Loading...
5CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM 2001 To: The Honorable Mayor & Members of the City mission Via: From: Date: Subject: Background: Expense: Accounts: Attachments: Agenda Item No.:5 A Resolution authorizing the City Manager to purchase eight (8) Ford Crown Victoria Police Pursuit vehicles with emergency equipment included and installed from Bartow Ford, Inc. as approved in the 2011-2012 Budget for a total amount not to exceed $249,783.00; $214,427 to be charged to account number 301-1910-521-6440, Capital Improvement, (Vehicles), $34,247 to be charged to account number 001-1910-521-5210, Supplies, (equipment for vehicle) and $1,064 to be charged to account 001-1910-521- 3450, Contractual Services, (tags). 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 eight new vehicles is needed. Bartow Ford Inc. was awardec\ 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 2011-2012 budget. $249,783.00 $214,427 from account number 301-1910-521-6440, Capital Improvement (Vehicles), current balance $216,000.00; $34,247 to be charged to account number 001-1910-521- 5210 current balance $82,978.00, Supplies (equipment for vehicles) and $1,064 to be charged to account 001-1910-521-3450 current balance $63,290.00, Contractual Services, (tags). oQuote from Bartow Ford,'rnc. o Florida Sheriff Association Bid for CVPI 1 RESOLUTION NO. _______ _ 2 A Resolution authorizing the City Manager to purchase eight 3 (8) Ford Crown Victoria Police Pursuit vehicles with emergency 4 equipment included and installed from Bartow Ford, Inc. as 5 approved in the 2011·2012 Budget for a total amount not to 6 exceed $249,783.00; $214,427 to be charged to account number 7 301·1910·521·6440, Capital Improvement, (Vehicles), $34,247 to 8 be charged to account number 001·1910·521·5210, Supplies, 9 (equipment for vehicles) and $1,064 to be charged to account 10 001·1910·521.3450, Contractual Services, (tags). 11 WHEREAS. the Mayor and City Commission wishes to purchase eight new 12 Ford Crown Victoria Police Pursuit Vehicles with emergency equipment installed for 13 the Police Department. and. 14 WHEREAS. due to the excessive mileage of a number of vehicles in the police 15 fleet. and in an effort to maintain a fleet of safe and serviceable vehicles for the police 16 department. the purchase of eight new vehicle is needed; and. 17 WHEREAS. Bartow Ford. Inc. was awarded the bid for the Florida Sheriffs 18 Association for the southern district for Ford Crown Victoria Police Pursuit Vehicles; 19 and. 20 21 WHEREAS. Bartow Ford. Inc. emergency equipment purchase and installation 22 shows an average savings of $132.00 per vehicle (tag cost not factored) from previous 23 purchase and installation cost; and. 24 WHEREAS. the cost of the eight police cars will be $249.783.00; $214.427 to 25 be charged to account number 301-1910-521-6440. Capital Improvement (Vehicles) • 26 $34.247 to be charged to account number 001-1910-521-5210. Supplies. (equipment for 27 the vehicles) and $1.064 to be charged to account 001-1910-521-3450. Contractual 28 Services. (tags). 29 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY 30 COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: 31 Section I: The City Manager is authorized to issue a purchase order to Bartow 32 Ford Inc. for the acquisition of eight Ford Crown Victoria Police Pursuit Vehicles as 33 approved in the 2011-2012 budget for the total amount not to exceed $249.783.00; 34 $214.427 to be charged to account number 301-1910-521-6440. Capital Improvement 35 (Vehicles). $34.247 to be charged to account number 001-1910-521-5210. Supplies 36 (equipment for vehicles) and $1.064 to be charged to account 001-1910-521-3450. 37 Contractual Services. (tags). 38 39 40 41 42. 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Section 2: This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this __ day of _____ , 2011. ATTEST: CITY CLERK Read and approved as to Form, Language, Execution and Legality: CITY ATTORNEY APPROVED: MAYOR Commission Vote: Mayor Stoddard Vice Mayor Newman: Commissioner Beasley: Commissioner Palmer: Commissioner Harris: September 3, 2011 FLORIDA SHERIFFS ASSOCIATION Bid # 10-18-0907 South Miami Police John Barzola CONTRACT CODE SPECIFICATION #01 -FULL SIZE PURSUIT VEHICLES -RWD (POLICE PACKAGE) UNIT 720A 99V 51A 572 58Z 14R 21A 172 175 53M 45C 177 14T 61H 67B 948 53M 478 96B DPS PG6000 575 TAG IZ10UF8 295SLSA6 VTX609* RS*03ZCR SSFPOSC6 AVNCV9RB 14.0553 SA314P 2011 Ford Crown Victoria Police Interceptor 4.6L Engine Automatic Transmission Driver Side Spot Light Air Conditioning Am/Fm Stereo with CD Player Remote Keyless Entry Power Driver Seat Grill/Lamp/Siren Wiring Horn/Siren Prep Package Noise Suppession Bond Straps Limited Slip Differential Silicone Hoses Kevlar Truck Package Ignition Power Trunk Button Rear Door Locks INOP Rear Windows INOP Radio Noise Suppression Courtesy Light Disable Front Door Moldings NOT Installed Priority Start Rear Transport Seat Premium Care 5 Year / 75,000 Warranty New Yellow City Tag Additional Equipment as listed below Whelen Liberty Inner Edge, Upper Front, Split, one driver, one passenger, 8 3LED Heads withTake Downs. Whelen Combination Siren/Light Controller Whelen VERTEX Super-LED (4) Whelen -TIR3 (2) Whelen Headlight Flasher for Crown Victoria Avenger 3rd Brake Light for Crown Vic R/B Show Me 3 Outlet 12 V Accessory Outlets Whelen 100 Watt Siren Speaker 2800 US Hwy North Bartow, Florida 33830 PRICE $20,873.00 INCLUDED INCLUDED INCLUDED INCLUDED $185.00 $255.00 $380.00 INCLUDED $40.00 $85.00 $125.00 $320.00 $190.00 $60.00 $25.00 $25.00 $95.00 $20.00 $30.00 $186.00 $575.00 $3,340.00 $133.00 $3,544.00 PROMAX Priority Start! 12V ProMax BAT-22052 Charge Sleeve Assembly 22050 Streamlight DC2 direct wire charge cord 20170 Streamlight battery stick for SL-20XP flashlight JUMP Booster Jumper Cable -4 Ga, 400 Amp, 20-ft TH400 400W THOR Inverter C-AS-1060 HAVIS Console, Angled Console Series, 10" 60 Degrees, Housing complete C-AS-WP-CV HAVIS Cover Panel, 25 degrees C-TMW-CV-01 HAVIS Mounting Base, Track Mount, 8" wide, 28" extrusion C-TCB-1 Mounting base, Telescoping device mounting base, Articulating C-3090-3 HAVIS Device Mount, Universal laptop mount, Mounts universally, Tilt/swivel,2.5" High C-MAP-T-LED Map light, Top, 12 Inch, LED C-CUP-E-C HAVIS Dual Cup Holder B500T Fire Extinguisher w/ Vehicle Bracket 91404 Laird Technologies -806-896 MHz Unity 1/4 Wave Antenna 436486 3/4 NMO Cable Kit 0-6 Ghz Bartow Ford Custom Installation TOTAL PURCHASE AMOUNT PER UNIT $30,486.00 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 US Hwy North Bartow, Florida 33830 September 3,2011 FLORIDA SHERIFFS ASSOCIATION Bid # 10-18-0907 South Miami Police John Barzola CONTRACT CODE SPECIFICATION #01 -FULL SIZE PURSUIT VEHICLES -RWD (POLICE PACKAGE) UNIT 720A 99V 51A 572 58Z 14R 21A 172 175 53M 45C 177 14T 61H 67B 948 53M 478 96B DPS PG6000 575 TAG SX8RRBB 295SLSA6 VTX609* RS*03ZCR SSFPOSC6 AVNCV9RB 14.0553 SA314P SET-10-S 2011 Ford Crown Victoria Police Interceptor 4.6L Engine Automatic Transmission Driver Side Spot Light Air Conditioning Am/Fm Stereo with CD Player Remote Keyless Entry Power Driver Seat Grill/Lamp/Siren Wiring Horn/Siren Prep Package Noise Suppession Bond Straps Limited Slip Differential Silicone Hoses Kevlar Truck Package Ignition Power Trunk Button Rear Door Locks INOP Rear Windows INOP Radio Noise Suppression Courtesy Light Disable Front Door Moldings NOT Installed Priority Start Rear Transport Seat Premium Care 5 Year / 75,000 Warranty New Yellow City Tag Additional Equipment as listed below Whelen Liberty Premium LED Lightbar Red/Blue w/LED Takedown/ Alley Whelen Combination Siren/Light Controller Whelen VERTEX Super-LED (4) Whelen -TIR3 (2) Whelen Headlight Flasher for Crown Victoria Avenger 3rd Brake Light for Crown Vic RIB Show Me 3 Outlet 12 V Accessory Outlets Whelen 100 Watt Siren Speaker Setina 10-S Horizontal Sliding Partition with lower extension panel 2800 US Hwy North Bartow, Florida 33830 PRICE $20,873.00 INCLUDED INCLUDED INCLUDED INCLUDED $185.00 $255.00 $380.00 INCLUDED $40.00 $85.00 $125.00 $320.00 $190.00 $60.00 $25.00 $25.00 $95.00 $20.00 $30.00 $186.00 $575.00 $3,340.00 $133.00 $4,723.00 SETWB Steel Window Barriers PROMAX Priority Start! 12V ProMax BAT-22052 Charge Sleeve Assembly 22050 Streamlight DC2 direct wire charge cord 20170 Streamlight battery stick for SL-20XP flashlight JUMP Booster Jumper Cable -4 Ga, 400 Amp, 20-ft TH400 400W THOR Inverter C-AS-l060 HAVIS Console, Angled Console Series, 10" 60 Degrees, Housing complete C-AS-WP-CV HAVIS Cover Panel, 25 degrees C-TMW-CV-Ol HAVIS Mounting Base, Track Mount, 8" wide, 28" extrusion C-TCB-l Mounting base, Telescoping device mounting base, Articulating C-3090-3 HAVIS Device Mount, Universal laptop mount, Mounts universally, Tiit/swivel,2.S" High C-MAP-T-LED Map light, Top, 12 Inch, LED C-CUP-E-C HAVIS Dual Cup Holder G5000UT Progard Universal Gun Mount B500T Fire Extinguisher w/ Vehicle Bracket 91404 Laird Technologies -806-896 MHz Unity 1/4 Wave Antenna 436486 3/4 NMO Cable Kit 0-6 Ghz Bartow Ford Custom Installation TOTAL PURCHASE AMOUNT PER UNIT $31,665.00 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 U5 Hwy 98 North Bartow,FL 33030 Direct Line (813) 477-0052 Fax (863) 533-8485 2800 US Hwy North Bartow, Florida 33830 BID AWARD ANNOUNCEMENT 1 -1 PURSUIT. ADMINISTRATIVE NON-PURSUIT. UTILITY VEHICLES. TRUCKS &: VANS. &: OTHER FLEET EQUIPMENT lP'a:rticipati:ng Sheriffs Offices & Meal (ffl'/JJeJ;nmenta~ Agencies Q!f the State Q!f FHQ!rida Coordinated By The Floddst Shedffs A2socia1l:ilon, Florida Association of CO'lmties &: Florida Fire Chiefs' A2soclimtion FLORIDA .I~.SSOCIATION OF COUNTIES All About Florida ORDERING INSTRUCTIONS for Bid 10-18-0907 All interested parties who wish to pun::hOlSe frl/J!m this comtract may do SI/J! E:Jy fl/J!lwwing these simple pmcedures: 1. Contact the awarded dealership listed in the zone from which you wish to purchase and advise them of your interest to purchase from Biil N", 10-18-11907, They will assist you with the placement of your order and answer any questions you may have regarding the vehicles purchased through this program. Y"u can "ll1liy pllllrch"se from" dealer who is listed "s " will1lll1ler 0' one of the four zOll1les for the vehide you wish to pllllrchase. Agencies ordetingaFORD, GENERAL MOTORS, CHRYSLER, orTOYOTAproduct, 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. Mafmfact1llre. Type Code FSA Code Fleet Center Contact Numbers FORD FIN CODE QE065 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" co1JY of the original pllllrchase order linclmlling FSA's Contract No, 10-18- 0907) yo", submitted to the participating dealer by mall or electronicaUy to, Florida Sheriffs Association P. O. Box 12519 Tallahassee, FloJida 32317-2519 ATIN: Lynn Meek, Cooperative Bid Coordinator Imeek@fisheriffs.org 3. Basic informat;on r""""Ted on all pmchase ord,,,,,, is listed on Page 69 of the Bid Award Armouncement. 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" f"om the respective dealership. Dealers are required to "omplete a "Confirmation of Order" and send it to the pm'chaser within fo",rte"", (14) calendar days after receipt or purchase order. Pm'chas"rs are encom'aged to "ontact the dealer if a "Confirmation of Order" has not been "eceived within a reasolll!ali>le time frame and request its issuance. NOTE: Purchasers are reminded that the issuance of a Purchase Order does not in itself guarantee the pJacement of an order. - 4. Agencies which elect to purchase off this contract will incur the following Administrative Fees: o Pm.u;t, Administrath,e Ilh:m-Pursuit, Utility Vehicles, Trucks !it Vans (Specificatl"n #11])1 th"" SpecificaU"n #40) -Dealers have included the administrative ree of $75.00 per unit in their bid prices and made it a part of the base unit's purchase price. • Trucks starting at witihl Tilt Cab and Cihlassis a"d all Heavy E'llwpment (Specification #41 thm Specificatiollll #85) -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 o"der to ens1ll''' quaUty se!:Vice for om user agencies, we are requ"sUng each of y"u t" notify the Fl"rida Shedffs Ass"ciation regarding "",y.p"oblems encountered in wOll'kIDg with the awarded dealers. Any issues, including bllllt not limited to, receipt of confirmaUon of o.der, deJhrery problems and ""mmllllnllcati"n pr"blems, sh"wd be rep"rted to lIllS. bye-mail at Im""i<@fishe'iffs.o.g. This inf"rmati"n win be c",nsiclered in fllllture bid awarcls in o.cler to elllsure that agencies are receiving the lev"l of service reqllllired "f dealers who wish to participate in this program. TABLE OF CONTENTS Effective Dates & Ordering Instructions ................................................................................... 16-18 Overview of Awarded Speciilcations ............................................................................................... 18 Awarded Dealers .................................................................................................................. , ........ 60 Financing/Lease Programs ...................................................................................................... , .... 68 Basic Information REQUIRED for Purchase Orders ....................................................................... 69 District Map................................................................................................................................. 70 Emergency Vehicle Ughting Specifications: Premium Ughtbar Package ............................................................................................ 71 Medium Ughtbar Package ............................................ , ...................................... c .......... 73 Economic Ughtbar Package ......................................... , ................................................. 74 PremiUlTI Unmarked Patrol Package ............................................. , ................................. 76 Economic Unmarked Patrol Package .................................. , .................... , ....................... 77 Administrative Vehicle Package ...... ' ............................................................................... 78 Dealer Pricing Sheets for Emergency Vehicle Ughting Specifications: Alan Jay Automotive Network ........................................................................................ 80 Alan Jay Chevrolet Pontiac BUick GMC Cadillac, Inc. Alan Jay Chlysler Dodge Jeep Alan Jay Ford Lincoln Mercmy, Inc. Alan Jay Nissan, Inc. Alan Jay Toyota, Scion Bartow Chevrolet ......... , .................................. , ................... , .......................................... 84 Bartow Ford Company .......................................................................................... , ........ 88 Beck Automotive Group ................ , ..................... , ..... , ............................................... , .... 92 Beck Auto Sales, Inc. Beck Nissan, Inc. Champion Chevrolet, Inc .......... , ...................................... , .......... , .................................. 96 Duval Ford ............ , ................................ , .................. , ........................................ , ........ 100 Garber Auto Mall ................... , ..................................................................................... 104 Garber Chevrolet Buick GMC Truck, Inc. Garber Chrysler Jeep Dodge, Inc. George Nahas Chevrolet, Inc ........................................................................................ 108 Hub City Ford, Inc ......................................................... _ ............................................. 112 Kenwort11 of Central FlOrida ......................................................................................... 116 Kenworth of Jacksonville ............................................................................................. 120 Kenworth of South Florlda ........................................................................................... 124 Maroone Chevrolet, LLC ............... , ............................................................................... 128 Maroone Dodge of Pembroke Pines ............................................................................... 132 Neman Truck Center -Tampa ................ , ................................................................... 136 Palm Peterebilt GMC Trucks, Inc ....... _ ......................................................................... 140 Rush Truck Center -Winter Garden ............................................................................ 144 Schumacher Automotive ............................................................ , ................................. 148 Stingray Chevrolet ................................................................................... , ................... 152 Tampa Truck Center .................................................................................................... 156 University Sales & Service .......................................................... , ....................... , ......... 160 Bid Award Announcement (10-18-0907) 2 Specification #1 -Full Size Vehicles -RWD (Police Package) Awarded Dealer(s) .......................................................... :... .... ..................... ................ 164 Base Specifications ...................................................................................................... 165 Ford Crown Victoria ............................................................................................. 167 Chevrolet Caprice ................................................................................................. 173 Dodge Charger ..................................................................................................... 178 Specification #2 -Full Size Vehicles -FWD (Police Package) Awarded Dealer(s) ..................................... , .................................................................. 183 Base Specifications ...................................................................................................... 184 Chevrolet Impala .................................................................................................. 186 Specification #3 -Full Size Utility Vehicles -RWD (Police Package) Awarded Dealer(s) ........................................................................................................ 191 Base Specifications ...................................................................................................... 192 Chevrolet Tahoe 1500 ........................................................................................... 194 Specification #4 -Full Size 4-Door Adnllnistrative Vehicles Awarded Dealer(s) ........................................................................................................ 198 Base Specifications ...................................................................................................... 199 Ford Crown Victoria ............................................................................................. 20 I Ford Taurus ......................................................................................................... 204 Chevrolet Impala .................................................................................................. 207 Dodge Charger ..................................................................................................... 210 Specification #5 -Mid Size 4-Door Administrative Vehicles Awarded Dealers .......................................................................................................... 213 Base Specifications ...................................................................................................... 214 Ford Fusion ......................................................................................................... 216 Chevrolet Malibu .................................................................................................. 219 Dodge Avenger ......................................................................... : ........................... 222 Toyota Camry ....................................................................................................... 225 SpeCification #6 -Compact 4-Door Adnllnistrative Vehicles Awarded Dealer(s) ........................................................................................................ 228 Base Specifications ...................................................................................................... 229 Ford Focus ........................................................................................................... 231 Chevrolet Cruze .................................................................................................... 234 Dodge Caliber ........................................................................................................ 237 Toyota Corolla ...................................................................................................... 240 Specification #7 -Hybrid 4-Door Administrative Vehicles Awarded Dealer(s) ........................................................................................................ 243 Base Specifications ...................................................................................................... 244 Ford Fusion ......................................................................................................... 246 Toyota Camry ....................................................................................................... 248 Toyota Prius ......................................................................................................... 250 SpeCification #8 -Small 2 Passenger Electric Vehicle Awarded Dealer(s) ........................................................................................................ 252 Base Specifications ...................................................................................................... 253 Electro Bubble Buddy .......................................................................................... 255 Global Electric Motors .......................................................................................... 259 Bid Award Announcement (10-IS-0907) 3 DATE: TO: FROM: October 29, 2010 Steve Casey Executive Director Lynn Meek FLORIDA SHERIFFS ASSOCli.A.Tli:ON P. O. Box 12519 • Tallahassee, FL 32317-2519 PHONE (850) 877-2165 e FAX (850) 878-8665 WEB SITE: wwW'.t1sheliffs.org Peggy Goff Vehicle Bid Coordinator Vehicle Contract Manager RE: SlHIERIFFS' OFFICES &: LOCAL GOVEIRNMENTAL AGENCIES OF THE STATE OF FLORl£DA COOPERATl!:VE Bm FOR PURSUJ:T, ADMNliSTRATl!:VE NON-PURSUE1!', UTIIUTY VEmCLES, TRUCK &: VANS, &: OTHER FLEET EgUJ:PMENT Bid No. HI-Ul-0907 We are pleased to announce· that the Florida Sheriffs Association, Florida Association of Counties and Florida Dre Chlets' Association has successfully conducted its seventeenth statewide competitive bid for vehicles which includes police pursuit, admtoistrative non-pursuit, utility vehicles, trucks & vans, backhoes, motorgraders, agriculture type tractors, skid steer loaders and regenerative air street sweepers. This co"t~act is effective beginning October 29, 2010 thro1lJlgh September SO, 2011, a. long as vehi"les are available thro1lJlgh fleet. Bids will be extended and guaranteed to any and all units oflocalgovernments and political subdivisions including, but not limited to, county, local county board of public instruction, municipalities and/or police agencies, other local 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 Admtoistrative 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 located outside the State of Florida. Appropriate governmental entities' purchasing laws, 1111es and regulations shall apply to purchases made under this contract. In order to enSID'e quBWity ""rvi"e for our user agen"les, we are req1lJlest;ng each of you to notify the Florida Sheriffs Associatloll regarding any problems encountered in working with the awarded dealers. Any issues, .ncluding but "ot limited to, receipt of Ilonnrmatio" of order, delivery p"obiems !I!lI1ld communl"aHon problems, should be reported to 1IJlS bye-mail at lmeek@ flsheriffs.org. This information wm be "."llsidered in fui1ll1ll'e bid awrurds In order to ensure that agendes are receiving the level of service required of dealers who wish to participate in this program. AU interes;ted parties who wish to pun:hru;;e fmm this com.trl!1Lct may do so by following tl'V.ese simple pmcedures: Bid Award Announcement (10-18-0907) 16 ORDERING INSTRUCTIONS 1. Contact the awarded dealership (see pages 60-67) listed in the zone from whtch you wtsh to purchase and advise them of your interest to purchase from Rid No. HI-HHlJ!l07. They will assist you wtth the placement of your order and answer any questions you may have regarding the vehicles purchased through this program. Yo", cam only p"",chase from a deaile. who is listed as a winner of on" "f the roW' "ones for the vehic!e yo" wish to purchase. Agencies ordering a FORD, GENERAL MOTORS, 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 Infonnation Center for your appropriate manufacturer. Manufucturer Type Code FSA Code Fleet Center Contact Numbelrs FORD FIN CODE QE065 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 eol'Y of the original pID'"h .. s" order (including FSA's Contract No. 10-18- 09(7) yo" sul>mitted to the participating deailer I>y mail or electronicaUy to: Florida Sheriffs Assoc;atlon P. O. Box 12519 Tallahassee, Florida 32317-2519 ATTN: Lynn Meek, Cooperative Bid Coordinator lmeek@fisheriffs.org 3. Basic ;',[o.mati"n reQuired Olll 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 responsil>le for obtaillling a "Confirmation of Order" from the resp"dl"" deailership. lDeailers are required to complete a "Confirmation of Order" and send it to the pmehaser within fourteen (14) calendar days after receipt of pmchase order. Purchasers are en,,01lJlll'liAged to "ontact the dealer if a "Ccmfirmatlon of Orde .... has not I>een received within IiA rea"o"able Ume frame and request its iSS11!.BDllce. NOTE: Purchasers are reminded that the issuance of a Purchase Order d()es 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-Pursni¢, Utility Vehicles, Tmcks &. V"",s (Specification #11)1 tilr" Specification #40) -Dealers have included the administrative fee of $75.00 per unit in their bid prices and made it a pari of the base unit's purchase price. • Tmcks starling at with Tilt Cal> liAnd Chassis "",d ail! Heavy Eq,uipment (Specification #41 thru 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 tbat are listed. The one-half percent (,005) will also be included in any additional equipment [add options) which tbe dealers quote to tbe governmental agencies. 5. In "'I'der to "ns'1U'eqlllmlity seme" for "Illr Illser .. gencies, we are requesting e .. .,b of you t" !lloUty tbe Florida Shedffs Assoei .. tim:n regarding "-"y problems e!llco"",tered in wm,klng witlt tbe .. ",,,,,ded demlers. A!Jly issues, inclu<lli!llg but not limited to, receipt of eonfirmatio!ll of order, deJlivery pr"blems and ""mm1ill!ll;"ation problems, should be reported to 1.1IS by e-madl .. t imeek@fi!silledffs.org. This inform .. t!on ",m be considered in futillre bid .. w""ds in order to "n8W'e tb .. t agencies are receiving tbe level of Be""iee re'llued of dealers wbo wislt t" participate in tltis pmgram. 6. Add/delete options might include a superscript listed by tbe Order Code. The purpose of tbe supersCript is to identii'y which options con'elate to a specific dealer. SuperscIipts will be a number between 1 and 4, and will correspond as follows: 1 = Western zone dealer 2 = Nortbern zone dealer 3 = Central zone dealer 4 = Southern zone dealer If a dealer has been awarded more tban one zone, tbey will only have one superscript number assigned. and it will be tbe lowest numerical number tbat applies to tbeir awarded zones. For example, if a dealer is awarded tbe northern and southern zones. tbeir add/delete options for botb zones will be represented by a "2" superscript. IMPORTANT NOTE: The manufacturers have announced tbat tbey will be producing limited quantities of pursuit vehides tbis year and tbat 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 " .. dell'S rOll' purSlr,;t velticles as soon as 1""8811>100 to ensm" delivery or product. The Flonda Sheriffs Association's, FloIidaAssociation of Counties' and Florida Fire Chiefs' Association's bid award for full size [pursuit and adininistrative), mid size [pursuit and administrative), utility veh1cles, trucks and vans, and otber fleet equipment are as follows [zones indicated witb a*:= speCification low bid for Bid 10-18-0907): Name of Dealership OVERVIEW OF AWARDED SPECIFICATIONS· Type or Vehicle Zone FIULL SIZE PlUJR',SIUI1' VEHICLES -RWD (pOLICE PACKAGE) [Specification #l(nJ Duval Ford Duval Ford Duval Ford Bartow Ford Company Ford Crown Victoria [P7Bj720A) * Western Ford Crown Victoria [P7B /720A) * Nortbern Ford Crown Victoria [P7B /720A) * Central Ford Crown Victoria [P7B/720A) * Soutbern Bid Award Announcement (10-18-0907) Base Price $20,884.00 $20,764.00 $20,871.00 $20.873.00 18 Name of JIlJeruer.hip Type orV"!oiel,, Zo",,, FULL SIZE PURSUIT VEIDCLES -RWD (POLiCE PACllIAGE1~""ilicati"'''-lIiIllll) (continued) Garber Chevrolet Buick ... Chevrolet Caprice (IEWI9/9Cl) Western Garber Chevrolet Buick' ... Chevrolet Caprice (IEWI9/9Cl) Northern Garber Chevrolet Buick ... Chevrolet Caprice (IEWI9/9Cl) Central Garber Chevrolet Buick ... Chevrolet Caprice (IEWI9/9Cl) Southern Maroone Dodge of Pembroke Pines Dodge Charger (LDDE48/29A) Western Maroone Dodge of Pembroke Pines Dodge Charger (LDDE48/29A) Northern Maroone Dodge of Pembroke Pines Dodge Charger (LDDE48/29A) Central Maroone Dodge of Pembroke Pines Dodge Charger (LDDE48/29A) Southern FULL SIZE PURSUIT VEBlICLES -FWD (POLICE PACllIAlGEJ ISpecilicat;",,,-itilll21 Garber Chevrolet Buick .. . Garher Chevrolet Buick .. . Garber Chevrolet Buick .. . Garber Chevrolet Buick .. . Chevrolet impala (IWSI9/9Cl) * Western Chevrolet Impala [lWSI9/9Cl) 1< Northern Chevrolet Impala (IWSI9/9Cl) *: Central Chevrolet Impala (IWSI9/9Cl) * Southern FULL SiZE U1rliUTY VEIDCLES -RWD (POLiCE PACllIAGEl (Specific",;,,,,-itilllSl Garber Chevrolet Buick ... Chevrolet Tahoe 1500 (CCI0706/PPV) 1< Western Garber Chevrolet Buick. . . Chevrolet Tahoe 1500 (CC10706/PPV) * Northern Garber Chevrolet Buick ... Chevrolet Tahoe 1500 (CC10706/PPV) * Central Garber Chevrolet Buick ... Chevrolet Tahoe 1500 (CC10706/PPV) * Southern Hub City Ford, Inc. Ford Crown Victoria (P7C) Western Hub City Ford, Inc. Ford Crown Victoria (P7C) Northern Hub City Ford, Inc. Ford Crown Victoria (P7C) Central Hub City Ford, Inc. Ford Crown Victoria (P7C) Southern Hub City Ford, Inc. Ford Taurus (P2D) Western Hub City Ford, Inc. Ford Taurus (P2D) Northern Hub City Ford, Inc. Ford Taurus (P2D) Central Hub City Ford, Inc. Ford Taurus (P2D) Southern Garber Chevrolet Buick ... Chevrolet Impala (IWFI9) 1< Western Bartow Chevrolet Chevrolet Impala (IWF19) 1< Northern Bartow Chevrolet Chevrolet Impala (IWFI9) 1< Central Bartow Chevrolet Chevrolet Impala (IWFI9) * Southern Maroone Dodge of Pembroke Pines Dodge Charger (LDDM48) Western Maroone Dodge of Pembroke Pines Dodge Charger (LDDM48) Northern Maroone Dodge of Pembroke Pines Dodge Charger (LDDM48) Central Maroone Dodge 'of Pembroke Pines Dodge Charger (LDDM48) Southern Bid Award Announcement {I 0-18-0907) $24,226.00 $24,226.00 $24,226.00 $24,226.00 $22,309.00 $22,309.00 $22,309.00 $22,309.00 $19,046.00 $19,046.00 $19,046.00 $19,046.00 $24,256.00 $24,256.00 $24,256.00 $24,256.00 $21,190.00 $21,190.00 $21,190.00 $21,190.00 $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 19 As an added feature to the Cooperative Bid Program, the FI",dda Sheriffs Ass""ia","'lill offers several financing programs. Please note that tilese financing programs are not part of the bid process, and therefore, do not constitute a formal bid award. Although these financiIlg programs are recommended by tile morida Sheriffs Association, participating agencies have the ability to seek their own financiIlg or leasiIlg arrangement with other leasing/financiIlg companies of their choice. The Fl"'rida Sheriffs Asso"iaU"'lill Trot Exempt Ilillstallmelillt lFilillalillcilillg Pl""gram is avaiJable to Sheriffs, Units of Local Governments, Municipalities and Pollce 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, maiIltaiIl proper fleet rotation, and control and lower maintenance costs. The program is offered iIl conjunction with Mears Mot",r L"asilillg. Any questions or requests for quotes should be directed to Mears M",to". Leasing, at (407) 253-4464. Please see page 1799 for additional information on the lease/purchase program. The FI",rld .. Sheriffs Associati",n p",li"e Car Lease lPlrogrrum 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 tile special low muniCipal finmlce 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 prograrn is also offered in conjunction with Mears Mot",,,. Leasing. Any questions or request for quotes should be directed to Mesurs M"t"r Le"",ilillg at (407) 253-4464. Please see page 1799 for additional iIlformation on this progrmn. The FIonda Sheriffs Association also offers 811 Operating Lease lPlr"gr .. m for police vehicles and eqUipment through Ontari" Fleet Le .. s'ng. This unique prograrn is currently financed at our low interest rate of 5.2%. Prograrn highlights are as follows: • Lease patrol, sport utility, motorcycles, emergency, crime scene 8l1d unmarked vehicles; • Unlimited mileage option is available; • ElimiIlates the formal bidding process; • The lease is recognized as an operatiIlg lease in accord8l1ce with FASB 13 st8l1dards; • The County has the option to run the vehicles through their annual auction; • The Sheriffs Office will share iIl the auction's proceeds. Any questions or request for quotes should be directed to Ontario Fleet LeasiIl,g at (315) 431- 4676. We would like to thank you iIl advance for your tin1e and iIlterest in this prograrn and ask that you feel free to contact Peggy Goffwith the Florid .. Sheriffs i!..ssoci .. tl.", at (850) 877-2165 should you have any questions regarding tllese financing or leasing prograrns. Bid Award Announcement (10-18-0907) 68 BASIC INFORMATION REQUIRED ON A VEHICLE PURCli-iASE ORDER 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 possibiliiy of errors on the order. This information includes, but is not limited to, the following: • Date of order $ Purchase order number • Oliginator 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 plice of vehicles • Type vehicle ordered [i.e. Ford F-150 4x2) • FIN CODE for the FIOlida Sheriffs Association (QE065) and your agency's FIN CODE when ordering FORD products • FAN CODE for the FIOlida Sheliffs 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 ordeling CHRYSLER products • FIN CODE for the Flolida Sheriffs Association [GE159) and your agency's FIN CODE when ordering Toyota products • Individual listing of eacl1 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 (1 0-18-0907) 69 "WESTERN ESCAMBIA SANTA ROSA OKALOOSA WALTON HOLMES WASHINGTON BAY JACKSON CALHOUN GULF LIBERTI FRANKLIN GADSDEN WAKULLA LEON JEFFERSON TAYLOR MADISON LAFAYETrE DIXIE CENTRAL CITRUS SUMTER LAKE HERNANDO SEMINOLE ORANGE PASCO PINELLAS HILLSBOROUGH POLK OSCEOLA BREVARD INDIAN RIVER MANATEE HARDEE HIGHLANDS OKEECHOBEE ST. LUCIE SARASOTA DESOTO WESTERN NORTHERN GILCHRIST ALACHUA UNION BRADFORD BAKER NASSAU DUVAL CLAY PUTNAM ST. JOHNS FLAGLER VOLUSIA MARION LEVY HAMILTON COLUMBIA SUWANNEE SOUTHERN CHARLOITE LEE GLADES MARTIN HENDRY PALM BEACH COLLIER BROWARD MONROE MIAMI-DADE DISTRlCT MAP NORTHERN CENTRAL SOUTHERN Bid Award Announcement (lO-18-0907) BROVlAIIII COWoR 70 ~ FAC FLORIDA \~:,()n .\'j"', )",0: COUNTIES All About florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION FULL SIZE PURSUIT VEHICLES .. RWD (POLICE PACKAGE) (Specification #1) Name ofDeolersbip Type Vebicle .zone Duval Ford 2011 Ford Crown Victoria (P7B/720A) *Westem Duval Ford 2011 Ford Crown Victoria (p7B1720A) *NOlthern Duval Ford 2011 Ford Crown Victoria (P7B/720A) * Central Bartow Ford Compauy 2011 Ford Crown Victoria (P7B/720A) *Southem Garber Chevrolet Buick GMC Truck, Inc. 2011 Chevrolet Caprice (lEWI9/9Cl) Western Garber Chevrolet Buick GMC Truck, Inc. 2011 Chevrolet Caprice (JEWI9/9Cl) Nortbem Garber Chevrolet Buick GMC Truck, Inc. 2011 Chevrolet Caprice (JEW19/9C1) Central Garber Chevrolet Buick GMC Truck, Inc. 2011 Chevrolet Caprice (lEWI9/9C1) Southern Maroone Dodge of Pembroke Pines 2011 Dodge Charger (LDDE48/29A) Western Maroone Dodge of Pembroke Pines 2011 Dodge Charger (LDDE48/29A) Northem Maroone Dodge of Pembroke Pines 2011 Dodge Charger (LDDE48/29A) Central Maroone Dodge of Pembroke Pines 2011 Dodge Charger (LDDE48/29A) Southern Bid Award Announcement (1IJ-18-09071 Base Unit Price $20,884.00 $20,764.00 $20,871.00 $20,873.00 $24,226.00 $24,226.00 $24,226.00 $24,226.00 $22,309.00 $22,309.00 $22,309.00 $22,309.00 164 All About Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION FULL SIZE PURSIDT VEHICLES -RWD (POLICE PACKAGE) SPECIFICATION #1 2011 Ford Crown Victoria (P7B/720A) 2011 Chevrolet Caprice (lEWJ9/9CJ) 201 J 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. Manufacturerts standard V8 engine, minimum 250 HP ~ oil cooler~ alternator, baitery, 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. Manufacturer's standard gauges and certified speedometer. c. 5 t1 round dome lamp between sunvisors, independently switched. d. Left hand pillar mounted 6" spotlight with clear halogen bulb, facto!), 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. Manufactuer's standard AMJFM stereo. f. 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 wheel anti-lock brake ABS system. 7. TIRES AND WHEELS: a. Speed rated blackwall tires with full size spare tire. b. Manufacturer's standard production wheel covers. 8. CHASSIS, FRAME, CAB: Bid Award Announcement (10-18-0907) 165 a. Manufacturer's standard colors, factory painted. Colors to be detennined by individual agencies. b. Factory front and rear door molding, if available. c. Manufacturer's standard fuel tank. 9. CQNDlTfQNS 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. Depaltment of TranspOltation 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. c. 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 ofheadlights. 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 Awa.rd Announcement (10-18-0907) 166 All t\bout Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION FULL SIZE PURSUIT VEHICLES -RWD (POLICE PACKAGE) SPECIlFICAT][oN #1 2011 Ford Crowlm Victoria (P7B/720A) 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 contractls vehicle base price as awarded by specification by zone. ZONE: *Westem BASEPRlCE: $20,884.00 *Northem $20,764.00 "Central $20,871.00 *Southem $20,873.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs l 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 incOlporate 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 lype veJllcle(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 andlor add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the lype vehicle(s) you wish to order. NOTE: An official listing of all addldelete 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 may be available through the dealers, however, those listed here must be honored by the dealers in your zone at tqe stated prices. Bid Award Armouncement (10-18-(}907) 167 VEHICLE: DEALER: ZONE: BASEPIDCE: Order Cod. NAI NAI !:!N 1 88H 2 D96A 1 -96A 2 54MI DELETE DOME 2 vI)51A 1 DELETE SPOT 2 NAI Order Code Crown Victoria Crown Victoria (P7BI720A) (P7B1720A) Duval Ford Duval Ford * Western *Northel11 $20,884.00 $20,764.00 Delete Options V6 engine in lieu ofV8 engine Black vinyl floor covering Cloth rear seat in lieu ofvinyl Front door body side molding 511 round dome lamp . Crown Victoria (P7BI720A) Duval Ford * Central $20,871.00 Left hand pillar mounted 6" spotlight with clear halogen bulb Space saver spare tire in lieu of full size spare tire Add Options CrO\1.,FJ.l Victoria (P7BI72OA) Bartow Ford Company *Southem $20,873.00 Western & Northern & Central Southern NAI NA NAI Std NcI $55.002 NcI NC2 NC I NC2 $75.00 1 $130.00 2 NAI NA Western & Northern & Central Southern l?lease refer to l?art D -Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. ",DPS 1 Pliority start/battery saver $190.00 1 $186.00 2 PRIORITY START 2 ,--177 1 Silicone hoses $320.00 1 $320.00 2 177 2 v45C 1 Limited slip differential $125.00 1 $125.00 2 45C 2 68P 1 Complete Police Prep Package 1 2 68P2 $2,075.00 $2,075.00 65A 1 Base Police Prep Package $770.00 1 $770.00 2 65A 2 65U 1 Police Prep Package -"Ready for the Road" 1 2 65U 2 $4,120.00 $4,120.00 65P 1 Base Lighting Package 1 2 65P2 $1,955.00 $2,075.00 SlY 1 Left & light-hand pillar mounted 6" spotlight with clear halogen bulb, factory $180.00 1 $340.00 2 51y2 installed Upgradeji-om Base Car I Bid Award Announcement (10·18·0907) 168 VEffiCLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P7B1720A) (P7BI720A) (P7BI720A) (P7BI720A) DEALER: Duval Ford Duval Ford Duval Ford Bartow Ford Company ZONE: *Westel11 *Northel11 'kCentral * Southern BASE PRICE: $20,884.00 $20,764.00 $20,871.00 $20,873.00 65W I Visibility Package I 2 65W 2 $3,090.00 $3,090.00 60T I Fire suppression system I 2 60T 2 $3,495.00 $3,495.00 TRBMCO I TREMC0 2 Tremco anti-theft -foot activated, dealer installed $189.00 1 $175.002 DSS I SafeStop vehicle anti-theft -key activated or emergency lights activated, $299.00 1 $274.00 2 STOPSAFE 2 plug-&-play for most Ford and Chevy fleet vehicles, dealer installed in 20 minutes or less DMLI Rechargeable mag light $145.00 1 $155.00 2 MAGLIGTI1T 2 187 I Roofwiring with hole $195.00 1 $195.00 2 187 2 189 I Roofwiring without hole $85.00 1 $85.002 189 2 172-I79-175-DAG I Accessory feed wires for police equipment $265.00 1 $85.00 2 172.175.476 2 Inch/des Dealer Installed Fused 8 GA VVire, Calif or Details 1 LAMP PRE-WlRE.SIREN,SPEAKER & GRILL LAMP.HORNSlREN WlRING PREP PACKAGE 2 RPRSBS-CV03 I Ready Buckle Prisoner Restraint Seat Belt System -Crown Vic NAI $625.002 RPRSBS-CV03 2 RPRSBS-DC03 1 Ready Buckle Prisoner Restraint Seat Belt System -Dodge Charger NAI NK RPRSBS-DC03 2 v"i4T I Kevlar trunk package $190.00 1 $190.002 14T2 HDPE DROP IN BOX W. FRONT KEVLAR. REDUCES RISK OF POLlCE EQUIP PENETRATING THE BACK SEAT 2 161H1 Ignition powered trunk button, factol)' installed $60.00 1 $60.002 61H 2 41A I Comfort and convenience group $760.00 1 $760.00 2 41A 2/ 750A I '" Street appearance group $199.00 1 $155.00 2 750A 2 '\ . ) 64N 1,/ / Full wheel coverS $45.00 1 $45.002 2 <, 64N DNTI Nitrogen filled tires including spare tire NlTR02 $125.00 I $135.00 2 58Z I AMlFM radio with single CD $185.00 1 $185.002 58Z 2 77D I Daytime running lights $50.00 1 $50.00 2 77D2 DPG 1 Sunscreen privacy glass $365.00 1 $195.00 2 DEEPTlNT 2 Bid Award Annaurncement (10-18-0907) 169 VEHICLE: Crown Victoria Crown Victoria Crown Victoria CroVllJ.1 Victoria (P7BI720A) (P7BI720A) (P7BI720A) (P7BI720A) DEALER: Duval Ford Duval Ford Duval Ford Baltow Ford Company ZONE: *Westem *Northel11 "'Central *Southem BASE PRICE: $20,884,00 $20,764,00 $20,871.00 $20,873,00 40A-P 1 Cloth split bench -front $760,00 1 $758,00 2 P41A 2 Includes Comfort and C011venience Group 1 INCLUDES POWER DRIVER SEAT 2 21A 1 Driver seat only -6 way power $380,00 1 $380,00 2 21A 2 128 1 .I Carpet (installed) $125,00 1 $125,002 128 2 INCLUDEDFRONT& REAR FLOOR MATS 2 v67B 1 Rear door locks & handles inoperative $25,00 1 $25,00 2 67B'2 DLMU 1 Rear door locks & handles inoperative, dealer modifiction $178,00 1 $145,00 2 RDlNOp2 Includes manual unlock device Oil both rear doors and rear window inop 1 "948 1 Rear windows inoperative $25,00 1 $25,002 948 2 525 1 Cruise control $225,00 1 $225,002 525 2 V53M 1 Radio noise suppression $95,00 1 $95,00 2 53M 2 8 GROUND STRAPS: ENG TO DASH, HOOD TO BODY, DECKLID TO BODY. ENG TO FRAME, TAILPIPETO 2 v478 1 Courtesy light disabled $20,00 1 $20,00 2 478 2 SID 1 ,Side air protection (may affect cage availability) Std1 Std DDT 1 Legal deep tinted fIlm, lifetime warranty, dealer installed $365,00 1 $195,00 2 DEEP TlNT2 3MOREQUAL2 3K 1 Third key $125,00 1 $32,00 2 3RD KEY 2 43* 1 Keyed alike $50,00 1 $50,00 2 432 2 Please specifY code 1 MUST SPECIFY KErCODE ON PURCHASE ORDER BEFORE ORDER IS PLACED 2 14Rl Factory remote keyless eni:1 with 2 fobs included, $255,00 1 $255,00 2 14R 2 FOR EXTRA KEY FOB ADD $80 /96B 1 Front door moldings, not installed Incl.1 2 96B 2 MUST SPECIFY 1 , $30,00 DVS 1 Vent visors -stick-on style $145,00 1 $135,00 2 VENT VISOR 2 DVF 1 Rainshlelds -flange style $125,00 1 $135,00 2 RAlNSHIELDS 2 DBW I Door blallk & rear window barriers with manual lock override (Setina, Pro-Gard, $472,00 1 $425,00 2 DOORBLANK 2 cruisers or approved equivalent) 98G 1 Locking gas cap 98G 2 $10,00 1 $10,00 2 Bid Award Announcement (10-18-0907) 170 VEHICLE: DEALER: ZONE: BASE PRICE: 952 1 952 2 DC3 1 HITCH3 2 GRAPHICS 1 GRAPHICS 2 Crown Victoria Crown Victoria Crown Victoria (P7BI720A) (P7BI720A) (P7BI720A) Duval Ford Duval Ford Duval Ford *Westem *Northel11 * Central $20,884.00 $20,764.00 $20,871.00 Two-tone paint FACTORY TWO TONE ~ Please spcecify code 1 Class III hitch with 2" ball, dealer instaJled Optional equipment -specifY Deluxe Package, Callfor Detmls t INSTALL AGENCY GRAPHICS 2 GUNRACIC 1 ALTDESTINATION 2 Optional equipment -specify Big Sf..y Electric wi Switch and Timer 1 ATERNATIVE DESTINATION INeL DEALERPDI2 CONSOLE 1 90L 2 LAPTOP 1 90B 2 ICOP 1 HAVIS CONSOLE 2 SPB12 1 PBlOOA12 2 SPB16 1 PBlOOA16 2 SPB300 1 PB300 2 GR5000 1 Go Rhino 5000 2 L3P 1 Laguna3P 2 PG6000 1 Pro Gard 6000 2 CRPCM 1 Cruiser PCM012 2 NAI Patriot PSCVl 2 SIOS 1 Setina #10 2 S8S 1 Setina 8S 2 PG2600 1 Pro-Gard P2600 2 Optional equipment -specify Console wlCupholders, Armrest, Ace Plug, and Mie Clip 1 BALLISTIC DRIVER SIDE DOOR PANEL 2 Optional equipment -specify Universal Lap Top Mount alld Stand 1 BALLISTIC DRIVER & P ASSANGER SIDE PANEL 2 Optional equipment -specify lCOP 20120-W or Vision in Car Camera System w/So/mare, Call for Details and Available Options 1 BASE HAVIS CONSOLE 2 Setina PBlOOA12-l2" Aluminum Push Bumper $50 Discount ifpw'chased with Lighbar Package 1 Setina PBlOOA16 -16" Aluminum Push Bmnper $50 Discount ifplIrchased with Lighhar Package 1 Setina PB300 Push Bumper $50 Discount ifpurchasedwith Lighbar Package 1 Go Rhino 5000 Series Push Bumpers $50 Discount ifpurchased with Lighbar Package 1 Rear Transport Seat -Laguna System 3P Rear TranspOlt Seat -Pro Gard 6000 Series Rear Transport Seat -Cruiser PCMO 12 Rear Transport Seat with extended seat belt-Patriot PSCVl Setina # 10 Series Lexan Cage with sliding window, full width lower extension panel, dealer installed Selina 8S Lexan cage with 1/2 lexan and 112 expanded metal with full lower extension panel, dealer installed Pro-Gard P2600 Series Polycarbonate (Lexan) Cage with sliding window, full width lower extension panel, dealer installed Bid Award Announcement (10-18-0907) Crown Victoria (P7BI720A) Brutow Ford Company *Soutbem $20,873.00 $885.00 1 $885.002 $485.00 1 $435.00 2 $375.00 1 $435.002 $424.00 1 $375.00 2 $549.00 1 $1,295.00 2 $404.00 1 $2,485.00 2 $5,700.00 1 $425.00 2 $389.00 1 $365.002 . $399.00 1 $375.00 2 $459.00 1 $445.002 $459.00 1 $375.002 $698.00 1 $645.00 2 $591.00 1 $575.002 $633.00 1 $565.002 NAI $875.00 2 $740.00 1 $765.00 2 $740.00 1 $725.00 2 $684.00 1 $685.002 171 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P7BI720A) (P7BI720A) (P7BI720A) (P7BI720A) DEALER: Duval Ford Duval Ford Duval Ford Bartow Ford Company ZONE: *Westem "Northern "'Central *Southem BASEPIDCE: $20,884.00 $20,764.00 $20,871.00 $20,873.00 NAI Patriot VP!-!20 Lexan cage with 1I2lexan and 112 metal with full lower NAI $735.00 2 Pau.iotVP!-120 2 extension panel, dealer installed NAI Patriot VPI-100 all Lexan cage with full lower e,,-tension panel, dealer installed NAI $735.002 Patriot VP I -100 2 CRS&L 1 ClUisers Cage with slide and lock window, lower extension panels, dealer $768.00 1 $775.002 Cruisers Cage with installed slide and lock window 2 CRH&H 1 Cruisers Cage with 1/-7 Lexan and 1/2 mesh, lower extension panels, dealer $768.00 1 $775.002 Cruisers Cage with 1/2 installed Lexan and 1/2 mesh 2 K9 1 K-9 Container. All aluminum In-Vehicle (rear seat area) K-9 Container to protect 1 2 $2,523.00 $2,395.00 K -9 Container 2 the public, officer, K-9, and vehicle. Please speciry vehicle year, make and model. Call for installation, shipping, and/or delivery prices. Inc7udes RuMor Floor Liner and Water Dish, Powdercoat Add $350 1 HEAT ALARM Electronic Remote Rear Door Opening system to be used with the K-9 1 $785.002 $1,449.00 PRO 1 Container. Allows the officer to release the K·9 from the vehicle fi'om a remote ERRD02 position. Installed by Radio~Tronics, Call/or Details I I-lEAT ALARM Heat Alarm System to be used in a K-9 vehicle. Warns officer when dangerously 1 $615.00 2 $1,449.00 PRO 1 high temperatures are inside the vehicle. HEAT ALARM blstalled by Radio-Trordcs, Call JorDe.tails 1 SYSTEM 2 DTTI Temporruy tag TEMP TAG 2 $16.00 1 $18.00 2 DTRI Transfer existing registration (must provide tag number) TRANS TAG 2 $115.00 1 $100.00 2 TAG 1 New state tag (speciry state, county, city, sheriff, etc.) NEW TAG 2 $149.00 1 $133.002 DSM 1 Complete set of sh,¥, manuals ONLY $296.00 1 $320.00 2 DSM 2 CD ROMORBlNDER 51100 PT 1 Wan·anty -speciry 1 $2,755.002 575BASE 2 Power/rain5/JOO $ODed 1 $2,875.00 $0 DEDUCTIBLE -BASE CARE 51'EAR/75000 MILES 2 5175 BASE 1 Wan·anty -speciry 1 2 575EXTRA 2 Base Care 5/75 $0 Ded I $2,755.00 $3,395.00 $0 DEDUCTIBLE -EXTRA CARE 5 YEAR/75000 MILE 2 5175 EXTRA 1 Wan·anty -speciry I· $3,640.002 575PREM 2 Extra Care 5/75 $0 Ded 1 $3,395.00 $ODEDUC17BLE-PREMIUMCARE 5 YEARl75000MILE 2 , Bid Award Announcement (10-18-0907] 172