, 'r4C' Date 11126/2008 Estimate# 41084 �7' 'T,1 C f1d" I(S .00. 1,249.00 CORNERS,2 -RED 2 -BLUE (FOUR EXTENDED 1CORNER (29 '00 325.00 (SA 5.001 125.00 SPEAKER BRXT FOR C.V 1 001 0.00 (SSFPOSC6) WHELEN SOLID STATE 1 42*00 42.00 HEADLIGHTFLASHER PLUG N PLAY 2006 C.V 3 OUTLET PLUG 1 16.90 16.90 (S690CCCC)STROBE KIT SOFT PLUG STROBE 1 205.001 205.00 SLIMLIGHTER RED BLUE 2 1 30.00 212.00 60.00 It 212.00 TALON SINGLE BLUE I 1 115.00 115.00 TALON SINGLE RED C 1 115.00 115.00 DESK TOP 12" LED LIGHT 'SLI CHARGINGSLEEVE FOR SL20X 1 52.00 52.00 `STIR DC CHARGER CORD 10.26 10.00 10.25 10.00 TIR BLUE 55.00 55.00 TIR3 RED L MOUNTING BRKT 55.00 65.00 JOTTIO 10" CONSOLE 2 1 8.00 199.00 16.00 199.00 (CTCBI) HAVIS SHIELD COMPUTER STAND C.V 1 99.00 99.00 �(C30903)LAPTOPMOUN7 WITILT SWIVEL 1 -- 139.99 --.--Ll 1 139.99 Subtotal Sales Tax (0.0%) Ef4ERGENCY EQUXPffffNT ZNSTALLAT4-ON e.e.i@hotmaii.com 786.346.5044 age I. WE ANI CITY OF SOUTH MIAMI 6130 SUNSET DR. SOUTH MIAMI FL.33143 LT, SALERNO, FL e.e.i, amaii.cam 13 00 13 2� . . ., To: Dan Salerno South Miami Police Dept. 6130 Sunset Drive South Miami, Fl. 33143 DATE: 9/25/2009 Re: Price Quote Prices include delivery to your location Delivery time is 30 -45 days after receipt of order Quantity Part # Description Price Each Total 1 SXBBBRR -SM Liberty Premium 49" $1,150.00 $1,150.00 1 295SLSA6 Siren /Light Controller $345.00 $345.00 1 SA315P 1 00w Speaker w/ SAK17 $105.00 $105.00 1 SSFPOSC6 Plug -in Flasher CV $40.00 $40.00 2 VTX609C Vertex LED White $66.00 $132.00 2 VTX609R Vertex LED Red $66.00 $132.00 1 LAW2CC LED Hideaway Kit White $235.00 $235.00 1 TLNCVSRB Brake light LED R/B $235.00 $235.00 1 SLPMMRB Slimlighter LED R/B $209.00 $209.00 2 LINZ6J LINZ6 LED split R/B $72.00 $144.00 2 RBKT1 L- Bracket $5.50 $11.00 1 C -AS -1060 10" Angled Console CV $109.00 $109.00 1 C- AS -WP -CV Cover Panels for Console $19.00 $19.00 1 C -TM -CV 32" Trac Mount for CV $85.00 $85.00 1 C -TCB -1 Telescoping Base CV $89.00 $89.00 1 C- 3090 -3 Universal Laptop Mount $135.00 $135.00 1 12PRO -SP Priority Start $85.00 $85.00 1 VECO24 Power Inverter 400 wt $39.00 $39.00 1 VP -100F Vehicle Partition $399.00 $399.00 1 FLEP Full Ext. Panel $39.00 $39.00 1 GR2 -AR -BLM Partition Gun Lock BLM $205.00 $205.00 1 WGI -F7 Window Guards CV $139.00 $139.00 1 C- MAP -T -LED 12" LED Maplight $80.00 $80.00 1 BRK100 100Amp Breaker $35.00 $35.00 1 INSTALL Installation of Above $950.00 $950.00 =.1 Information Provided By: Tim Davis WHELEN Factory Representative for Florida Morganelli & Associates, Inc. 1401 Saratoga Street Deland, FL 32724 Cell Phone # 954 -445 -2055 E-mail: ledtad@bellsouth.net ® Quotation for Vehicle Graphics and Installation o $391.56 — Graphics Resign International o Sole Source Vendor letter ' 6 Wv t' ') �'�' F✓J 4 DANSALERNO 6130 Sunset Drive South Miami, FL 33143 dsalerno @cityofsouthmiami.net SOUTH MIAMI POLICE DEPARTMENT mm�r - . "rwi'+n lYTliTTi/lli ilTi/"4T I COMPLETE GRAPHICS KIT FOR A $391.56 FORD CROWN VIC WITH INSTALL 1 SHIPPING AND HANDLING TBD PLEASE LET ME KNOW IF AND WHEN TO PROCEED. THANK YOU. 9enice Ge6ron April 14, 2010 AUTHORIZED SIGNATURE TODAY'S DATE Jenice Lebron PLEASE FAX PURCHASE ORDER TO JENICE LEBRON @ 772 -286 -8198 OR EMAIL TO OGDIGRAPHICS@BELLSOUTH.NET Local: (772) 287 -0000 Fax: (772) 286 -8198 December 17, 2008 South Miami Police Department 6130 Sunset Drive South Miami, FL 33143 RE: Copyrighted Decals Kits and Sole Source for EVG 911 Series Material To Mr. Dan Salerno, Graphic Designs International has provided a new progressive looking vehicle graphic kit to South Miami Police Department since the fleet in the year 2000. Graphic Designs International takes pride in its graphic programs and has copyrighted its designs to protect its product lines. Therefore your design is considered proprietary and is copyrighted by Graphic Designs International. As such, unauthorized reproduction of this design by anyone other that Graphic Designs International is prohibited. © 2000, Graphic Designs International, All rights Reserved. Graphic Designs International is a sole source for EVG 911 Series Material. We also understand that budget dollars are tight and we price our kits accordingly. You are a valued customer, and we will always do everything possible to ensure your satisfaction. Sincerely, Afison Yf. G'affagher Alison H. Gallagher President V. -A --- I T" U. LC 11Cl^'AG i TTTO 11. O' A^A'IAn FY 1 Approved Budget, i t _ Page '" Police Expense Budget CITY OF SOUTH MIAMI 2009.2010 APPROVED EXPENSE BUDGET THIS PAGE IS PRINTED ON RECYCLED PAPER as CITY ADJUSTED Cm CITY ACTUAL ACTUAL COMMISSION COMMISSION MANAGER'S COMMISSION ACCT ACCOUNT CLASSIFICATION EXPENDITURES EXPENDITURES APPROVEDSUDGET APPROVEDBUDGET RECOMMENDATION APPROVED BUDGET NO 2006 -2007 2007-2008 2008 -2009 2008.2009 2009 -2010 2009 -2010 POUCEDEPARTMENT 001.1910- 521 -1210 SALARIES- REGULAR IS 3253,746 $ 3,388,249 $ 3,482,658 $ 3,357,631 $ 3437,912 $ 3,389,023 001.1910621-1310 SALARIES -PART TIME 7,800 001.191a52IA410 OVERTIME 180,589 177,675 175,000 175,000 160,000 160,000 001.1910. 521 -1510 SPECIAL PAY - EDUCATION INCEN. 1 22,889 1 33,379 1 25,000 1 21,767 1 22 044 22,044 001,1910.521.1520 EXTRA DUTY PAY 18,400 001.1910.521 -1530 HAZARD PAY 49,664 49,156 51,156 47,644 50,112 50,112 001.1910. 521 -2110 FJ.CA, 279,670 286,636 285,637 279201 280,760 277.020 00141910. 521-2230 COMPENSATEDABSENCES 49,140 001.1910-521.2310 GROUP HEALTH INSURANCE 246,530 245214 260,540 242,262 262,360 262,360 TOTAL PERSONNEL SERVICES 4,040,888 4149 569 4 279 991 412360S $ 4 213 188 $ 4 160 569 001.1910.521-3116 ANNVALPHYSICALS 6,560 189 12,980 14,955 $ 71,600 $ 11,800 001.1910.521-3450 CONTRACTUAL SERVICES 21,711 18933 32,400 19000 19000 19,000 001.1910,6214490 CRIMEPREVENTIONPROGRAMB 4,306 2.631 3,000 3,025 6,237 6,237 001.1910.5214070 TRAVEL CONFERENCE 6,324 2,910 2,000 1,700 1 500 7,500 001.1910. 5214080 TRAINING 8 EDUCATION 11 10,001 7,600 4 210 4,000 4,000 001.1910. 5214440 LEASE PURCHASE- TELEPHONE EO 001.1 910. 5 214 4 5 0 LEASE PURCHASE- POLICE VEHICLE 1 120,933 129,688 1 153,752 147800 166300 141270 001.1910. 5214620 MAMT B REPAIR EQUIPMENT 21,710 25,593 32,000 29,79 22,500 22,500 001.19105214630 MAINTA REPAIR COMM EOMT 27,362 40,084 42,700 40,000 38 100 38,100 001.19104214960 SPECIALINVESTIGATIONS 4,011 6,500 6,500 3,000 4 000 4,000 001.1910 52 74970 EMPLOYEETESTING 7424 4,069 12,000 14,800 11.750 11,750 00111910.5215210 suppuss 24,053 23,572 33,000 37,500 25666 25666 001.1910. 521 -5220 UNIFORMS 52,198 36.353 67,700 68,000 62,500 62,500 001.19105214410 MEMBERSHIPS B SUBSCRIPTIONS 5,242 9,418 8 000 7,750 6 500 6 500 001.1910.5215940 PRISONER DETENTION 250 100 100 TOTAL OPERATirvc ExPENS6s 312 976 310 341 473 262 385 537 $ 379 953 $ 354 923 001.1910.5214410 EQUIPMENT UNDER $5001NVALUE 7,140 1,040 794 500 600 $ 500 $ 500 001ASQ5215420 EQUIPMENT -OFFICE 1,532 3 6,266 10,016 240 240 001.1910.521-5410 EQUIPMENT- OPERATING 36,827 46 371 53,000 53,000 28,153 28,153 TOTAL CAPITAL OUTLAY 45A99 51,205 1 59, 766 63,616 $ 28,893 $ 28,893 TOTAL POLICE DEPARTMENT $ 4,399,363 $ 4,611J16 $ 4.753.039 S 4.672,668 $ 4,622,034 $ 4,544,375 TOTAL BUDGETED POSITIONS - FT 59 58 58 68 TOTAL BUDGETED POSITIONS - PT 0 0 0 THIS PAGE IS PRINTED ON RECYCLED PAPER as CITY OF SOUTH MIAMI 2009 - 2010 APPROVED EXPENSE BUDGET THIS PAGE IS PRINTED ON RECYCLED PAPER m BUDGET ACCT ACCOUNT CLASSIFICATION COMMENTS 2009 -2010 POLICE DEPARTMENT 001.1910 -521 -1210 SALARIES - REGULAR $ 3,389,023 001.1910 -521 -1310 SALARIES - PART TIME 001.1910- 521 -1410 OVERTIME 160,000 001.1910- 521 -1510 SPECIAL PAY - EDUCATION INCEN. 22,044 _ 001.1910.521.1520 EXTRA DUTY PAY 001.1910- 521 -1530 HAZARD PAY 50,112 001.1910 - 521 -2110 EI.CA. 277,020 001.1910 -521 -2230 COMPENSATED ABSENCES 001.1910.521 -2310 GROUP HEALTH INSURANCE 262,360 TOTAL PERSONNEL SERVICES 4,160,559 001.1910 -521 -3116 ANNUAL PHYSICALS 11,800 001.1910 -521 -3450 CONTRACTUAL SERVICES 19,000 001.1910 - 5213490 CRIME PREVENTION PROGRAMS 6,237 DARE. PROGRAM 001.1910- 521 -4070 TRAVEL & CONFERENCE 1,500 ,001.1910 - 521 -4080 TRAINING & EDUCATION 4,000 001.1910- 521 -4440 LEASE PURCHASE - TELEPHONE EQ 001.1910- 521 -4450 LEASE PURCHASE - POLICE VEHICLE 141 270 4 NEW VEHICLES, EXISTING LE 001.1910 -521 -4620 MAINT & REPAIR EQUIPMENT 22,500 001.1910 - 521 -4630 MAINT & REPAIR COMM EQMT 38,100 001.1910- 521 -4960 SPECIAL INVESTIGATIONS 4,000 001.1910- 521 -4970 EMPLOYEE TESTING 11,750 001.1910 -521 -5210 SUPPLIES 25,666 001.1910 - 521 -5220 UNIFORMS 62,500 001.1910- 521 -5410 MEMBERSHIPS & SUBSCRIPTIONS 6,500 001.1910- 521 -5940 PRISONER DETENTION 100 TOTAL OPERATING EXPENSES 354,923 001.1910 - 521 -6410 EQUIPMENT UNDER $5001N VALUE 500 001.1910 -521 -6420 EQUIPMENT- OFFICE 240 001.1910- 521 -6430 EQUIPMENT- OPERATING 28,153 MODIFICATIONS TO NEWVEHI TOTAL CAPITAL OUTLAY 28,893 TOTAL POLICE DEPARTMENT $ 4,544,375 THIS PAGE IS PRINTED ON RECYCLED PAPER m