Res No 036-11-13350RESOLUTION NO. 36 -11 -13350
A Resolution of the Mayor and City Commission of the City of South
Miami, Florida, authorizing the City Manager to purchase six (6) Ford
Crown Victoria Police Pursuit vehicles form Bartow Ford Inc. as
approved in the 2010 -2011 Budget for a total amount not to exceed
$158,007.00 to be charged to account number 001 - 1910 -521 -6440
(Vehicles), providing for an effective date.
WHEREAS, the Mayor and City Commission wishes to purchase six new Ford Crown
Victoria Police Pursuit Vehicles for the Police Department, and
WHEREAS, due to the excessive mileage of a number of vehicles in the police fleet, and
in an effort to maintain a fleet of safe and serviceable vehicles for the police department, the
purchase of six new vehicle is needed; and
WHEREAS, Bartow Ford Inc. was awarded the bid for the Florida Sheriffs Association for
the southern district for Ford Crown Victoria Police Pursuit Vehicles; and
WHEREAS, the cost of the six police cars will be $158,007.00, and charged to account
number 001 -1910- 521 -6440 (vehicles),
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA:
Section 1: The City Manager be, and hereby is authorized to issue a purchase order to
Bartow Ford Inc. for the acquisition of six Ford Crown Victoria Police Pursuit Vehicles as approved
in the 2010-2011 budget for the total amount not to exceed $158,007.00 charged to account
number 001 -1910- 521 -6440 (vehicles),
Section 2: That this resolution shall effect immediately upon execution.
1
Res. No. 36 -11 -13350
PASSED AND ADOPTED this 15 day of February, 2011.
ATTEST:
� /.� W •�i
�I --
•'
APPROVED:
�4la
MAYOR
Commission Vote:
5 -0
Mayor Stoddard:
Yea
Vice Mayor Newman:
Yea
Commissioner Beasley:
Yea
Commissioner Palmer:
Yea
Commissioner Harris:
Yea
iA
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER- OFFICE MEMORANDUM
To: The Honorable Mayor & Members of the Ci Commission
From- Hector Mirabile, PhD., City Manager
Date: February 2, 2011 1 Agenda item Mo.:
Pali
Subject: A Resolution of the Mayor and City Commission of the City of
South Miami, Florida, authorizing the City Manager to purchase
six (6) Ford Crown Victoria police Pursuit vehicles form Bartow
Ford Inc. as approved in the 2010 -2011 Budget for a total
amount not to exceed $158,007.00 to be charged to account
number 001 -1910 -521 -6440 (Vehicles), providing for an effective
date.
Background: Due to the excessive mileage of a number of vehicles in the police fleet, and in
an effort to maintain a fleet of safe and serviceable vehicles for the police
department, the purchase of six new vehicle is needed. Bartow Ford Inc. was
awarded the Florida Sheriffs Association bid for the southern district of Florida
for Ford Crown Victoria Police Pursuit Vehicles. As authorized by the City
Charter, Article III, Sec. 5(H), the City of South Miami will piggyback this bid and
use funds that were approved in the 2010 -2011 budget in account number 001-
1910- 521 -6440 (vehicles).
Cost: $158,007.00
Funding Source: 001 -1910- 521 -6440 (Vehicles), with a current balance of $193,668.00.
Backup Documentation:
OQuote from Bartow Ford,
❑Florida Sheriffs Assoc Bid for CVPI and Financing Documents
WE ARE DIFFERENT AND WE WILL PROVE ff
2800 US 98 NORTH
BARTOW, FLORIDA 33830
PHONE 863 - 533 -0425 FAX 863 -533 -9347
Bill To:
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143 -5093
DATE: January 31, 2011
MAKE CHECKS TO BARTOW FORD COMPANY
If you have any questions conceming this invoice, cont< Richard Weissinger @ (813) 477 -0052.
THANK YOU FOR YOUR BUSINESS!
A41j"IsEn'T11'r tili"� wy 11 go-axw!"N'i.
.cYn, °r f es:w
FLORIDA SHERIFFS ASSOCIATION
x:..c Bid # 10-18-0907
January 28, 2011
South'Mlaml Police
Lieutenant Dan Salerno
720A -.2011
Ford Crown Victoria Police Interceptor
$LV,2S /,S.UU
99V
4.61. Engine
INCLUDED
Automatic Transmission
INCLUDED
Driver Side Spot Light
INCLUDED
Air Conditioning
INCLUDED
Am /Fm Stereo
INCLUDED
45C
Limited Slip Differential
$125.00
177
Silicone Hoses
$320,00
14T
Kevlar Truck Package
$190.00
61H
Ignition Power Trunk Button
$60.00
53M
Radio Noise Suppression
$95.00
DPS
Priority Start
$186.00
575
Premium Care 5 Year/ 75,ODO Warranty
$3,640.00
TAG
New Yellow City Tag
$133.00
750
Street Appearance Package
$155.00
41A
Comfort & Convenience Package
$760.00
64N
Full Wheel Covers
$45.00
128
Floor Carpet
$125.00
HN
Cloth Rear Seat
- $55.00
E)SIA
Delete Driver Side Spot Light
- $130.00
If you have any questions or need any additional information
please fees free contact me anytime.
Sincerely Yours,
Richard Weissinger
Commercial Fleet Sales
Bartow Ford Company
2800 US Hwy 98 North
Bartow,FL 33030
Direct Line (813) 477 -0052
Fax (863) 533 -8485
280D US Hwy North
Bartow, Florida 33830
` u
IN -rV.a rJ 11•VRi tied =PoX It's r},
alnr,.. P,r,q
_ • y' ` "-"' FLORIDA SHERIFFS ASSOCIATION
lib ,
Bid ## 10 -18 -0907
January 28, 2011
South Miami Police
99V 4.61- Engine
Automatic Transmission
Driver Side Spot Light
Air Conditioning
Am /Fm Stereo
45C Limited Slip Differential
177 Silicone Hoses
14T Kevlar Truck Package
61H Ignition Power Trunk Button
67B Rear Door Locks INOP
948 Rear Windows INOP
53M Radio Noise Suppression
478 Courtesy Light Disable
96B Front Door Moldings NOT Installed
DPS Priority Start
PG6000 Rear Transport Seat
575 Premium Care 5 Year / 75,000 Warranty
INCLUDED
INCLUDED
INCLUDED
INCLUDED
INCLUDED
$125.00
$320.00
$190.00
$60.00
$25.00
$25.00
$95.00
$20.00
$30.00
$186.00
$575.00
$3,640.00
if you have any questions or need any additional information
please feel free contact me anytime.
Sincerely Yours,
Richard Weissinger
Commercial Fleet Sales
Bartow Ford Company
2800 US Hwy 98 North
Bartow,FL 33030
Direct Line (813) 477 -0052
Fax (863) 533 -8485
2800 D8 Hwy North
Bartow, Florida 33830
Amm
I WK IRA W1 1
111111 7111 r!' i " A" y . '' ", 1 5 1 1 ^v,� Y 1
m 4
t f t o
p
y
� y.. ,
. -. a ......i.. ..
ll"
18,wO9O7
wmmwmm� mmm
3"F.>'.'q'4Y' ?,wik2�i`h"5 3' 'di"uh2.".:c."'- rv":1�t''.', z�•tsi':.��.`•
Coordinated By
The .
Florida Sheriffs Association,
Florida Association of Counties BSc
Florida Fire Chiefs' Association
All About Florida
All interested parties ash® wish to punch€ se f-roan this contract may do s® by
following these simple procedures:
1. Contact the awarded dealership listed in the zone from which you wish to purchase and advise
them ofyour interest to purchase from Bid No. 10-18-0907. Theywill assistyouwith the placement
of your order and answer any questions you may have regarding the vehicles purchased through
this program. You can only purchase from a dealer who is listed as a winner of one of the four
zones for the vehicle you wish to purchase.
Agencies ordering a FORD, GENERAL MOTORS, CHRYSLER, or TOYOTAproduct, please be advised
that you must use the appropriate FIN CODE /FAN CODE for the Florida Sheriffs Association in
order to obtain the manufacturer's concessions. Also, you must use your FIN CODE /RAN CODE
as a secondary number. For further assistance call the Fleet Customer Information Center for
your appropriate manufacturer.
Manufacturer
Type Code
FSA Code
Fleet Center Contact Numbers
FORD
FIN CODE
9E065
1- 800 -34 -FLEET
(1 -800- 343 -5338)
GENERAL MOTORS
FAN CODE
917872
1- 800 -FLEET OP
(1- 800 -353 -3867)
CHRYSLER
FAN CODE
49313
1 -800- 999 - FLEET
(1- 800- 999 -3533)
TOYOTA
FIN CODE
GE159
1- 800 - 732 -2798
2, YOU MUST send a copy of the original purchase orderfincludina FBA's Contract No l.0 -P8-
0007) you submitted to ttne.gnarticipating fealer by mail or electronically to:
Florida Sheriffs Association
P. O. Box 12519
Tallahassee, Florida 32317 -2519
ATTN: Lynn Meek, Cooperative Bid Coordinator
Imeek@flsheriffs.org
3. Basic information required on all purchase orders is listed on Page 69 of the Bid Award
Announcement. Purchase orders lacking the required basic information listed may result in the
delay of placement and /or confirmation of orders. The agency is responsible for obtaining a
"Confirmation of Order" from the respective dealership. Dealers are required to complete
a "Confirmation of Order" and send it to the purchaser within fourteen (14) calendar
days after receipt of purchase order. Purchasers are encouraged to contact the dealer if a
°Confirmation of Order" has not been received within a reasonable time frame and request
its issuance.
Nf&'Fii: Purchasers are reminded that the issuance of a Purchase Order does not in itself guarantee
the placement of an order.
4. Agencies which elect to purchase off this contract will incur the following Administrative Fees:
• Pursuit, Administrative Non - Pursuit, Utility Vehicles, Trucks & Vans (Specification #01
thru Specification #40) - Dealers have included the administrative fee of $75.00 per unit in
their bid prices and made it a part of the base unit's purchase price.
• Trucks starting at with Tilt Cab and Chassis and all Heavy Equipment Mpecification #41
three Specification #65) - Dealers have included the one -half percent (.005) administrative fee
in the base price and all add options that are listed. The one -half percent (.005) will also be
included in any additional equipment (add options) which the dealers quote to the governmental
agencies.
5. In order to ensure equality service for our user agencies, we are requesting each ®£ you to
notify the Florida sheriffs Association regarding any problems encountered in working with
the awarded dealers. Any issues, including but not limited to, receipt of confirmation of
order, delivery problems and communication problems,, should he reported to ass by e-mail
at hneek @ffsheri € €s.org. This information will he considered in future Enid awards in order
to ensure that agencies are receiving the level of service required of dealers who wish to
participate in this program.
L I —
Effective Dates & Ordering Instructions ....................... ...............................
Overview of Awarded Specifications .............................. ...............................
AwardedDealers— ....................... .......... ...... ............................. .................. -- ....
Financing /Lease Programs ........................................................ ...............................
Basic Information REQUIRED for Purchase Orders ................... ...............................
DistrictMan .............................................................................. ...............................
Emergency Vehicle Lighting Specifications:
Premium Lightbar Package .................... ...............................
Medium Lightbar Package ...................... ...............................
Economic Lightbar Package ................... ...............................
Premium Unmarked Patrol Package ........... .. .... --- ..............
Economic Unmarked Patrol Package ...... ...............................
Administrative Vehicle Package.. ................ ..........................
Dealer Pricing Sheets for Emergency Vehicle Lighting Specifications:
Alan Jay Automotive Network.... ......... -- ..................................
Alan Jay Chevrolet Pontiac Buick GMC Cadillac, Inc.
Alan Jay Chrysler Dodge Jeep
:Alan Jay Ford Lincoln Mercury, Inc.
Alan Jay Nissan, Inc.
Alan Jay Toyota, Scion
Bartow Chevrolet ........................................ ...............................
Bartow Ford Company.. ................................ ..... - .............. ......
Beck Automotive Group .............................. ...............................
Beck Auto Sales, Inc.
Beck Nissan, Inc.
Champion Chevrolet, Inc ............................. ...............................
DuvalFord ................................................. ...............................
Garber Auto Mall ........................................ ...............................
Garber Chevrolet Buick GMC Truck, Inc.
Garber Chrysler Jeep Dodge, Inc.
George Nahas Chevrolet, Inc ....................... ...............................
HubCity Ford, Inc ...................................... ...............................
Kenworth of Central Florida ........................ ...............................
Kenworth of Jacksonville ............................ ...............................
Kenworth of South Florida .......................... ...............................
Maroone Chevrolet, LLC .............................. ...............................
Maroon Dodge of Pembroke Pines. . ............... — .........................
Nextran Truck Centel - Tampa ................ : .......... ........ ...............
Palm Peterebilt GMC Trucks, Inc. . . — . .... ........................... .......
Rush Truck Center - Winter Garden ............ ...............................
Schumacher Automotive .............................. ...............................
StingrayChevrolet ...................................... ...............................
Tampa Truck Center. .................................. .................. ............
University Sales & Service ............................ ...............................
... 16 -18
........ 18
.......1 60
........ 68
....:......... 69
............. 70
........................... 73
........................... 74
........................... 76
........................... 77
......... .. ........ :....... 78
�Yi]
..... ...............................
.............I................1 140
............................ 144
............................... 148
......................... 152
..... ...:............... 156
......... ......... I... 160
Bid Award Announcement (10-E8 -0947) 2
Specification #1 - Full Size Vehicles - RIVD (Police Package)
........................................... 228
AwardedDealer( s) ........................................................................
............................... 164
BaseSpecifications ........................................--..........................
..............................- 165
Ford Crown Victoria ........... ................................ — .........................
.................. -- 167
ChevroletCaprice ..................................................................
............................... 173
DodgeCharger.. ... ...... ............... - ....... -....................
............................... 178
Specification #2 - Full Size Vehicles - FWD (Police Package)
AwardedDealer( s) .........................................................................
............................... 183
BaseSpecifications ........... --- ...................... ............................................
:............. ..... 184
ChevroletImpala ............ ...:........................... ........................
............................... 186
Specification #3 - Full Size Utility Vebicles - RWD (Police Package)
AwardedDealer( s) ... ............................. -- .... -- ............ ..:
--- ........................ ............ . 191
Base Specifications .... ........................... :......................................................................
192
Chevrolet Tahoe 1500 ................................................
--- ..................................... 194
Specification #4 - Full Size 4 -Door Administrative Vehicles
AwardedDealer( s) ..... ............ ........................... ........ .............
........................ - ............. 198
BaseSpecifications..........-- ........................................................
............................... 199
Ford Crown Victoria ..... -- .................... ... ........... .......
:.......................................... 201
FordTaurus ........... ............................. - ..................................
--- ........ --- .......204
ChevroletImpala .......................... : ......... ......... ....... ..............................................
207
DodgeCharger ......................................................................
............................... 210
Specification #5 - Mid Size 4-Door Administrative Vehicles
AwardedDealers ...........................................................................
............................... 213
BaseSpecifications .......................................................................
............................... 214
FordFusion ... .............................. ............................ ................
-- ........................ 216
ChevroletMalibu....... ...... .......... ...... ....... ...........
........ -- ....... ................. 219
DodgeAvenger......... ... ........ ..................
..... — ............................ — 222
ToyotaCanny. ....... ............. ............ ...... ........
........... — ..... ..................... 225
Specification 416 - Compact 4 -Door Administrative Vehicles
AwardedDealer( s) ...... ....... -- ........ ........ . ......... ..................
........................................... 228
Base Specifications......- :..............................................................
............................... 229
FordFocus ................... ......................................
........................................ - ........ 231
ChevroletCruze ......................................... ...............................
............................ 234
DodgeCaliber ....... ............... .... -- ........................
............. ..... ........ ....... ................. 237
ToyotaCorol la .......................................................................
............................... 240
Specification #7 - Hybrid 4-Door Administrative Vehicles
AwardedDealer( s) ......................................................................... ............................... 243
BaseSpecifications ....................................................................... ............................... 244
FordFusion ..... - ......... -- .......................... ............................... ............................ 246
ToyotaCamry ........................................................................ ............................... 248
ToyotaPrius.-- ..................................................................... ............................... 250
Specification #8 - Small 2 Passenger Electric Vehicle
AwardedDealer( s) ......................................................................... ............................... 252
BaseSpecifications ................................. ........ -.- ... ..... : ... -- ............................ ............ 253
EleetroBubble Buddy ............................................... - ............... .......... ... .... ......... 255
Global Electric Motors ........................................................... ............................... 259
Bid .Award Announcement 0 0 -18 -0907) 3
5 01-
DATE: October 29, 2010
TO: ALL PROSPECTIVE PARTICIPANTS
F"�v1. .�E [SJfeP.v MUFF '+(N FSS CLA9V�( N
P. O. Box 12519 o Tallahassee, FL 32317 -2519
PHONE (850) 877 -2165 o FAX (850) 878 -8665
lVEB SITE: www.fisheriils.oig
FROM: Steve Casey Lynn Meek Peggy Goff
Executive Director Vehicle Bid Coordinator Vehicle Contract Manager
RE: SHERIFFS' OFFICES &t LOCAL GOVERNMENTAL AGENCIES
OF THE STATE OF FLORIIDA COOPERATIVE BID FOR
PURSUIT, ADMINISTRATIVE NON- PURSUXT, UTILITY VEHICLES,
TRUCK &a VANS, &r OTHER FLEET EQUIPMENT
Bid No. 10 -18 -0907
We are pleased to announce that the Florida Sheriffs Association, Florida Association of Counties
and Florida Fire Chiefs' Association has successfully conducted its seventeenth statewide competitive
bid for vehicles which includes police pursuit, administrative non - pursuit, utility vehicles, trucks &
vans, baekhoes, motorgraders, agriculture type tractors, skid steer loaders and regenerative air street
sweepers. This contract is effective beginning October 29, 2010 through September 80, 2011,
as long as vehicles are available through fleet.
Bids will be extended and guaranteed to any and all units of local governments and political subdivisions
including, but not limited to, county, local county board of public instruction, municipalities and /or
police agencies, other Iocal public or public safety agencies or authorities within the State of Florida.
Also, in accordance with the provisions of Chapter 287, F.S., and 60A, Florida Administrative Code,
any state agency including the Division of Universities, Department of Children and Family Services,
Department of Health, Department of Juvenile Justice and Department of Corrections which elects
and is authorized to purchase from a source other than the State of Florida contract is eligible to
purchase from this bid.
In addition to the eligible users referenced above and with the consent of the successful bidder(s),
purchases may be made under the terms and conditions of this contract by governmental entities
Iocated outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and
regulations shall apply to purchases made under tivs contract.
in order to ensure equality service for our user agencies, we are requesting each of you to
notify the Florida Sheriffs Association regarding any problems encountered in working with
the awarded dealers. Any issues, including but not limited to, receipt of confirmation of order,
delivery problems and communication problems, should be reported to us by e -mail at Imeek@
flsheriffs.org. This information will be considered in future bid awards in order to ensure that
agencies are receiving the level of service required of dealers who wish to participate in this
program.
All interested parties who wish to purchase from this contract may do so by
following these simple procedures:
Bid Award Announcement (30 -18 -0907) 16
a6
> r D ►v s °v G INSTRUCTION
Contact the awarded dealership (see pages 60 -67) listed in the zone from which you wish to
purchase and advise them of your interest to purchase from Bid No. 10 -18 -0907. They will assist
you with the placement of your order and answer any questions you may have regarding the
vehicles purchased through this program. You can only purchase £roams a dealer who is listed
as a winner of one of the £ores a ®saes for the vehicle you wish to purchase.
Agencies ordering a FORD, GENERALMOTORS, CHRYSLER, orTOYOTA product, please be advised
that you must use the appropriate FIN CODE /FAN CODE for the Florida Sheriffs Association in
order to obtain the manufacturer's concessions. Also, you must use your FIN CODE /FAN CODE
as a secondary number. For further assistance call the Fleet Customer Information Center for
your appropriate manufacturer.
liftnufacturer
Type Coale
FSA Code
Fleet Center Contact Numbers
FORD
FIN CODE
9E065
1- 800 -34 -FLEET
(1- 800 - 343 -5338)
GENERAL MOTORS
FAN CODE
917872
1- 800 -FLEET OP
(1- 800 - 353 -3867)
CHRYSLER
FAN CODE
49313
1 -800- 999 -FLEET
(1- 800- 999 -3533)
TOYOTA
FIN CODE
GE159
1- 800 -732 -2798
2. YOU Itraug send a eopgP mf tHae origimafl purelnase ®refer dnne3eadsn� LF�fa's Cosatsaet No. Il ® -ll8-
®9 ®7�you subnmitted t® tlae srari:icinatinv dealer Tay iaeail or electronieall�o:
Florida Sheriffs Association
P. O. Sox 12579
Tallahassee, Florida 32317 -2519
ATTN: Lynn Nleek, Cooperative Bid Coordinator
Imeek @flsheriffs.org
3. Sasie infornna &ion required on all purchase orders is listed on Page 69 of this Bid Award
Announcement. Purchase orders lacking the required basic information listed may result in the
delay of placement and /or confirmation of orders. The agency is responsible for obtaining a
"Confirmation of Order" from the respective dealership. Dealers are required to complete
a "Confirmation of Order" and send it to the purchaser within fourteen (14) calendar
days after receipt of purchase order. Purchasers are encouraged to contact the dealer if a
"Confirmation of Order" has not been received within a reasonable time frame and request
its issuance.
NOTE: Purchasers are reminded that the issuance of a Purchase Order does not in itself guarantee
the placement of an order.
4. Agencies which elect to purchase off this contract will incur the following Administrative Fees:
a Pursuit, Administrative Non- Pursuit, Utility Vehicles, Trucks & Tans (Specification 001
thru Specification #40) - Dealers have included the administrative fee of 575.00 per unit in
their bid prices and made it a pars: of the base unit's purchase price.
® Trucks starting at with Tilt Cab and Chassis and all Heavy Equipment (Specification #41
darn Specification #85) - Dealers have included the one -half percent (.005) administrative fee
Bid Award Announcement (10 -18 -0907) 17
in the base price and all add options that are listed. The one -half percent (.005) will also be
Included in any additional equipment (add options) which the dealers quote to the governmental
agencies.
5. In order to ensnare equality service for our ewer agencies, we are requesting each of you to
notify the Florida Sheriffs Association regarding any problems encountered in working
with the awarded dealers. Any issues, including but not limited to, receipt of confirmation
of order, delivery problems and communication problems, should be. reported to us by
e -mail at dnaeek@flsheriffs.org. This information will be considered in future bid awards in
order to ensure that agencies are receiving the Revel of service required of dealers who wish
to uarticivate in this vror%ram.
6. Add /delete options might include a superscript listed by the Order Code. The purpose of the
superscript is to identify which options correlate to a specific dealer. Superscripts will be a number
between 1 and 4, and will correspond as follows:
1 = Western zone dealer
2 = Northern zone dealer
3 = Central zone dealer
4 = Southern zone dealer
If a dealer has been awarded more than one zone, they will only have one superscript number
assigned, and it will be the lowest numerical number that applies to their awarded zones. For
example, if a dealer is awarded the northern and southern zones, their add /delete options for both
zones will be represented by a "2" superscript.
IIVTPH RE TAlil : The manufacturers have announced that they will be producing limited quantities
of pursuit vehicles this year and that orders would be processed on a first come first serve basis while
quantities last. To be on the safe side, we are advising all agencies to place their orders for
pursuit vehicles as soon as possible to ensure delivery of product.
The Florida Sheriffs Association's, FloridaAssociation of Counties' and Florida Fire Chiefs' Association's
bid award for full size (pursuit and administrative), mid size (pursuit and administrative), utility
vehicles, trucks and vans, and other fleet equipment are as follows (zones indicated with a k
specification low bid for Bid 10 -18- 0907):
t II�1�111 IIII
t� O
!il D SPECIF1
Name of Dealership Type of Vehicle Zone Base Price
FULL SIZE PET.IeSIl T VEMCLF-S - YAW D (POLICE PACKAGE) (Ege- eMeat)(on #QI
Duval Ford
Ford Crown Victoria (P7B /720A) * Western
$20,884.00
Duval Ford
Ford Crown Victoria (P7B /720A) * Northern
820,764.00
Duval Ford
Ford Crown Victoria (P7B /720A) k Central
$20,871.00
Bartow Ford Company
Ford Crown Victoria (P7B /720A) * Southern
$20,873.00
Bid Award Announcement (0
-18 -0907)
is
Name of Dealerships
Type of Vehicle
Zone
Base Price
FBTE,F. vII�E PuL��67'L'fi' V�1fi %cE.Ig� -
Z�yPiD (PQ�EIIC� P.E4trr�CTJj t�pccr.I°ical.fiaoea # ®9.1
Hub City Ford, Inc.
(continued)
Central $21,190.00
Hub City Ford, Inc.
Ford Crown Victoria (P7C)
Garber Chevrolet Buick ...
Chevrolet Caprice (IEWI9 /9CI)
Western
$24,226.00
Garber Chevrolet Buick ...
Chevrolet Caprice (1EW19 /9CI)
Northern
$24,226.00
Garber Chevrolet Buick ...
Chevrolet Caprice (1EW19 /9CI)
Central
$24,226.00
Garber Chevrolet Buick ...
Chevrolet Caprice (IEWI9 /9CI)
Southern
$24,226.00
Maroon Dodge of Pembroke Pines
Dodge Charger (LDDE48 /29A)
Western
$22,309.00
Maroon Dodge of Pembroke Pines
Dodge Charger (LDDE48 /29A)
Northern
$22,309.00
Maroone Dodge of Pembroke Pines
Dodge Charger (LDDE48 /29A)
Central
$22,309.00
Maroone Dodge of Pembroke Pines
Dodge Charger (LDDE48 /29A)
Southern
$22,309.00
FULL S7t2L PURSUIT VEHICLES - �'l78&9 (P®%lId".ID' PACZSAGEI [�gnec9fieakioxa #6E2)
Garber Chevrolet Buick, ..
Chevrolet Impala (IWSI9 /9CI)
* Western
$19,046.00
Garber Chevrolet Buick ...
Chevrolet Impala (IWS19 /9C 1)
* Northern
$19,046.00
Garber Chevrolet Buick...
Chevrolet Impala (IWS19 /9CI)
9r Central
$19,046.00
Garber Chevrolet Buick ...
Chevrolet Impala (IWS19 /9CI)
* Southern
$19,046.00
in'S LI, ar m L'i`IIII.PT4r V>r`E Ci.1F6 - 9AJL2 IPO'E,IIC� PACL Oi v�neeif`ecati ®aa # ®�.
Garber Chevrolet Buick, ..
Chevrolet Tahoe 1500
(CC10706 /PPV)
•k Western
$24,256.00
Garber Chevrolet Buick ...
Chevrolet Tahoe 1500
(CC10706 /PPV)
* Northern
$24,256.00
Garber Chevrolet Buick ...
Chevrolet Tahoe 1500
(CC10706 /PMO
'r Central
$24,256.00
Garber Chevrolet Buick ...
Chevrolet Tahoe 1500
(CCI0706 /PPV)
* Southern
$24,256.00
F'i79'.1L �II.ZD 4- &E ® ®1� 11I'P�II'ftTIISB7�'p'I:¢TL V.1EIfYCII.'E8 (wlmeeif eaEiora # ®41
Hub City Ford, Inc.
Ford Crown Victoria (P7C)
Western $21,190.00
Hub City Ford, Inc.
Ford Crown Victoria (P7C)
Northern $21,190.00
Hub City Ford, Inc.
Ford Crown Victoria (P7C)
Central $21,190.00
Hub City Ford, Inc.
Ford Crown Victoria (P7C)
Southern $21,190.00
Hub City Ford, Inc.
Hub City Ford, Inc.
Hub City Ford, Inc.
Hub City Ford, Inc.
Garber Chevrolet Buick. .
Bartow Chevrolet
Bartow Chevrolet
Bartow Chevrolet
Ford Taurus (P2D)
Ford Taurus (P2D)
Ford Taurus (P2D)
Ford Taurus (P21))
Chevrolet Impala (IWF19)
Chevrolet Impala (IWF19)
Chevrolet Impala (IWF19)
Chevrolet Impala (lWF19)
Maroone Dodge of Pembroke Pines Dodge Charger (LDDM48)
Maroone Dodge of Pembroke Poxes Dodge Charger (LDDM48)
Maroone Dodge of Pembroke Pines Dodge Charger (LDDM48)
Maroone Dodge of Pembroke Pines Dodge Charger (LDDM48)
Western
Northern
Central
Southern
•dr Western
• Northern
• Central
• Southern
Western
Northern
Central
Southern
$18,854.00
$18,854.00
$18,854.00
$18,854.00
$17,046.00
$16,999.00
$16,949.00
$16,999.00
$22,235.00
$22,235.00
$22,235.00
$22,235.00
Bid Award Announcement (I0 -18 -0907) 19
As an added feature to the Cooperative Bid Program, the Florida Sheriffs Association offers several
financing programs. Please note that these financing programs are not part of the bid process, and
therefore, do not constitute a formal bid award. Although these financing programs are recommended
by the Florida Sheriffs Association, participating agencies have the ability to seek their own financing
or leasing arrangement with other leasing /financing companies of their choice.
The Florida Sheriffs Association Tax: Exempt Installincsat Financing Program is available to
Sheriffs; Units of Local Governments, Municipalities and Police Agencies to finance vehicles and a
variety of other types of equipment and projects. The program allows low tax exempt financing of
equipment over its useful life which allows you to update your fleet, maintain proper fleet rotation,
and control and lower maintenance costs. The program is offered in conjunction with Mears Motor
Leasing. Any questions or requests for quotes should be directed to Mears Motor Leasing, at (407)
2558 -4464. Please see page 1799 for additional information on the lease /purchase program.
The Florida Sheriffs Association Police Oar Lease Program is also available to finance vehicles.
This plan is not a straight lease nor a straight finance program. It is the best of both. This plan takes
advantage of the special low municipal finance rate (previously only available on a Finance plan) and
at the same time allows agencies to pay only for the useful life of the car. This program is also offered
in conjunction with Mears Motor Leasing. Any questions or request for quotes should be directed
to Mears Motor Leasing at (407) 868 -4464. Please see page 1799 for additional information on this
program.
The Florida Sheriffs Association also offers an Operating Lease Program for police vehicles and
equipment through Ontario Fleet Leasing. This unique progran is currently financed at our low
interest rate of 5.2 %. Program highlights are as follows:
• Lease patrol, sport utility, motorcycles; emergency, crime scene and unmarked vehicles;
• Unlimited mileage option is available;
• Eliminates the formal bidding process;
• The lease is recognised as an operating Iease in accordance with FASB 13 standards;
• The County has the option to run the vehicles through their annual auction:
• The Sheriffs Office will share in the auction's proceeds.
Any questions or request for quotes should be directed to Ontario Fleet Leasing at (8855) 488-
4676.
We would like to thank you in advance for your time and interest in this program and ask that you
feel free to contact Peggy Goff with the Florida Sheriffs Association at (8550) 877 -28655 should you
have any questions regarding these financing or leasing programs.
Bid Award Announcement (.0 -BB- ®907) 68
BASIC INFORMATION
Ui t , ' Ol
When filling out a purchase order for a vehicle that is to be purchased under the Florida Sheriffs
Association, Florida Association of Counties and Florida Fire Chiefs' Association Bid No. 10 -18 -0907,
there are certain items of information that must be on the purchase order, or enclosed with the
purchase order, so as to minimize the possibility of errors on the order.
This information includes, but is not limited to, the following:
• Date of order
• Purchase order number
• Originator of purchase order
• Name and number (phone & fax) of contact person responsible for receiving "Confirmation of
Order" and scheduling of delivery.
• Delivery date required
• Contract number (10 -18 -0907)
• Contract specification number of vehicle(s), number of vehicles ordered and base price of
vehicles
• Type vehicle ordered (i.e. Ford F -150 4x2)
• FIN CODE for the Florida Sheriffs Association (QE065) and your agency's FIN CODE when
ordering FORD products
• FAN CODE for the Florida Sheriffs Association (917872) and your agency's FAN CODE when
ordering GENERAL MOTORS products
• FAN CODE for the Florida Sheriffs Association (49313) and your agency's FAN CODE when
ordering CHRYSLER products
• FIN CODE for the Florida Sheriffs Association (GE159) and your agency's FIN CODE when
ordering Toyota products
• Individual listing of each option ordered under the contract, along with each option cost
• Individual listing of each non - contract option ordered, along with each option cost
• Total cost of vehicle(s)
• Copy of dealer's quote for non - contract option(s)
• Copy of vehicle(s) specifications (if different from contract specifications)
Inclusion of the above mentioned items will help prevent possible misunderstanding of the order
and will assist in any audit of the purchase orders, or vehicles, that may be deemed necessary in the
future.
Bid Award Announcement (10 -18 -0907) 69
�s a 1. :
WESTERN NORTHERN
IT7i E
NORTHERN
ESCAMBIA
GILCHRIST
SANTA ROSA
ALACHUA
OKALOOSA
ANION
WALTON
BRADFORD
'HOLMES
BAKER
WASHINGTON
NASSAU
BAY
DUVAL
JACKSON
CLAY
CALHOUN
PUTNAM
GULF
Sr. JOHNS
LIBERTY'
FLAGLER
FRANKLIN
VOLUSIA
GADSDEN
MARION
WAKULLA
LEVY
LEON
HAMILTON
JEFFERSON
COLUMBIA
TAYLOR
SUWANNEE
MADISON
LAFAYETTE
DIXIE
99N—Mulln
5 ®Y7T& kvlq
CITRUS
CHARLOTTE
SUMTER
LEE
LAKE
GLADES
I—IERNANDO
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
1MIM
NAS6AU
N p
5K WYAI
gG BFNfP
Z VN(M 441 J�
PDA
ono ° +s
GN A mnk raw
VM `_
e9
N
NP61
—. vowsm
tm
nfilPVf
PAStO
GSCFOLA
WLLmopW6x
� rout
uulAiff Own.
Wiwure
seusorx oFmro f
Nnmw
CNn6L0i1E
6lLVE6
LEE
11ENbAY
P°AN8PAU1
B%°gNN
WAL14fl
MYJ40Nf
SOUTHERN
40
Y °HU6k � O
Bid Award Announcement (10-18-0907) 70
FI,ORSDA
COUX TIES
nn n�o= =� rta.tea
'
i
IAMB" J'' '`t ( fei ,- .f i
0 t• l• i I,: ll ! �� 1 t( t 1' 1 4''1 fit. 4 i.u, �i f lS 1�1 •.
FULL eM P7IRCUIT VEHICLES RWD
"LICE PAC""), (Specification #1)
Name of Dealership
Type Vehicle -�
Zone
PriceJnit
Price
Duval Ford
20I1 Ford Crown Victoria (P7B /720A)
*Western
$20,884.00
Duval Ford
2011 Ford Crown Victoria (P7B /720A)
*Northern
$20,764.00.
Duval Ford
2011 Ford Crown Victoria (P7B /720A)
Central
$20,871.00'
Bartow Ford Company
2011 Ford Crown Victoria(P7B /720A)
*Southern
$20,873.00
Garber Chevrolet Buick GMC Truck, Inc.
12011 Chevrolet Caprice (IEW19/9CI)
Western
$24,226.00
Garber Chevrolet Buick GMC Truck, Inc.
2011 Chevrolet Caprice (IEW19 /9CI)
Northern
$24,226.00
Garber Chevrolet Buick GMC Truck, Inc.
2011 Chevrolet Caprice (IEW19 /9CI)
Central
$24,226.00
Garber Chevrolet Buick GMC Truck, Inc.
2011 Chevrolet Caprice (IEW19 /9CI)
Southern
$24,226.00
Maroon Dodge of Pembroke Pines
2011 Dodge Charger (LDDE48 /29A)
Western
$22,309.00
Maroone Dodge of Pembroke Pines
2011 Dodge Charger (LDDE48 /29A)
Northern
$22,309.00_
Maroon Dodge of Pembroke Pines
20l I Dodge Charger (LDDE48 /29A)
Central
$22,30900
Maroone Dodge of Pembroke Pines
2011 Dodge Charger (LDDE48 /29A)
Southern
$22,309.00
Bid Award Announcement (10- 18.0907) 164
kxli
FLORIDA
CO'UNTfPS
FLORIDA SHERIFFS ASSOCIg&I0N,
FLORIDA ASSOCIATION OF COgN@I LS
&
FLORIDA FIRE CHIEFS 'ASSOCIATION
FULL SIZE,PURSUIT VEHICLES - RWD (POLICE PACKAGE)
S10ECEFICATI .Clal #1
2011 Ford Crown Victoria (P7B/720A)
2011 Chevrolet Caprice (IEW 19/9C1)
2011 Dodge Charger (LDDE48 /29A)
ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE, INDICATED
INSTRUCTIONS- Listed above, you will find the model numbers of the vehicles that will be included in this year's contract.
1. ENGINE:
a. Manufacturer's standard V8 engine, minimum 250 HP, oil cooler, alternator, battery, and cooling package.
2. TRANSMISSION:
a. Manufacturer's standard automatic transmission.
3. AXLES:
a. Manufacturer's standard axle ratio for pursuit vehicle.
4. PERFORMANCE ITEMS:
a. Manufacturer's standard power steering designed for pursuit vehicle.
b. Manufacture's standard gauges and certified speedometer.
c. 5" round dome lamp between sunvisors, independently switched.
d. Left hand pillar mounted 6" spotlight with clear halogen bulb, factory installed,
5. COMFORT ITEMS:
a. Manufacturer's standard air conditioning with 134A system.
b. Manufacturer's standard tinted glass all around.
c. Manufacturer's standard trunk opener, electric, remote unit location.
d. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently).
e. Manufactuees standard AM/FM stereo.
£ Heavy -duty rubber floor covering.
g. Power door locks and power windows.
h. Cloth front bucket seats and vinyl rear bench seat,
6. BRAKES:
a. Four wheol anti- lock 'brake ABS system.
tommom
a. Speed rated biackwall tires with full size spare tire.
b. Manufacturer's standard production wheal covers.
8. CHASSIS FRAME, CAB:
Bird Award Announcement (20.16;-0997) 165
a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies.
b. Factory front and rear door molding, if available.
e. Manufacturer's standard fuel tank.
.. il✓t t
In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for
this model and shall comply with all EPA Emission Standards and all Motor Vehicle Safety Standards as established by the
U.S. Department of Transportation regarding the manufacture of motor vehicles.
The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating
condition. Pre - delivery service, at a minimum, shall include the following:
a. Complete lubrication.
b. Check all fluid levels to assure proper fill.
a Adjustment of engine to proper operating condition.
d. Inflate tires to proper pressure.
e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features.
f. Focusing of headlights.
g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove
window price sticker or supplied line sheet.
Bid Awarel Anrwuncernent (10-1$-06 07) 166
FLORIDA
COLITrTTES
An About Ptaridn
FLORIDA SHERIFFS ASSOCIATION,
FLORIDA ASSOCIATION OF COUNTIES &
FLORIDA FIRE CHIEFS' ASSOCIATION
PULL SIZE PURSUIT VEHICLES - RWD (POLICE PACKAGE)
SPECIFICATION #1
2011 Ford Crown Victoria (P7Bn20A)
The Ford Crown Victoria (P7B /720A) purchased through this contract comes with all the standard equipment as specified by the
manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this
contract's vehicle base price as awarded by specification by zone.
ZONE: *Western *Northern *Central *Southem
BASE PRICE: $20,884.00 $20,764.00 $20,871.00 $20,873.00
While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to
identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment
needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have
created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost
of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you
wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the
approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when
preparing your order. Additional add/delete options other than those listed here maybe available through the dealers, however, those
listed here must be honored by the dealers in your zone at the stated prices.
Sid .'Award Announcement (10 -18 -09071 167
VEHICLE:
DEALER:
ZONE:
SASE PRICE:
Order Code
NA I
NAI
HN'
88H 2
D96A I
96A 2
54M I
DELETE DONM
✓iS51A 1
DELETE SPOT 2
NA
Crown Victoria
(P7B/720A)
Duval Ford
*Western
$20,884.00
Crown Victoria
(P7B /720A)-
Duval Ford
*Northern .
$20,764.00
Delete Options
V6 engine in lieu of V8 engine
Black vinyl floor covering
Cloth rear seat in lieu of vinyl
Front door body side molding
5" round dome lamp
Crown Victoria
(P7B /720A)
Duval Ford
`Central
$20,871.00
Left hand pillar mounted 6" spotlightwith clear halogen bulb
Space saver spare tire in lieu of full size spare fire
Crown Victoria
(P7B /720A) ,
Bartow Ford Company
*Southern
$20,873.00
Western
NO
• Northern
NC2
• Central
Southern
NAI
NA
NA'
Std
NCI
$55,002
NCI
NO
NCI
NC2
$79.001
$130.002
NAI NA
Western
& Northern
Order Code Add Options & Central Southern
F ease refer to Part D — Emergency Vehicle Lighting Specifications
r lighthar descriptions and the awarded dealer pricing.
65U' Police Prep Package - "Ready for the Road"
65U 2
65P I Base Lighting Package
65P 2
51Y 1 Left & right -hand pillar mounted 6" spotlight with clear halogen bulb, factory
51Y 2 installed
UpFadefi'om Base Cm I
$190.001 $186.002
$320,001 $320.002
$125.00'. $125.002
$2,075.00' $2,075.002
$770.00' MOM'
$4,120.00' $4,120.00'
$1,955,00' $2,075.002
$I80AOI $340.002
Bid Award Announcement (10- 19.0967) 268
Priority start/ battery saver
PRIORITY START 2
,177 1
Silicone hoses
177 2
,45C I
Limited slip differential
45C 2
68P I
Complete Police Prep Package
68P 2
65A I
Base Police Prep Package
65A 2
65U' Police Prep Package - "Ready for the Road"
65U 2
65P I Base Lighting Package
65P 2
51Y 1 Left & right -hand pillar mounted 6" spotlight with clear halogen bulb, factory
51Y 2 installed
UpFadefi'om Base Cm I
$190.001 $186.002
$320,001 $320.002
$125.00'. $125.002
$2,075.00' $2,075.002
$770.00' MOM'
$4,120.00' $4,120.00'
$1,955,00' $2,075.002
$I80AOI $340.002
Bid Award Announcement (10- 19.0967) 268
VEHICLE:
Crown Victoria Crown Victoria Crown Victoria
Crown Victoria
. (P73/720A) (1>7B /720A) (P7B /720A)
(P7B/720A)
DEALER:
Duval Ford Duval Ford Duval Ford
Bartow Ford
Company
ZONE:
'Western 'Northern "Cenbal
'Southern
BASE PRICE:
$20,884.00 $20,764.00 $20,871.00
$20,873.00
65W 1
65W 2
Visibility Package
$3,090.001
$3,090.002
60T 1
Fire suppression system
$3,495.001
$3,495.002
60T 2
TREMCO 1
Tremco' anti - theft - foot activated, dealer installed
$189.001
$175.002
TREMCO 2
DSS i -
SafeStop vehicle antiAheft -key activated or emergency lights activated,
$299.001
$274.002,
STOPSAFE 2
plug -& -play for most Ford and Chevy fleet vehicles, dealer installed in 20
minutes or less
DNM
MAGLIGTHT 2
Rechargeable mag light
$145.001
$155.002
1871
Roof wiring with hole
$195.001
$195.002
187 2
1891
Roof wiring without hole
$85.001
$85.002
189 2
172 - 179 - 175 -DAG t
Accessory feed wires for police equipment
$265.001
$85.002
172.175. 4762
LnchtdesAealerlastal)edFnsedBGA Wire, CallforDetmisl
LIMPPRE-- WIRE,SIR&N,SPEAI�R & GRILL LAMP,HORNSIRENWIRING PREPP,ICRAGE 2
RPRSBS -CV031
Ready Buckle Prisoner Restraint Seat Belt System - Crown Vic
NAl
$625.002
RPRSBS -CV03 2
RPRSBS -DC031
Ready Buckle Prisoner Restraint Seat Belt System -Dodge Charger
NAl
NAZ
RPRSBS -DC03 2
✓14Tt
Keviar trunk package
$190.001
$190.002
14T2
HDPEDROP INBOX WFRONTATM4R. REDUC ESRISKOFPOLICEEQUIPPENBMTING
THEB40rSE4T 2
4 611 1
Ignition powered trunk button, factory installed
$60.001
$60.002
61H 2
41A 1
Comfort and convenience group
$760.001
$760.002
41A 2
750A 1 `� �_
Street appearance group
$199.001
$155.002
750A 2
64N 1/ !
Full wheel covers
$45.001
$45.002
64N 2
DNT 1
Nitrogen filled tires including spare fire
$125.001
$135.002
NITRO 2
58Z 1
AM/FM radio with single CD
$185.001
$185.002
58Z 2
77D1
Daytime running lights
$50.001
$50.002
771)2
DPG 1
Sunscreen privacy glass
$365.001
$195.002
DEEP TINT 2
Baal. Award Announcement (10 -18 -0907) 162
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
40A -P'
NIA2
21A I
21A 2
128 1 ✓
128 2
,471l'
67B'
DLMU I
RDINOP 2
1,9481
948 2
525 1
525 2
,/53M'
53M 2
✓478 '
478 2
STD I
DDT
DEEP TINT 2
3K I
3RD KEY 2
43* 1
432 2
14R I
14R 2
f'9613 I.
96B 2
DVS'
VENT VISOR 2
DVFI .
RAINSHTELDSZ
Daw'
DOORBLANK2
98G I
98G 2
Crown Victoria
(P7B /720A)
Duval Ford
° western
$20,884.00
Crown Victoria
(P7B /720A)
Duval Ford
"`Northern
$20,764.00
Cloth split bench - front
Includes Comfort and Cow ademv Group I
INCLUDESPOWER DRIVER SEAT 2
Driver seat only - 6 way power
Carpet (installed)
INCLUDED FRONT & REAR FLOOR MATS 2
Rear door locks & handles inoperative
Crown Victoria
Crovnt Victoria
(P713/720A)
(P7B /720A)
Duval Ford
Bartow Ford Company
"Central
'Southern
$20,871.00
$20,873.00
Rear door locks & handles inoperative, dealer modi$etion
Ineludes manual mdockdm ke on both rear doors and rear iofmdom inop i
Rear windows inoperative
Cruise control
Radio noise suppression
8 GROUND STRAPS: BNG TO DASH. HOOD TO BODY, DECKLID TO BODY ENG TO FRAME.
TNL PIPE 7'0 2
Courtesy light disabled
Side air protection (may affect cage availability)
Legal deep tinted film, lifetime warranty, dealer installed
3M0R EQUAL 2
Third key
Keyed alike
Pleosespecocade I
MUSTSPECIFYKEYCODE ONPURCHASE ORDER BEFORE ORDERISPLACED 2
Factory remote keyless entry with 2 fobs included.
FOR EXTRA KEY FOBADD $80
Front door moldings, not installed
MUST SPFan I
Vent visors - stick -on style
$760.001. $758.002
$380.001
$380.002
$125.001
$125.002
$25.001
$25.002
$178001 -
$145.002
$25.001
$25.002
$225.001
$225.002
$95.001
$95.002
$20.001
$20.002
Std'
Std
$365.00'
$I95.002
$125.001
$32.002
$50.001
$50.002-
$255.001
Ind.1
$145.001
Rainshields - flange style $125.001
Door blank & rear window barriers with manual lock override (Selina, Pro -Gard, $472.001
Cruisers or approved equivalent)
Locking gas cap $10.001
$255.002
$30.002
$135.002
$135.002
$425.002
$10.002
Bid Award Announcement (10 -18 -0307) 170
VEHICLE:
Crown Victoria Crown Victoria Crown Victoria
Crown Victoria
(P7B /720A) (P7B /720A) (P7B /720A)
(P7B /720A)
DEALER:
Duval Ford Duval Ford Duval Ford
Bartow Ford
Company
ZONE:
Western *Northern *Central
'Southern
BASE PRICE:
$20,584.00 $20,764.00 $20,871.00
$20,873.00
9521
Two -tone paint
$885.001
$885.002
9522
FACTORY TWO TONE - Please spcccijy code 1
DC31
Class III hitch with 2" ball, dealer installed
$485.00'
$435.002
HITCII3 2
GRAPHICS'
Optional equipment - specify
$375.00'
$435.002
GRAPHICS 2
Deluxe Package, CallforDetmis t
INSTALL AGENCY GRAPHICS 2
GUN RACK'
Optional equipment - specify
$424.00'
$375.002
ALTDBSTINATION
2 Big Sky Electric WSivitch and Nair I
ATERNATIVE DESTINATIONINCL DEALER PDI2
CONSOLB 1
2
Optional equipment - specify
$549.001
$1,295.002
90L
Console w/Cuphalders, Armrest, Ace Plug and Me Clip I
BALLISTICDRa)RR SIDE DOOR PANEL 2
LAPTOP I
Optional equipment - specify
$404.001
$2,455.002
90B2
UntivewaiLap Top Mount and Stand
BALUSTICDRIVER B PASSANGER SIDE PANEL 2
ICOP t
Optional equipment - specify
$5,700.00'
$425.002
HAVIS CONSOLE 2
1COP20120 -W or Vision in Car Content System w /Software, Calljm'Details mid Amilable
Options I
BASEHAVISCONSOLE 2
SPB121
Setina PBI00Al2 -12" Aluminum Push Bumper
$359.00'
$365.002
PBIOOA122
SSO Discount ijpurchasedrnith LighbarPockage I
SPB161
Selina PBI00A16- 16 " Aluminum Push Bumper
. $399.001
$375.002
PBIOOA162
35ODiscmrnty'pwobasedivith Light, rPackage I
SPB3001
Selina PB3 OD Push Bumper
$459.001
$445.002
PB300
350Disco+m ifpnrchasedaith Lighba Dockage I
GR50001
Go Rhino 5000 Series Push Bumpers
$459.00'
$375.002
Go Rhino 50002
$50 Discount ifpurahasedwith Lighbar Packagel
UP I
Rear Transport Seat - Laguna System 3P
$698.001
$645.002
Laguna 3P 2
PG6000 I
Rear Transport Seat -Pro Gard 6000 Series
$591.001
$575.002
Pro Gard 6000 2
CRPCM I
Rear Transport Seat - Cruiser PCMO12
$633.00'
$565.002
Cruiser PCMOI2 2
NA
Rear Transport Seat with extended seat belt- Patriot PSCVI
NA
$875.002
Patriot PSCV 12
SiOS I
Setina #10 Series Lexan Cage with sliding window, full width lower extension
$740A0'
$765.002
Setina #10 2
panel, dealer installed
- -
SSS I
Setina 8S Lexan cage with 1/2 lexan and I/2 expanded metal with full lower
$740.00'
$725.002
Setina 8S 2
extension panel, dealer installed
PG2600 I
Pro -Gard P2600 Series Polyearbonate (Lexan) Cage with sliding window, full
$684.00'
$685.002
Pro -Gard P2600 2
width lower extension panel, dealer installed
Bed Award Announcement (1048 -0907) 171
VEI {ICLF:
DEALER:
ZONE:
BASE PRICE:
NA I
Patriot VP I -120 2
NAI
Patriot VPI -100 2
CRS &LI
Cruisers Cage with
slide and lock
window 2
CRH &H 1
Cruisers Cage with 1/2
Lexan and 1/2 mesh 2
K91
K -9 Container 2
HEATALARM
PRO I
ERRDO 2
HEAT ALARM
PRO
[-MAT ALARM
SYSTEM 2
DTTI
TEMP TAG 2
DTR'
TRANS TAG
TAG
NEW TAG 2
DSM 1.
DSM 2
5/100 PT I
575BASE 2
5/75 BASE).
575EXTRA 2
5/75 EXTRA I
575PREM 2
Crown Victoria
.(P7B/720A)
Duval Ford
x Western
$20,884.00
Crown Victoria
(P7B/720A)
Duval Ford
'Northern
$2,764.00
Crown Victoria
(P7B/720A)
Duval Ford
a Central
$20,871.00
Patriot VPI -120 Lexan cage with I/2 lexan and 1/2 metal with full lower
extension panel, dealer installed
Patriot VP1 -100 all Lexan cage with fall lower extension panel, dealer installed
Cruisers Cage with slide and lock window, lower extension panels, dealer
installed
Cruisers Cage with 1/2 Lexan and 1/2 mesb, lower extension panels, dealer
installed
Crown Victoria
(P7B /720A)
Bartow Ford Company
* Southern
$20,873.00
NAI $735.002
NAI $735.002
$768.001 $775.002
$768.001 $775.002
K -9 Container. All aluminum In- Vehicle (rear seat area) K -9 Container to protect
$2,523.001 $2,395.002
the public, officer, K -9, and vehicle. Please specify vehicle year, make and
model. Call for installation, shipping, and/or delivery prices.
IncludesRubborFloor Line, and Water Dish, PawdercoarAdd $350 I
Electronic Remote Rear Door Opening system to be used with the K -9
$1,449.001 $785.002
Container. Allows the officer to release the K -9 Gom the vehicle from a remote
position.
installed by Radio- T}onia, Callfor Details I
Heat Alarm System to be used in a K -9 vehicle. Warns officer when dangerously
$1,449.001 $615.002
high temperatures are inside the vehicle,
installed by Radio- TYanics, Call for Details 1
Tempom3'tag
$16.001 $18.002.
Transfer existing registration (must provide tag number)
New state tag (specify state, county, city, sheriff, etc.)
Complete set of sho2p manuals ONLY
CD ROM OR BINDER
Warranty - specify
Pomerdain 51100 Soiled I
$0 DEDUCTIBLE -BASE CARE 5 YBAW5000 MILES 2
Warranty - specify
Base Care 5/75 $0Ded I
$0 DEDUCTIBLE -UM CARE 5 YEAW75000 MILE 2
Warranty - specify
&tra Care $1775 $0Ded I
$0 DEDUCTIBLE- PREWUM CAPER 5 YMZ175000 MLE 2
$115.001 $100.002
$149.001 $133.002
$296.001 $320.002
$2,875.00' $2,755.002
$2,755.001 $3,395.002
$3,395.001 $3,640.002
Bid Award Announcement (10 -18 -0907) 172