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