Loading...
HomeMy WebLinkAboutR-03-0637(/' J-03-504 06/02/03 RESOLUTION NO. 03— 637 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE ACQUISITION OF TWO TYPE -C 2003 FORD CARGO VANS, WITH OPTIONAL EQUIPMENT, EACH WITH AN EXTENDED SIX-YEAR, 100,000 MILE WARRANTY, IN AN AMOUNT NOT TO EXCEED $36,902, AND ONE 2003 TYPE -A FORD CARGO VAN, IN AN AMOUNT NOT TO EXCEED $14,568, FROM PALMETTO FORD, UNDER EXISTING STATE OF FLORIDA CONTRACT NO. 070-001-03-1, EFFECTIVE UNTIL SEPTEMBER 30, 2003, SUBJECT TO ANY EXTENSIONS OR REPLACEMENT CONTRACTS, FOR A TOTAL PROPOSED AMOUNT NOT TO EXCEED $51,470; ALLOCATING FUNDS FROM THE LOCAL LAW ENFORCEMENT BLOCK GRANT VII, ACCOUNT CODE NO. 142023.290539.6.840, IN THE AMOUNT OF $36,902, AND THE LAW ENFORCEMENT TRUST FUND, PROJECT NUMBER 690001, IN THE AMOUNT OF $14,568, SUCH EXPENDITURES HAVING BEEN APPROVED BY THE CHIEF OF POLICE AS COMPLYING WITH FLORIDA STATE STATUTE, 932.7055, AS AMENDED. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The acquisition of two 2003 Type -C Ford Cargo Vans with optional equipment, each with an extended six-year, 100,000 mile warranty, in an amount not to exceed $36,902, and one 2003 Type -A Ford Cargo Van, in an amount not to exceed $14,568, from Palmetto Ford is authorized, under existing State of Florida Contract No. 070-001-03-1, effective until September 30, 2003, subject to any extensions or replacement CITY COMMISSION MEETING OF JUN 1 2 2003 I Resolution No. 03- 63'7 contracts, in a total amount not to exceed $51,470, with funds allocated from the Local Law Enforcement Block Grant VII, Account Code No. 142023.290539.6.840, in the amount of $36,902, and the Law Enforcement Trust Fund, Project Number 690001, in the amount of $14,568, such expenditures having been approved by the Chief of Police as complying with Florida State Statute, 932.7055, as amended. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' PASSED AND ADOPTED this 12th day of June 2003. MANUEL A. DIAZ, OR ATTEST: PRISCILLA A. THOMPSON CITY CLERK APPROVF,e AS,JO F AND CORRECTNESS:& R%WAVDFM VILARELLO CI ATTORNEY 285:tr:AS:BSS l� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 03— 5 3'7 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable and Me rs TO f the City C mmission J e Arriola FROM: C 'ef Administrator/City Manager RECOMMENDATION CA -8 DATE: JUN - 3 20M FILE: Resolution to Purchase Vans SUBJECT: for the Department of Police REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of two (2) 2003 Ford Cargo Vans, Type C, with optional equipment and extended 6 year, 100,000 mile warranty, in an amount not to exceed $36,902, and one (1) 2003 Ford Cargo Van, Type A, in an amount not to exceed $14,568, under existing State of Florida Contract No. 070-001-03-1, effective until September 30, 2003, from Palmetto Ford, a Dade County/Non- Minority vendor, located at 7245 N.W. 36 Street, Miami, Florida 33166, for the Police Department, for a total amount not to exceed $51,470. Funding is to be provided from the Local Law Enforcement Block Grant VII, Account Code No. 142023.290539.6.840 ($36,902) and the Law Enforcement Trust Fund, Project Number 690001 ($14,568). BACKGROUND Two (2) cargo vans will be for the Building Maintenance Detail. The vans currently utilized are in extremely poor condition, exceeding 100,000 plus miles. One of these vans in specific has been deadlined by the General Services Administration's Motor Pool for unsafe conditions. The condition of the existing vans is causing difficulties in the operation of the detail in order to properly service our various facilities. The one (1) cargo van for the Juvenile Investigation Unit will be used in conjunction with the Imminent Rescue Rapid Scene Response Program when responding to scenes of endangered missing children. The van will be used as the Command Post to prepare and disseminate information on the missing child to other law enforcement agencies and the media. FISCAL IMPACT: None, funded by the Local Law Enforcement Block Grant VII and the Law Enforcement Trust Fund. � JA/JFT/ G/ /lr 03- 637 AFFIDAVIT STATE OF FLORIDA: : SS COUNTY OF DADE : Before me this day personally appeared John F. Timoney who being duly sworn, deposes and says that: I, John F. Timoney, Chief of Police, City of Miami, do hereby certify that this request for expenditure from the City of Miami Law Enforcement Trust Fund, for the purchase of a 2003 Ford Cargo Van Tyne A, for the Imminent Rescue Ranid Scene Program of the Juvenile Investigation Unit, from Palmetto Ford, in an amount not to exceed $14,568.00, complies with Florida State Statute, Chapter 932.7055, as amended. L.- hn F. Timoney hief of Police City of Miami Police Department Subscribed and sworn to before me this �day of , 2003, by John F. Timoney, who is personally known to me. -� TATE OF T LARGE O�PY PVeG EMILYMIr/flNp COMMISSM NU MOM Dooms, OF;",C;' OAV 2SSIONO RES 03- 637 FA Budgetary Impact Analysis Department Police Division Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: Authorizing the purchase of two (2) 2003 Ford Cargo Vans Type C and one (1) 2003 Ford Cargo Van Tune A, from Palmetto Ford, under existing State of Florida Contract No 070- 001-03-1, effective until September 30, 2003, for a total amount not to exceed $51,470. 4. Is this item related to revenue? NO: XXX YES (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? Gol 7. YES: Index Code Minor Obj. Code Amount $51,470 NO: _ Complete the following questions: OTHER: LLEBG VII, Account No. 142023.290539.6.840, $36,902 Law Enforcement Trust Fund, Project No. 690001, $14,568 /yzoa.-M-Of-M 6n1.7-1afel.gq( Source of funds: Amount budgeted in the Line Item f ! T1 P2P Z � 83Y Balance in Line Item $A / lift 7�/ i Z 6 y, gay - Amount needed in the Line Item Jr 3e 1, 2- J y s6g Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL IndexfMinor Object/Project No. Transfer done by: From $ From $ From $ To 1.$ Any additional comments? 8. Approved by: Department D' or/D ign Laos FOR DEP NT OF MANAGEMENT AND BUDGET USE ONLY Ve ' ed 7 Verified by: Transfer done by: of o tra ' Pl min ,13irdgeting & Budget Analyst Budget Analyst Performanc � �� Date DN Date Date 03- 637 Mar 19 03 02:06p MIAMI POLICE FLEET LIASON 3055755215 p,4 MAR -19-2003 '1AFD 09:26 A" 1.1710 0 FORD TRUCK SALE FAX NO. 30F`n!397 P. 04/04 PRICE QUOTE FOR QUOTE 6 7 C4 of Miami Standard Body, Poke aepamnent 61mv in Rear Ooars Miami, Fiwida 33925 6/ 100 Warr. 305-575.5211 FAX -575,5215 > DATE ORIGINATOR: Sgt. RoWnW epAerrez PURctv4e ORDER NO. 3/17/2003 OUANTITICOMMOpITY DESCRIPTION EACH TOTAL CODE 2 EaCh 070-300-405 CARGO VAN, TYPE C, 4x2 $16.16100 $30,322.00 with 5.4 V-8 & Automatic Trans. 2 Each 8009-60S Sliding right side Iod door ir► NC NC lieu of hinged doom. 2 Each $422-DEL16X Vinyl boor covering br caW Compartment. $47.00 $94.00 2 Each 9904-ESP6 MaamilOctwoers Extended VMide Warranty $2.570.00 $5.140.00 6 years1100,000 miles. Sse Technical Spocitiravonc. THE FOLLOWING ARE ADDITIONAL ITEMS NOT INCLUDED ON THE STATE CONTRACT 07040143-1. 1 I;W tool Cargo vKq. tnsuWw Polyethylene panels covwwig 3673.04 $9,346.00 watts and ceiling. Includes sbW bulkhead with lockable doa, 2 backs and be down soaps, acqu:n, Option 8=43ELISX. TOTAL. PRICE: $36,902.00 NOTE: TI '11S VCI IICLE 6S TO CONFORM TO ALL OF THE PROVISIONS OF THE STATE OF FLORIDA AUTOMOBILE ANIS UG14T TRUCK CONTRACT NUMBER 070-001-03-1, UNLESS OTHERWISE SPECIFIED BY THE ELIGIBLE USER AUTHORIZED SIGNATURE DATE PRINTED NAME TITLE PALMETTO Ford Trude Sal%, 1 245 NW 36th Sbwt, Miami, Florida 33166 Mack psi Seo" Manseer Oineet Phone 305.470-1348, CELL PHONE 305.298-4114, FAX 305.470-1397 E -Mail, rnac kQjpaImedotruck.com 03- f 3 '7 Automobiles and light Trucks 070-001-03-1 Effective: 1/14/03 through 9/30/03 Certification Instructions to Bidders Technical Specifications General Conditions Bidder Forms Price Sheet Ordering Instructions Revisions Complete Contract Contractors Abraham Chevrolet Miami Inc. dba Maroone Chevrolet of Miami Alan Jay Chevrolet, Oldsmobile, Cadillac, Inc. Alan Jay Imports Dba Alan Jay Toyota Atlantic Truck Center Beck Auto Sales Caruso Chrysler Champion Chevrolet Inc. Cindv Brooker Chevrolet -Geo Classic Chevrolet Dodge of Winter Park. Inc. Don Reid Ford Ed Morse Chevrolet North Garber Buick -Pontiac -GMC, Inc. Garber Chevrolet, Inc. ;_ 637 Garber Ford Mercury, Inc. Heintzelman's Truck Center. Hill Kelly Dodge. Jack Caruso's Regency Dodge, Inc. Maroone Chevrolet, LLC Maroone Dodge. Monarch Dodge MS and S Toyota Orville Beckford Ford Mercury Palmetto Ford Truck. Sales Proctor and Proctor, Inc. Tallahassee Ford Tropical Ford Ford Vehicle Production Cut -Off Dates CAR Crown Victoria - Police 5/1/2003 , Crown Victoria 6/6/2003 Taurus 6/13/2003 Focus 8/22/2003 TRUCKS Explorer Sport 2/21/2003 F-Scries Light Duty - Super Crew 3/28/2003 Windstar FS Super Duty 5/2/2003 5/16/2003 Excursion 5/16/2003 Explorer - 4 Door 6/6/2003 Ranger 6/6/2003 Expedition 6/13/2003 Econoline 7/25/2003 F -Series Light Duty - Super Cab/Regular Cab 7/25/2003 03- 6 3'7 DISTRICT MAP WESTERN NORTHERN WESTERN NORTHERN ESCAMBIA GILCHRIST SANTA ROSA ALACHUA OKALOOSA UNION WALTON BRADFORD HOLMES BAKER WASHINGTON NASSAU BAY DUVAL JACKSON CLAY CALHOUN PUTNAM GULF ST. JOHNS LIBERTY FLAGLER FRANKLIN VOLUSIA GADSDEN MARION WAi{ULI.A LEVY LEON HAMILTON JEFFERSON COLUMBIA TAYLOR SUWANNEE MADISON LAFAYETTE DIXIE CENTRAL SOUTHERN CITRUS CHARLOTTE SUMTER LEE LAKE GLADES HERNANDO MARTIN SEMINOLE HENDRY ORANGE PALM BEACH PASCO COLLIER PINELLAS BROWARD HILLSBOROUGH MONROE POLK MIAMI-DADE OSCEOLA BREVARD INDIAN RIVER MANATEE HARDEE HIGHLANDS OKEECHOBEE ST. LUCIE SARASOTA DESOTO Bid Award Announcement (02-10-0826) "MILTON CENTRAL LEVY NASSAU DYVAI eAMMrN n CITRUS uKE sM NTER Y NNMI MERMANOD OIAMOE PASCO oscEDu U NEISSDROUf.N A � \\\\�\•7 SMAIM PALM SEACM ►RLN .MDNARO COLLIER WDWN RNER MANATEE MARDEE �ff• rASOTA MYCISANDS�, sr'tMICE OESOTO o° rDMADE � O oo�oo 41 a3- 637 MARTS \ CNARwTTE CUOEs A � \\\\�\•7 MEMORY PALM SEACM .MDNARO COLLIER SOUTHERN o° rDMADE � O oo�oo 41 a3- 637 -Suite 3:5 CERTIFICATION OF CONTRACT TITLE: AUTOMOBILES AND LIGHT TRUCKS CONTRACT NO.: 070-001-03-1 ITB NO.: 26-070-001-P EFFECTIVE: January 14, 2003 through September 30, 2003 SUPERSEDES: 070-001-02-1 CONTRACTOR(S): Abraham Chevrolet Miami Inc. dba Maroon Chevrolet of Miami (A) Alan Jay Chevrolet, Oldsmobile, Cadillac, Inc. (A) Alan Jay Imports Dba Alan Jay Toyota (A) Atlantic Truck Center (A) Beck Auto Sales (A) Caruso Chrysler (A) Champion Chevrolet Inc. (A) Cindy Brooker Chevrolet -Geo (M) Classic Chevrolet (A) Dodge of Winter Park, Inc. (A) Don Reid Ford (A) Ed Morse Chevrolet North (A) Garber Buick -Pontiac -GMC, Inc. (A) Garber Chevrolet, Inc. (A) Garber Ford Mercury, Inc. (A) Heintzelman's Truck Center. (A) Hill Kelly Dodge. (R) Jack Caruso's Regency Dodge, Inc. (A) Maroone Chevrolet, LLC (A) Maroone Dodge. (A) Monarch Dodge (A) MS and S Toyota (A) Orville Beckford Ford Mercury (N) Palmetto Ford Truck Sales (I) Proctor and Proctor, Inc. (A) Tallahassee Ford (N) Tropical Ford (H) Page 1 of 2 Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF JIM DEN BLEYKER AT (850) 488-8367, SUNCOM 278-8367, E-MAIL: denble(a.dms.state.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a contract has been executed between the State of Florida and the designated contractors. http://fcn.state.fl.us/st—contracts/07000103 I /certification.htm 03- 637 37 2/21/2003 Suite 315 Page 2 of 2 B. EFFECT - This contract was entered into to provide economies in the purchase of Automobiles and Light Trucks by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature (date) MRD/jdb Attachments 03- 637 http://fcn.state.fl.us/st—contracts/07000103 I /certification.htm 2/21/2003 070-300-405 CARGO VAN, TYPE C, 4X2 (10C) NOTE: This detailed specification is not complete unless it is used in conjunction with all conditions listed in the Technical Specification. INTENDED USE USED REGULARLY FOR HAULING BULK CARGO THAT MUST BE SECURED OR PROTECTED FROM THE ELEMENTS, MEDIUM TO HEAVY DUTY TOWING AND TRANSPORTATION OF UP TO TWO INDIVIDUALS ON THE HIGHWAY AND OFF THE HIGHWAY ON UNIMPROVED ROADS. STD. CARGO AREA: 111 inches x 72inches x 50 inches STD. CARGO VOLUME: 238 cu. ft. STD. WORKING CARGO CAPACITY: 3600 lbs. ** STD. TOWING CAPACITY: 4000 lbs. OPT. CARGO AREA, VOLUME AND WORKING CARGO CAPACITY, OPT. 8026: 132 inches x 72inches x 50 inches 294 cu. ft. 3600 lbs. ** PERFORMANCE OPTIONS CARGO LBS. TOWING (REG/EXT) LBS. OPT. 2005, TRAILER TOW PKG. 3600/3600 OR 6200 OPT. 2006, TRAILER TOW PKG. 3300/3300 OR 9000 OPT. 2007, TRAILER TOWPKG 3000/3000 OR 9600 (DSL) OPT. 9906, HD STEP BUMPER 3300/3300 OR 4000 (GAS) 3000/3000 OR 4000 (DSL) * Distance between wheel housings ** Approx. net capacity, deducting weight of driver and one passenger 10. ENGINE: Gasoline engine, V8, minimum 5AL; standard alternator and battery; standard cooling system. 20. TRANSMISSION: Minimum 4 speed automatic. 30. AXLES: Standard axle ratio for specified engine/transmission combination. . 40. PERFORMANCE ITEMS: Standard instrumentation; power steering. 50. COMFORT ITEMS: Air conditioning, front only; all glass tinted; AM -FM radio; W 4� speed control; headliner in driver area. 60. SAFETY ITEMS: 4 -wheel anti-lock braking system; power windows and door locks; dual outside mirrors; interior dome lights; air bags, driver and passenger. 70. TIRES & WHEELS: Five (5) Manufacturer's standard radial tires; matching spare tire and wheel, mounted inside or outside; jack and lug wrench. 80. CHASSIS, FRAME, CAB: Minimum 8700 lbs. GVWR; 3900 lbs. (nominal) payload; minimum 127.0 inch wheelbase; minimum 78.0 inch overall width; hinged right side load doors and hinged dual rear doors; glass in rear doors; bucket seats for driver and one passenger; all Manufacturer's standard colors. GVWR: 9500 PAYLOAD: 4160 90. CONDITIONS: Contractor shall provide a Manufacturer's printout (Chrysler "DIAL SYSTEM", Ford "DORA", "GM AutoBook", or approved equivalent) to verify the Vehicle bid meets all the requirements of this specification. Also, any dealer installed aftermarket components, if specified, must be noted on the Manufacturer's printout. 070-300-405 MAKE: FORD ECONOLINE VAN (10C)(10 -MODEL III) DISTRICT CONTRACTOR DISCOUNT* MODEL PRICE Western PALMETTO 0.00 E34 15,311.00 (A) FORD Western TROPICAL 0.00 E34 15,522.00 (A) FORD Western ORVILLE 0.00 E34 15,080.00 (A) BECKFORD Northern PALMETTO 0.00 E34 15,261.00 (B) FORD Northern TROPICAL 0.00 E34 15,422.00 (B) FORD Northern DON REID FORD 0.00 E34 15,194.00 (B) Central PALMETTO 0.00 E34 15,211.00 (C) FORD Central TROPICAL 0.00 E34 15,272.00 (C) FORD Central DON REID FORD 0.00 E34 14,994.00 (C) Southern PALMETTO 0.00 E34 15,161.00 (D) FORD Southern TROPICAL 0.00 E34 15,422.00 (D) FORD Southern DON REID FORD 0.00 E34 15,144.00 (D) NOTE: ONLY THE ABOVE NAMED CONTRACTOR (S) IS/ARE AUTHORIZED TO SELL THIS COMMODITY UNDER THIS CONTRACT! *Discount for Vehicle picked up by ordering Eligible User at Contractor's place of business. Approximate delivery time required after receipt of order: (PF)(DR) 90-120 DAYS, (TF) 90 DAYS, (OB) 60-90 DAYS OPTION: 070-300-406 - Option, Cargo Van, Type C, 4x2, Spec. IOC OPTIONS: (PF) PALMETTO FORD, (TF) TROPICAL FORD, (OB) ORVILLE BECKFORD, (DR) DON REID FORD 1002 Diesel engine, V8, minimum 7.3L. (PF)CODE: 99F PRICE: 4,046.00 (TF)CODE: 99F PRICE: 4,760.00 (OB)CODE: 99F PRICE: 4,760.00 (DR)CODE: 99F PRICE: 4,760.00 (NOTE TO USER: DO NOT ORDER THIS OPTION WITH OPTIONS 2005, 2006, OR 2007) 2005 HD trailer towing equipment for towing up to 6200 lbs. FORD: Includes these components: 5 -lead wiring harness, Class IV hitch receiver, 10,000 lbs. capacity, installed. (PF)CODE: 536 PRICE: 221.00 03-- 637 (TF)CODE: 536 PRICE: 260.00 (OB)CODE: 536 PRICE: 260.00 (DR)CODE: 536/DIBB PRICE: 360.00 2006 HD trailer towing equipment for towing up to 9000 lbs. FORD: Includes these components: 6.8L V 10 engine (99S), 4.10 rear axle ratio (X32), 5 -lead wiring harness, Class IV hitch receiver, 10,000 lbs. capacity, installed. (PF)CODE: 99S/X32/536 PRICE: 854.00 (TF)CODE: 5365 PRICE: 995.00 (OB)CODE: 99S/536/X32 PRICE: 1,005.00 (DR)CODE: 536/C4H/99S PRICE: 1,560.00 2007 HD trailer towing equipment for towing up to 9600 lbs. FORD: Includes these components: 7.3L turbo diesel engine (99F), 5 -lead wiring harness, Class IV hitch receiver, 10,000 lbs. capacity, installed. (PF)CODE: 99F/536 (TF)CODE: 536F (OB)CODE: 99F-536 (DR)CODE: 99F/53 6/C4H 3002 Limited slip or locking differential. (PF)CODE: XC9 (TF)CODE: XC9 (OR)CODE: XC9 (DR)CODE: XAD PRICE: 4,267.00 PRICE: 5,020.00 PRICE: 5,020.00 PRICE: 5,120.00 PRICE: 229.00 PRICE: 270.00 PRICE: 270.00 PRICE: 315.00 5004 Sunscreen, privacy glass or -deep tinting on all possible windows (except for windshield and glass in front doors, which must have regular tinted glass). Factory or dealer installed (Base Vehicle) (PF)CODE: LCLVDR PRICE: 45.00 (TF)CODE: 924 PRICE: 295.00 (OB)CODE: 924 PRICE: 295.00 (DR)CODE: 924 PRICE: 295.00 (TF)(OB)(DR) INCLUDES PRIVACY GLASS ON SIDE DOOR WITH FLIP -OUT GLASS AND REAR DOOR GLASS 03- 637 (PF)CODE: 924 (TF)CODE: 924 (OB)CODE: 924-179 (DR)CODE: 924 (PF)CODE: 924 (TF)CODE: 924 (OB)CODE: 924 (DR)CODE: 924 (Base Vehicle w/Opt. 8006) PRICE: 251.00 PRICE: 295.00 PRICE: 470.00 PRICE: 295.00 (Base Vehicle w/Opt. 8008) PRICE: 357.00 PRICE: 420.00 PRICE: 470.00 PRICE: 420.00 5006 Air conditioning, front and rear. Bid dual or high capacity unit. (PF)CODE: 574 (TF)CODE: 574 (OB)CODE: 574 (DR)CODE: 574 PRICE: 702.00 PRICE: 825.00 PRICE: 825.00 PRICE: 825.00 5008 Rain shields over door windows. Auto Ventshade Co., Weather Tech Weather Flectors or approved equivalent. (PF)CODE: AUTOVENT PRICE: 69.00 (TF)CODE: RS PRICE: 79.00 (OB)CODE: DIRS PRICE: 92.00 (DR)CODE: DIRS PRICE: 95.00 5009 Cloth seating. (PF)CODE: CE PRICE: 17.00 (TF)CODE: ICE PRICE: 20.00 (OB)CODE: C PRICE: 20.00 (DR)CODE: C TRIM PRICE: 20.00 6001 Daytime running lights. (PF)CODE: 942 PRICE: 38.00 (TF)CODE: 942 PRICE: 45.00 (OB)CODE: 942 PRICE: 45.00 (DR)CODE: 942 PRICE: 45.00 8004 Special state color. DOT Yellow (DuPont Centari L9069A, GM 9W3). Factory painted if available. SEE TECHNICAL SPECIFICATIONS. 03-- 637 (PF)CODE: DOTY PRICE: 1,218.00 (TF)CODE: SP101 PRICE: 323.00 (OB)CODE: BY PRICE: NC (DR)CODE: VSO PRICE: NC (PF) MINIMUM 10 UNIT ORDER (DR) MINIMUM 5 UNIT ORDER 8005 No glass in cargo compartment (delete glass in rear doors). (PF)CODE: DEL173 (TF)CODE: DG (OB)CODE: 173 (DR)CODE: D 173 PRICE: (Credit) 51.00 PRICE: (Credit) 51.00 PRICE: (Credit) 40.00 PRICE: (Credit) 10.00 8006 Glass in the right side cargo door(s) (in addition to rear door[s] glass). (PF)CODE: 178 (TF)CODE: 179 (OB)CODE: 178 (DR)CODE: 178 PRICE: 60.00 PRICE: 185.00 PRICE: 130.00 PRICE: 70.00 8008 Window van; glass all around (in addition to rear door[s] glass). (PF)CODE: 17W (TF)CODE: 17W (OB)CODE: 17W (DR)CODE: 17W PRICE: 323.00 PRICE: 380.00 PRICE: 380.00 PRICE: 320.00 8009 Sliding right side load door in lieu of hinged doors. (PF)CODE: 60S PRICE: NC (TF)CODE: 60S PRICE: NC (OB)CODE: 60S PRICE: NC (DR)CODE: 60S PRICE: NC 8012 Single rear door. (PF)CODE: PRICE: NA (TF)CODE: PRICE: NA (OB)CODE: PRICE: NA (DR)CODE: PRICE: NA 8018 Special state colors, two-tone. Olympic White (DuPont Centari K903 1A) above dripstrip on body and DOT Yellow (DuPont Centari L9069A, GM 9W3) on remainder of body. Factory painted if available. SEE TECHNICAL 637 SPECIFICATIONS. (PF)CODE: DOTY/WHITE DLR PAINT PRICE: 1,418.00 (TF)CODE: SP212 PRICE: 628.00 (OB)CODE: BY PRICE: 575.00 (DR)CODE: VSO PRICE: 628.00 (PF) MINIMUM 10 UNIT ORDER (DR) MINIMUM 5 UNIT ORDER 8022 Vinyl floor covering for cargo compartment. (PF)CODE: DELI 6X PRICE: 47.00 (TF)CODE: PRICE: STD (OB)CODE: 166 PRICE: INC (DR)CODE: PRICE: STD 8026 Extended length body, minimum 231.0 overall length. Minimum 9200 GVWR; 3900 lbs. (nominal) payload. GV WR: 9,400 (PF)CODE: I0C/S34 (TF)CODE: 20G (OB)CODE: S34 (DR)CODE: S34 PAYLOAD: 3,915 PRICE: 819.00 PRICE: 794.00 PRICE: 925.00 PRICE: 925.00 9904 Manufacturer's Extended Vehicle Warranty. Warranty shall be for a period of 5 years or 75,000 miles whichever occurs first. SEE TECHNICAL SPECIFICATIONS. (PF)CODE: ESP5 (TF)CODE: EXTRA (OB)CODE: 5/75 (DR)CODE: ESP PRICE: (GAS ENG) 1,945.00 PRICE: (DSL ENG) 2,075.00 PRICE: 1,945.00 PRICE: (GAS ENG) 1,945.00 PRICE: (DSL ENG)2,075.00 PRICE: (GAS ENG) 1,945.00 PRICE: (DSL ENG) 2,075.00 9905 Manufacturer's Extended Vehicle Warranty. Warranty shall be for a period of 6 years or 100,000 miles whichever occurs first. SEE TECHNICAL SPECIFICATIONS. 3- 637 (PF)CODE: ESP6 (TF)CODE: EXTRA (OB)CODE: 6/100 (DR)CODE: ESP PRICE: (GAS ENG) 2,570.00 PRICE: (DSL ENG) 3,310.00 PRICE: 2,570.00 PRICE: (GAS ENG) 2,570.00 PRICE: (DSL ENG) 3,110.00 PRICE: (GAS ENG) 2,570.00 PRICE: (DSL ENG) 3,310.00 9906 Heavy-duty step -type rear bumper, factory installed. Minimum capacity of 4,000 lbs. horizontal pull weight and 400 lbs. vertical tongue weight. (PF)CODE: (TF)CODE: (OB)CODE: (DR)CODE: (DR)CODE: PRICE: STD PRICE: STD PRICE: STD PRICE: STD PRICE: STD () 3 - 6 4 i" MAY -06-2003 TUE 08:50 AM PALMETTO FORD TRUCK SALE FAX NO. 3054701397 P. 02 PRICE QUOTE FOR City of Miami Police Department Miami, Florida 33125 NOTE: THIS VEHICLE IS TO CONFORM TO ALL OF THE PROVISIONS OF THE STATE OF FLORIDA AUTOMOBILE AND LIGHT TRUCK CONTRACT NUMBER 070-001-03-1, UNLESS OTHERWISE SPECIFIED BY THE ELIGIBLE USER. AUTHORIZED SIGNATURE DATE PRINTED NAME TITLE PALMETTO Ford Truck Sales Inc 45 NW 36th Street, Miami, Fbrida 33166 Mads Garrison DY Sales, ZUAA -�_ —,- . Municipal Sales Manager Direct Phone 305470-1348, CELL PHONE 305-21"114, FAX 305-470-1397 E -Mail: mack(lpalmenobuclk.com 03- 637 305-575-5211 FAX -575-5215 DATE ORIGINATOR: Sgt. Rolando Gutierrez PURCHASE ORDER NO. 4/30/2003 OUANTrn COMMODITY DESCRIPTION EACH TOTAL CODE: 1 Each 070-"-401 CARGO VAN, TYPE A. 4x2 $13,508.00 $13,506.00 with 5.4 V-8 & Automatic Trans. 1 Each 5004924 Base Vehicle wK)pL 8006 $251.00 $251.00 Sunscreen or deep tinting on all possible windows (except for windshield & glass in front doors, which must have regular tinted glass). Factory or dealer installed. 1 Each 5006-574 Air coriddioon", front 6 rear. Bid dual $702.00 $702.00 or high capacity unit. 1 Each 8006-178 Glass in right side cargo door(s) (in $60.00 $60.00 addition to rear doors] glass). 1 Each 8028-DEL16X Vinyl floor covering for cargo compartrnent. $47.00 $47.00 1 Each 9906 -STD Heavy-duty step -type rear bumper, factory STD STD installed. TOTAL PRICE: $14,568.00 NOTE: THIS VEHICLE IS TO CONFORM TO ALL OF THE PROVISIONS OF THE STATE OF FLORIDA AUTOMOBILE AND LIGHT TRUCK CONTRACT NUMBER 070-001-03-1, UNLESS OTHERWISE SPECIFIED BY THE ELIGIBLE USER. AUTHORIZED SIGNATURE DATE PRINTED NAME TITLE PALMETTO Ford Truck Sales Inc 45 NW 36th Street, Miami, Fbrida 33166 Mads Garrison DY Sales, ZUAA -�_ —,- . Municipal Sales Manager Direct Phone 305470-1348, CELL PHONE 305-21"114, FAX 305-470-1397 E -Mail: mack(lpalmenobuclk.com 03- 637 070-300-401 CARGO VAN, TYPE A, 4X2 (10A) NOTE: This detailed specification is not complete unless it is used in conjunction with all conditions listed in the Technical Specification. INTENDED USE USED REGULARLY FOR HAULING BULK CARGO THAT MUST BE SECURED OR PROTECTED FROM THE ELEMENTS, LIGHT TO MEDIUM DUTY TOWING AND TRANSPORTATION OF UP TO TWO INDIVIDUALS ON THE HIGHWAY AND OFF THE HIGHWAY ON UNIMPROVED ROADS. STD. CARGO AREA: 111 inches x 72 inches x 50 inches STD. CARGO VOLUME: 238 cu. ft. STD. WORKING CARGO CAPACITY: 1700 lbs. ** PERFORMANCE OPTIONS CARGO LBS. TOWING LBS. OPT. 2005, TRAILER TOW PKG. 1700 OR 5000 * Distance between wheel housings ** Approx. net capacity, deducting weight of driver and one passenger 10. ENGINE: Gasoline engine, V8, minimum 4.6L; standard alternator and battery; standard cooling system. 20. TRANSMISSION: Minimum 4 speed automatic. 30. AXLES: Standard axle ratio for specified engine/transmission combination. 40. PERFORMANCE ITEMS: Standard instrumentation; power steering. 50. COMFORT ITEMS: Air conditioning, front only, all glass tinted; AM -FM radio; speed control; headliner in driver area. 60. SAFETY ITEMS: 4 -wheel anti-lock braking system.; power windows and door locks; dual outside mirrors; interior dome lights; air bags, driver and passenger. 70. TIRES & WHEELS: Five (5) Manufacturer's standard radial tires; spare tire and wheel, mounted inside or outside; jack and lug wrench. 80. CHASSIS, FRAME, CAB: Minimum 6600 lbs. GVWR; 2000 lbs. (nominal) payload; minimm 127.0 ink Vie; minimum 78.0 inch overall width; hinged right side load doors and hinged dual rear doors; glass in rear doors; bucket seats for driver and one passenger, all Manufacturer's standard colors. 03- 637 iiia E-11#111 PAYLOAD: 2010 90. CONDITIONS: Contractor shall provide a Manufacturer's printout (Chrysler "DIAL SYSTEM", Ford "DORA", "GM AutoBook", or approved equivalent) to verify the Vehicle bid meets all the requirements of this specification. Also, any dealer installed aftermarket components, if specified, must be noted on the Manufacturer's printout. 070-300-401 MAKE: FORD ECONOLINE VAN (10A) DISTRICT CONTRACTOR DISCOUNT* MODEL PRICE Western PALMETTO 0.00 E14 13,658.00 (A) FORD Western TALLAHASSEE 25.00 E14 13.699.00 (A) FORD Western TROPICAL FORD 0.00 E14 13.775.00 (A) Northern PALMETTO 0.00 E14 13.608.00 (B) FORD Northern TALLAHASSEE 25.00 E14 13.799.00 (B) FORD Northern TROPICAL FORD 0.00 E14 13.675.00 (B) Central TROPICAL 0.00 E14 13,525.00 (C) FORD Central PALMETTO 0.00 E14 13.558.00 (C) FORD Central DON REID FORD 0.00 E14 13,340.00 (C) Southern PALEMTTO 0.00 E14 13,508.00 (D) FORD Southern TROPICAL 0.00 E14 13,675.00 (D) FORD Southern DON REID FORD 0.00 E14 13.490.00 (D) NOTE: ONLY THE ABOVE NAMED CONTRACTOR (S) IS/ARE AUTHORIZED TO SELL THIS COMMODITY UNDER THIS CONTRACT! *Discount for Vehicle picked up by ordering Eligible User at Contractor's place of business. 03— 63*i Approximate delivery time required after receipt of order: (PF)(DR) 90-120 DAYS, (TL)(TF) 90 DAYS STATE USE ONLY BASE VEHICLE: EPA MILEAGE 17 LIFE CYCLE FUEL COST $4705.88 OPTION: 070-300-402 — Option, Cargo Van, Type A, 4x2, Spec. l0A OPTIONS: (PF) PALMETTO FORD, (TL) TALLAHASSEE FORD, (TF) TROPICAL FORD, (DR) DON REID FORD 2005 HD trailer towing equipment for towing up to 5000 lbs. FORD: Includes these components: 4 -lead wiring harness, Class III hitch receiver, 5000 lbs. capacity, installed, with adapter, pin, clip and 2 inch diameter bail. (PF)CODE: 536 (TL)CODE: 536 (TF)CODE: 536 (DR)CODE: DMB 3002 Limited slip or locking differential. (PF)CODE: XH9 (M)CODE: X119 (TF)CODE: XH9 (DR)CODE: XAD PRICE: 336.00 PRICE: 394.00 PRICE: 495.00 PRICE: 495.00 PRICE: 229.00 PRICE: 269.00 PRICE: 270.00 PRICE: 315.00 5004 Sunscreen or deep tinting on all possible windows (except for windshield and glass in front doors, which must have regular tinted glass). Factory or dealer installed. (Base Vehicle) (PF)CODE: LCLVDR PRICE: 45.00 (M)CODE: 924 PRICE: 419.00 (IT)CODE: 924 PRICE: 295.00 (DR)CODE: 924 PRICE: 295.00 (TL)(TF)(DR) INCLUDES PRIVACY GLASS ON SIDE DOOR NVTTH FLIP -OUT GLASS AND REAR DOOR GLASS (Base Vehicle w/Opt. 8006) 03- % Wt (PF)CODE: 924 (TL)CODE: 178/924 (TF)CODE: 924 (DR)CODE: 924 (PF)CODE: 924ALL (TL)CODE: 17W/924 (TIF)CODE:-924 (DR)CODE: 924 PRICE: 251.00 PRICE: 548.00 PRICE: 295.00 PRICE: 295.00 (Base Vehicle w/Opt. 8008) 1 PRICE: 357.00 PRICE: 798.00 PRICE: 420.00 PRICE: 420.00 5006 Air conditioning, front and rear. Did dual or high capacity unit. (PF)CODE: 574 (TL)CODE: 574 (TF)CODE: 574 (DR)CODE: 574 PRICE: 702:00 PRICE: 823.00 PRICE: 825.00 PRICE: 825.00 5008 Rain shields over door windows. Auto Ventshade Co., Weather Tech Weather Flectors or approved equivalent. (PF)CODE: AUTOVENT PRICE: 69.00 (TL)CODE: AUTOVENTSHADE PRICE: 47.00 (TF)CODE: RS PRICE: 79.00 (DR)CODE: DIRS PRICE: 95.00 5009 Cloth seating. (PF)CODE: CE PRICE: 17.00 (TL)CODE: CE PRICE: 19.95 (TF)CODE: ICE PRICE: 20.00 (DR)CODE: C TRIM PRICE: 20.00 6001 Daytime running lights. (PF)CODE: 942 PRICE: 38.00 (TL)CODE: 942 PRICE: 44.00 (TF)CODE: 942 PRICE: 45.00 (DR)CODE: 942 PRICE: 45.00 8004 Special state color. DOT Yellow (DuPont Centari L9069A, GM 9W3). Factory painted if available. SEE TECEMCAL SPECIFICATIONS. (PF)CODE: DOTY PRICE: 1.218.00 0— 637 (TL)CODE: SPI01 PRICE: 321.00 (TF)CODE: SPI01 PRICE: 323.00 (DR)CODE: VSO PRICE: NC (PF) MEMIUM 10 UNIT ORDER (DR) MMgMUM 5 UNIT ORDER 8005 No glass in cargo compartment (delete glass in rear doors). (PF)CODE: DEL173 (TL)CODE: (TF)CODE: DRG (DR)CODE: D173 PRICE: (Credit) 51.00 PRICE: NC PRICE: (Credit) 51.00 PRICE: (Credit) 10.00 8006 Glass in right side cargo door(s) (in addition to rear door[s] glass). (PF)CODE: 178 (TL)CODE: 178 (TF)CODE: 179 (DR)CODE: 178 PRICE: 60.00 PRICE: 129.00 PRICE: 185.00 PRICE: 70.00 8008 Window van; glass all around (in addition to rear door[s] glass). (PF)CODE: 17W (TL)CODE: 17W (TF)CODE: 17W (DR)CODE: 17W PRICE: 323.00 PRICE: 379.00 PRICE: 380.00 PRICE: 320.00 8009 Sliding right side load door in lie of hinged doors. (PF)CODE: 60S PRICE: NC (TL)CODE: 60S PRICE: NC (TF)CODE: 60S PRICE: NC (DR)CODE: 60S PRICE: NC 8012 Single rear door. (PF)CODE: PRICE: NA (TL)CODE: PRICE: NA (TF)CODE: PRICE: NA (DR)CODE: PRICE: NA 8018 Special state colors, two-tone. Olympic White (DuPont Centari K9031A) above dripstrip on body and DOT Yellow (DuPont Centari L9069A, GM 9W3) on remainder of body. Factory painted if available. SEE TECFMCAL SPECIFICATIONS. (PF)CODE: DOTYW (TL)CODE: SP206 (TF)CODE: SP206 (DR)CODE: VSO PRICE: 1,418.00 PRICE: 614.00 PRICE: 628.00 PRICE: 628.00 (PF) MINIMUM 10 UNIT ORDER, DEALER PAINT WHITE (DR) MEVMWM 5 UNIT ORDER 8028 Vinyl floor covering for cargo compartment. (PF)CODE: DEL16X PRICE: 47.00 (TL)CODE: PRICE: STD (TF)CODE: PRICE: STD (DRF)CODE: PRICE: STD 9904 Manufacturer's Extended Vehicle Warranty. Warranty shall be for a period of 5 years or 75,000 miles whichever occurs first. SEE TECHNICAL SPECIFICATIONS. (PF)CODE: ESP5 PRICE: 1.790.00 (TL)CODE: ESP EXTRA CARE PRICE: 1,425.00 (TF)CODE: EXTRA PRICE: 1.455.00 (DR)CODE: ESP PRICE: 1.455.00 9905 Manufacturer's Extended Vehicle Warranty. Warranty shall be for a period of 6 //0 years or 100,000 miles whichever occurs first. SEE TECHNICAL SPECIFICATIONS. (PF)CODE: ESP6 PRICE: 2.270.00 (TL)CODE: ESP EXTRA CARE PRICE: 2.145.00 (TF')CODE: EXTRA PRICE: 2,270.00 (DR)CODE: ESP PRICE: 2.270.00 9906 Heavy-duty step -type rear bumper, factory installed. Minimum capacity of 4000 lbs. horizontal pull weight and 400 lbs. vertical tongue weight. (PF)CODE: (TL)CODE: (TF)CODE: (DR)CODE: PRICE: STD PRICE: STD PRICE: STD PRICE: STD 03- 637 TO FROM John F. Timoney Chief of Police (T els) Lie a cardo Roque Commander Juvenile Investigations Unit CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM March 13, 2003 DATE: SUBJECT: REFERENCES: ENCLOSURES: L.E.T.F. Vehicle Purchase FILE : On February 26, 2003 the Police Review Committee reviewed our request for the purchase of a Sport Utility Vehicle ($34,395.00) to be used as the mobile platform for the "Imminent Rescue" Rapid Scene Response program. Instead, the P. R. C. recommended the use of a full size van, converted to our specifications, as the ideal vehicle for the program. Enclosed, please find the specifications requested for the purchase of the vehicle and it conversion. Gus Machado Ford, the authorized Ford Dealer for the City of Miami Fleet, prepared the vehicle quotation. The quote for the; van conversion was prepared by ESEF Inc., the specialists who outfit the Miami Police Department's ID Unit vans. The total estimated cost for the vehicle with the conversion is $30, 530.10. This amount represents a saving of $3,864.90 from our initial request. F7 r IIoa aSUGAILIONS DWIS10114 Disapproved ` n y R 13 2003 rRIMINAL NVESTiGATIONS — yr inn Chief of police Miami, Fla 17 �lam„ CE14 D 3- 637 faiami Police 3htformer 50 CENTS IMMINENT RESCUE UNVEILED! Volume I, Issue 1 FIELD PROCEDURES FLYER PREPARATION MARCH 15, 2003 The Juvenile Investigations Unit will begin implementing "Imminent Rescue" Rapid Scene Response, their approach to the investigation of endangered missing children. Imminent rescue is a profes- sional approach to the inves- tigation of endangered miss- ing children, utilizing en- hanced field procedures with the latest computer technolo- gies in a mobile platform. The objective of "Imminent Rescue" is to expedite the recovery of the missing child. "imminent Rescue" at a. glance PROGRESSIVE Inside this issue: Your invitotion I -a At Miami Police Lobby I -b Date: March IS, 2003 1-c Time: 10:00 am 1-d Duravon: 10 minutes 1-e • It provides an exhaustive check list of procedures that ensures the de- tailed processing and investigation of the missing child's case. • This approach minimizes the time it takes to setup, obtain, process, and distribute information, facilitated by the installation of a laptop computer, equipped with a wireless card and a multifunction scanner/printer/copier installed in a sports utility vehicle. • It allows the activation of external resources and coordination with other law enforcement agencies, by utilizing laptop computers and wireless communication. • The progressive perimeter mapping graphically expands the areas being searched and allows the monitoring of personnel assignment, enlistment of area businesses, determination of dangerous areas, and plotting of registered sexual offenders. • And, it activates a dedicated database to enter and analyze information from alerted callers. PLEASE SEE "IMMINENT, 2A 03- 637 MIAMI POLICE DEPARTMENT RCHASE / SERVICE REQUEST F M UNIT: JUVENILE INVESTIGATIONS UNIT CONTACT PERSON: Det. F. Fernandez SECTION: CID PHONE NUMBER: AGENT / BID -CONTRACT #: DATE DELIVERY REQUIRED TYPE OF FUNDS TYPE OF PURCHASES ❑ GENERAL FUND ❑ REGULAR PURCHASE ® L.E.T.F. ❑ BLANKET PURCHASE ❑ L.E.T.T.F. ❑ EMERGENCY ❑ NOT KNOWN / DECIDED ❑ SOLE SOURCE PURCHASE ❑ GRANT (SPECIFY): ❑ OTHER ❑ OTHER (SPECIFY): (IF NECESSARY, FINAL DETERMINATION OF FUNDING WILL BE MADE BY BUSINESS MANAGEMENT SECTION) BUDGETED YES NO Account Code # (If not, please attached transfer of funds request indicating (Budget Unit Use Only) how you wish to accommodate this request or identify other funding source) SUGGESTED SOURCE (CAN LIST MORE THAN ONE) NAME GUS MACHADO FORD ATTENTION: ADDRESS1200 WEST 49 STREET HIALEAH, FL 33012 PHONE: 305-822-3211 OR FAX: 305-820-2503 OR ITEM DESCRIPTION (BE AS DESCRIPTIVE AS POSSIBLE) ONE (1) 2003 E150 CARGO VAN 5AL EFI V8 ENGINE ELECTRONIC AUTO O/D TRANS. UNIT OF ESTIMATED SHIPPING ESTIMATED QTY: 1 MEASURE: UNIT PRICE: $20,200.00 CHARGES: TOTAL: $20,200.00 MANUFACTURER: FORD MODEL: E150 CARGO VAN STYLE: SIZE: COLOR: WHITE ASSEMBLY / SET-UP REQUIRED: ❑ YES ® NO JUSTIFICATION (BE THOROUGH. THIS INFORMATION MAY BE UTILIZED TO PREPARE LEGISLATION. --GIVE HISTORY, EXPAND ON NEED, ETC. UTILIZE BACK OF THE FORM IF SPACE GIVEN IS NOT ADEQUATE). THE VAN WILL BE USED IN CONJUNCTION WITH THE IMMINENT RESCUE PROGRAM WHEN RESPONDING TO TH SCENES OF ENDANGERED MISSING CHILDREN. THE VAN WILL BE THE MOBILE PLATFORM TO PREPARE AND DISSEMINATE INFORMATION TO LAW ENFORCEMENT AGENCIES AND THE MEDIA. Computer Support Approval Date (Required on computer related items only) APPROVALS: Unit Cominander Section Commander 44 4TY Division Commander Business Mgt. Section Commander. Budget Unit Commander . Revised 11/2002 Date Date 3/3143 Date 3 6.3 Date Date 03- 637 Ford Vehicles HELP $i?E MAP ASK Folio Page 1 of 1 Compare Build Your Ford Incentives & Financing Aftermarket Accessories Merchandise Screensavers & Wallpapers E -Series Packages Equipment packages are groups of features that have been identified as being the most popular with the majority of II► Back to E -Series A buyers. They are arranged here for your ordering Glance convenience. Choose the best package that best meets your particular needs. 03+ 637 hq://www.fordvehicles.com/Trucks/eseries/extemallterbindex.asp?frametype=&vehicleSb... 3/13/2003 .,WARD CINDER STATE OF FLORIL.... STATE OF FLORIDA CONTRACT NO. 070-001-03-1 ITEM: DEPARTMENT: TYPE OF PURCHASE: Automobiles and Light Trucks Police Term REASON: The Department of Police has a need for two (2) 2003 Ford Cargo Vans Type C, and one (1) 2003 Ford Cargo Van Type A for the Building Maintenance Detail, Traffic Homicide Detail, and Auto Theft Detail. RECOMMENDATION: AwardSUM Contm= It is recommended that award is made to Palmetto Ford for the purchase of two (2) 2003 Ford Cargo Vans Type C with optional equipment an extended six (6) year, 100,000 mile warranty, in an amount not to exceed $36,902, and one (1) 2003 Ford Cargo Van Type A, in an amount not to exceed $14,568, awarded under State of Florida Contract No. 070- 001-03-1, effective until September 30, 2003, subject to any extensions or replacement contracts by the State of Florida, for the Department of Police, at a total amount not to exceed $51,470; allocating funds therefor from the Local Law Enforcement Block Grant VII, Account Code No. 142023.290539.6.840 and the Law Enforcement Trust Fund, Project No. 690001, such expenditures having been approved by the Chief of Police as complying with Florida State Statute 932.7055, as amended. /1-1 S -1G -o3 Date 63-- 637 Window Sticker - 2003ECONOLINE Page 1 of 1 Disclaimer: This window sticker is only representative of the information contained on an actual window sticker, and may or may not match the actual window sticker on the vehicle itself. Please see your retailer for further information. Vehicle Description ECONOLINE 2003 E150 CARGO VAN 5.4L EFI V8 ENGINE ELECTRONIC AUTO O/D TRANS Standard Equipment INCLUDED AT NO EXTRA CHARGE EXTERIOR . P235r75RX15XL BSW ALL SEASON RADIAL TIRES BRIGHT HUB CAPS HALOGEN HEADLAMPS MED PLATINUM GRILLE MED PLATIMUM BUMPERS INTERVAL WIPERS SOLAR TINTED GLASS MANUAL MIRRORS HINGED SIDE CARGO DOORS INTERIOR TILT STEERING COLUMN DUAL VINYL BUCKET SEATS FRONT VINYL FLOOR COV GAUGE PACKAGE ELEC AM/FM STEREO CLOCK VINYL FRONT HEADLINER FRONT AIR CONDITIONING CENTER & REAR CARGO LAMPS FUNCTIONAL VIN 1 FTRE14L33H A76087 Exterior OXFORD WHITE CL•EARCOAT Interior MEDIUM FLINT CLOTH BUCKET SEATS Price Information i MSRP STANDARD VEHICLE PRICE $21,540 .4.2L EFI V-6 ENGINE Optional Equipment .4 -SPD AUTO O/D TRANS 138 INCH WHEELBASE POWER STEERING/BRAKES 2003 MODEL YEAR TWIN I -BEAM INDEPENDENT OXFORD WHITE CLEARCOAT FRONT SUSPENSION MEDIUM FLINT CLOTH, .35 -GALLON FUEL TANK PREFERRED EQUIPMENT PKG.740A GAS-FILLED SHOCK ABSORBERS TRIM HANDLING PACKAGE FI V8 EN 2,195 HEAVY DUTY BATTERY ELECTRONIC AUTO O/D TRANS • SAFETY 3.55 RATIO REGULAR AXLE DRIVER/PASS SIDE AIRBAGS JOB #2 ORDER PRETENSIONING FRT SEATBLTS VINYL FLOOR COVERING, FRONT . 4-WHL•At4TILOCK BRAKE SYS GLASS,FIXED RR CARGO DOOR 60 SIDE DOOR GUARD BEAMS 6700# GVWR PACKAGE HIGH -MOUNT STOP LAMP MIRRORS, BASE RH & LH EXT MAN .24 -HR ROADSIDE ASSISTANCE A/C, HI CAP (FRT/RR) CFC FREE 825 WARRANTY DOOR, SLIDING SIDE CARGO .36136 BUMPER -TO -BUMPER INSIDE REARVIEW MIRROR LT CHARCOAL PAINTED BUMPERS CLOTH BUCKET SEATS 20 TOTAL VEHICLE & OPTIONS 24,640 DESTINATION & DELIVERY 715 TOTAL MSRP $25,355 Disclaimer: Option pricing will be blank for any item that is priced as 0 or "No Charge". E T� CITY MPG Vehicle Engine Information 2003 E150 ECONOLINE 2WD, 5.4 LITER ENGINE (F.F.S.), 8 CYLINDERS, FUEL 13 INJECTION, CATALYST, 4 -SPD AUTOMATIC TRANS. HIGHWAY Actual mileage will vary with options, driving conditions, driving habits and vehicle's condition. Results reported to EPA indicate that the majority of vehicles with these estimates MPG willachieve between 11 and 15 mpg in the city and between 13 and _mpg on the highway. Estimated Annual For Comparison Shopping all vehicles classified as VAN have been issued mileage ratings Fuel Cost:$1,660 16 from 11 to 17 mpg city and 14 to 23 mpg highway. gxy0a= Ford Extended Service Plan is the ONLY service contract backed by Ford and honored by over 5,100 Ford and Lincoln-Mercury retailers. Ask your retailer for prices and additional details or see PLAN our website at www.Ford-ESP.com 03- 63'7 .../windowsticker.asp?vin=1FTRE14L33HA75087&orgid=8123&localeid=103 2/27/03 .AWARD UNDER STATE OF FLORI4.,. STATE OF FLORIDA CONTRACT NO. 070-001-03-1 ITEM: Automobiles and Light Trucks DEPARTMENT: Police TYPE OF PURCHASE: Term REASON: The Department of Police has a need for two (2) 2003 Ford Cargo Vans Type C, and one (1) 2003 Ford Cargo Van Type A for the Building Maintenance Detail, Traffic Homicide Detail, and Auto Theft Detail. RECOMMENDATION: It is recommended that award is made to Palmetto Ford for the purchase of two (2) 2003 Ford Cargo Vans Type C with optional equipment an extended six (6) year, 100,000 mile warranty, in an amount not to exceed $36,902, and one (1) 2003 Ford Cargo Van Type A, in an amount not to exceed $14,568, awarded under State of Florida Contract No. 070- 001-03-1, effective until September 30, 2003, subject to any extensions or replacement contracts by the State of Florida, for the Department of Police, at a total amount not to exceed $51,470; allocating funds therefor from the Local Law Enforcement Block Grant VII, Account Code No. 142023.290539.6.840 and the Law Enforcement Trust Fund, Project No. 690001, such expenditures having been approved by the Chief of Police as complying with Florida State Statute 932.7055, as amended. 11 chael A. Rath ` Director of Purchasing S -/0-o3 Date AwardStateContmus 1 3 637