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