Loading...
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