Skip to main content
File #: 19-1232    Version: 1 Name:
Type: Consent Agenda Status: Agenda Ready
File created: 10/11/2019 In control: City Commission Regular Meeting
On agenda: 12/10/2019 Final action: 12/10/2019
Title: Approve Utilization of Florida Sheriff's Association Contract FSA19-VEL27.0 for the Purchase of Three 2020 Ford F-150 Police-Rated Pickup Trucks in the Estimated Amount of $106,359.00, and the City of Cape Coral Contract CON-PW18-10MM for Emergency Vehicle Associated Equipment and Graphics in the Estimated Amount of $37,068.00 for an Estimated Total of $143,427.00.
Attachments: 1. Competitive Exemptions Form - Duval Ford, LLC, 2. Competitive Exemptions Form - Lightning Wireless Solutions, Inc, 3. Duval Ford, LLC Quote F-150s, 4. Lightning Wireless Solutions, Inc Quote F-150s, 5. Florida Sheriffs Association Contract Terms and Conditions, 6. City of Cape Coral Contract CON-PW18-10MM, 7. Purchase Comparison, 8. Vehicle Overview, 9. Florida Division of Corporations Documents - Duval Ford, LLC, 10. Florida Division of Corporations Documents - Lightning Wireless Soltions, Inc, 11. Equipment & Fleet Vehicle Replacement Score Sheet

TO:                                           Honorable Mayor & Members of the North Port Commission

 

FROM:                      Peter D. Lear, CPA, CGMA, City Manager

 

TITLE                     Approve utilization of Florida Sheriff’s Association Contract FSA19-VEL27.0 with Duval Ford, LLC and the City of Cape Coral Contract CON-PW18-10MM with Lightning Wireless Solutions, Inc., for the purchase of three (3) 2020 Ford F-150 Police-rated pickup trucks and emergency vehicle associated equipment and graphics for an estimated total of $143,427.00.

 

 

 

Recommended Action

 

Approve utilization of Florida Sheriff’s Association Contract FSA19-VEL27.0 with Duval Ford, LLC and the City of Cape Coral Contract CON-PW18-10MM with Lightning Wireless Solutions, Inc., for the purchase of three (3) 2020 Ford F-150 Police-rated pickup trucks and emergency vehicle associated equipment and graphics for an estimated total of $143,427.00

 

 

Background Information

 

The Police Department seeks to purchase three (3) Ford 2020 F-150 pickup trucks utilizing the Florida Sheriff’s Association Contract FSA19-VEL27.0. The Police Department also seeks to purchase equipment and graphics for these vehicles from Lightning Wireless Solutions, Inc. through City of Cape Coral Contract CON-PW18-10MM.

 

Item                     Qty                     Vendor                                                               Method of Procurement                                                               Est. Total Cost

Ford F-150                       3                     Duval Ford                                          Florida Sheriff’s Association Contract                     $106,359.00

F-150 Upfit                       3                     Lightning Wireless                     City of Cape Coral Contract                                          $ 37,068.00

                                                                                                                                                                                             Total:                                          $143,427.00

 

The three (3) Ford F-150 pickup trucks are replacements for existing vehicles.  CID number 71940 will be repurposed within the Police Department to be used as training vehicles at the driving range/track. CID numbers 72476 and 71949 will be turned in when new vehicles are issued.

 

The Florida Sheriff’s Association Contract is made available to local governments within the State of Florida for the acquisition of vehicles. Using this Cooperative Bid, local government agencies can obtain competitive pricing. Local government agencies have the flexibility to choose a product or service according to the business needs, such as price, warranty, supplier performance or brand name.

 

Competitive pricing has been achieved through the City of Cape Coral Contract for the purchase and installation of the emergency equipment and graphics for these vehicles.

 

While City Ordinance authorizes the City Manager to utilize piggyback agreements, the City Manager’s Policy requires all procurements exceeding $100,000 to be presented to Commission for consideration.  All appropriate forms, procedures, and processes have been reviewed by the Purchasing Division of the Department of Finance.

 

 

Strategic Plan

 

Efficient & Effective Government

 

Financial Impact

 

Funding in the amount of $143,427.00 is available in the Fiscal Year 2020 Police Department Budget, Project Number PD20VH, account number 306-2100-521.64-00, Law Enforcement/Capital Equipment.

 

Procurement

 

These vehicles are being procured pursuant to Chapter 2 - Administration, Article VIII - Procurement, Section 2-403 - Exemptions, (a), (4), a, of the Code of the City of North Port, Florida, the utilization of other governmental or public entity contracts to procure goods and services.

 

Vendor Information

 

Duval Ford

1616 Cassat Ave.

Jacksonville, FL 32210

(904) 381-6596

 

Mike Segal

Lightning Wireless Solutions, Inc.

2100 Electronics Lane

Fort Myers, FL 33912

(239) 481-8700

 

 

Attachments:

1.                     Competitive Exemptions Form - Duval Ford, LLC

2.                     Competitive Exemptions Form - Lightning Wireless Solutions, Inc.

3.                     Duval Ford, LLC Quote - F-150s

4.                     Lightning Wireless Solutions, Inc. Quote - F-150s

5.                     Florida Sheriffs Association Contract Terms and Conditions

6.                     City of Cape Coral Contract CON-PW18-10MM

7.                     Purchase Comparison

8.                     Vehicle Overview

9.                     Florida State Division of Corporations Documents - Duval Ford, LLC

10.                     Florida State Division of Corporations Documents - Lightning Wireless Solutions, Inc.

11.                     Equipment & Fleet Vehicle Replacement Score Sheet

 

Prepared by:                          Kenneth Rappuhn, Fleet Manager and Steve Hauser, Fleet Asset Technician

 

Department Director:  Juliana B. Bellia, Public Works Director