File #: 25-1465    Version: 1 Name: Crimson Technology - Radar Speed Trailers
Type: Purchase Status: Passed
File created: 4/2/2025 In control: City Commission
On agenda: 4/16/2025 Final action: 4/16/2025
Title: MOTION TO APPROVE THE PURCHASE OF TWO (2) SMART 18 RADAR SPEED TRAILERS FROM CRIMSON TECHNOLOGY PRODUCTS IN THE AMOUNT NOT TO EXCEED $25,512, UTILIZING PRICING ESTABLISHED BY THE FLORIDA SHERIFFS ASSOCIATION’S CONTRACT # FSA23-EQU21.0: “EQUIPMENT,” PURSUANT TO SECTION 35.18(C) OF THE CITY’S CODE OF ORDINANCES.
Sponsors: Police
Attachments: 1. 1. Quote from Crimson Technology Products, 2. 2. FSA Contract Pricing

Title

MOTION TO APPROVE THE PURCHASE OF TWO (2) SMART 18 RADAR SPEED TRAILERS FROM CRIMSON TECHNOLOGY PRODUCTS IN THE AMOUNT NOT TO EXCEED $25,512, UTILIZING PRICING ESTABLISHED BY THE FLORIDA SHERIFFS ASSOCIATION’S CONTRACT # FSA23-EQU21.0: “EQUIPMENT,” PURSUANT TO SECTION 35.18(C) OF THE CITY’S CODE OF ORDINANCES.

 

Summary Explanation and Background

 

PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

- Section 35.18 of the City's Code of Ordinances is regarding "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

- Section 35.18(C) states that "Only the following situations are exempt from the competitive bid and competitive proposal requirements of this section:"

 

- Section 35.18(C)(5) of the City’s Code of Ordinances, “Commodities or services that are the subject of contracts with the state its political subdivisions or other governmental entities including the United States Government, are exempt from the competitive procurement process.”

 

- Section 35.18 (C)(6) states that “Cooperative purchasing plans are exempt from this section.”

 

- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission Approval."

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

1. The Police Department would like to purchase two (2) radar speed trailers in a continuing effort to ensure the safety of motorists in Pembroke Pines. The speed trailers will be utilized to collect traffic speed data to improve traffic safety and educate the public, aiming to reduce injuries and property damage from crashes.

 

2. The Police Department obtained a quote for the speed trailers from Crimson Technology Products utilizing the Florida Sheriff’s Association's Contract # FSA23-EQU21.0 “Equipment.” The quote includes related accessories to specially configure the items for the needs of the Police Department, utilizing the pricing outlined in the FSA contract.

 

3. The Procurement Department has reviewed the quote and verified compliance with FSA Contract # FSA23-EQU21.0 “Equipment.” The cost for each breakdown is listed below:

 

 

Item

QTY

Unit Price

Extended Price

 

Smart Radar Speed Trailers

2

$12,756.00

$25,512.00

 

 

 

Total

$25,512.00

 

4. Request Commission to approve the purchase of two (2) Smart 18 Radar Speed Trailers from Crimson Technology Products in the amount not to exceed $25,512, utilizing pricing established by the Florida Sheriffs Association’s Contract # FSA23-EQU21.0: “Equipment,” pursuant to Section 35.18(C) of the City’s Code of Ordinances.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost: $25,512.

b)   Amount budgeted for this item in Account No: Funds are available in Account # 001-521-3001-664213-0000-000-0000 (Trailer).

c)   Source of funding for difference, if not fully budgeted: Not Applicable.

d)   5 year projection of the operational cost of the project: Not Applicable.

e)   Detail of additional staff requirements:  Not Applicable

 

FEASIBILITY REVIEW:

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service?  Not Applicable.

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.