Loading...
6THE CITY OF PLEASANT LIVING To: FROM: Via: DATE: SUBJECT: BACKGROUND: AMOUNT: ACCOUNT: ATTACHMENTS: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members ofthe City Commission Steven Alexander, City Manager Quentin Pough, Director of Parks & Recreation November 17, 2015 Agenda Item No.:A A Resolution authorizing the City Manager to purchase a 2016 Gator Off- Road Utility Vehicle from AG-Pro, LLC through a piggyback agreement from the Florida Sheriffs Association Contract No. 15-13-0904 to support park maintenance operations for an amount not to exceed $10,350.00 Please accept this memo and the attached information as a request for approval to purchase a Gator Off-Road Utility Vehicle from AG-Pro, LLC. The requested utility vehicle will be used at city parks for routine maintenance tasks. In addition, said utility vehicle will limit city trucks from driving on open green spaces/unpaved surfaces at parks. The specifications of the utility vehicle can be found in the attached documents titled Specification #2 -Off-Road Utility Vehicle. The purchase will be made through a piggyback agreement from the Florida Sheriffs Association Contract No. 15-13-0904 Not to exceed $10,350. The total expenditure shall be charged to the Parks and Recreation Capital Improvement fund, account number 301-2000-572-6450, which has a balance of $319,342 before this request was made. Resolution AG-Pro, lLC Proposal Specification #2 -Off-Road Utility Vehicles -4 Wheel Drive Piggyback Agreement, AG-Pro, LLC SunBiz Registration 1 RESOLUTION NO.: __ -,--_____ _ 2 3 A Resolution authorizing the City Manager to purchase a 2016 Gator Off-Road 4 Utility Vehicle from AG-Pro, LLC through a piggyback agreement from the 5 Florida Sheriffs Association Contract No. 15-13-0904 to support park 6 maintenance operations. 7 8 WHEREAS, the requested utility vehicle will be used at city parks for routine 9 maintenance tasks; and 10 11 WHEREAS, in addition, said utility vehicle will limit city trucks from driving on open 12 green spaces/unpaved surfaces at parks; and 13 14 WHEREAS, the purchase will be made through a piggyback agreement from the Florida 15 Sheriffs Association Contract No. 15-13-0904. 16 17 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE 18 CITY OF SOUTH MIAMI, FLORIDA THAT: 19 20 Section 1. The City Manager is authorized to expend an amount not to exceed $10,350 21 to AG-Pro, LLC for the purchase of a Gator Off-Road utility vehicle, utilizing funds from the Parks 22 and Recreation Capital Improvement fund, account number 301-2000-572-6450, which has a 23 balance of $319,342 before this request was made. 24 25 Section 2. Severability. If any section clause, sentence, or phrase of this resolution is 26 for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding 27 shall not affect the validity of the remaining portions of this resolution. 28 Section 3. Effective Date. This resolution shall become effective immediately upon 29 adoption by vote of the City Commission. 30 31 32 33 34 35 36 37 38 39 40 41 42 PASSED AND ENACTED this __ day of ____ -', 2015. ATIEST: CITY CLERK READ AND APPROVED AS TO FORM: LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: QUOTATION FOR: CITY OF SOUTH MIAMI BEACH FLORIDA SHERIFF'S ASSOCIATION CONTRACT 15-13-0904 SPECIFICATION # 2 -OFF ROAD UTILITY VEHICLE (GATOR) BASE MACHINE ADD OPTIONS: HPX 625i FULL SIZE UTV 6251 SUB TOTAL FOR 4 SEAT XUV 550 Final Quote Price PLEASE MAKE PURCHASE ORDERS PA YABLE TO: AG-PRO, LLC 1695 NW 63RD STREET OCALA, FL 34475 JIM STRANGE GOVERNMENTAL SALES $ $ $ $ 8,965.00 1,385.00 10,350.00 10,350.00 352-351-2383 OFFICE 352-817-0445 CELL BID AWARD ANNOUNCEMENT 15-13-0904 Effective Dates: October 1, 2015-September30, 2016 Cab & Chassis Trucks & Other Fleet Equipment· Participating Sherljfs Offices & Local Governmental Agencies of the State of Florida Coordinated By The Florida Sheriffs Association & Florida Association of Counties Bid Award Announcement 15-13-0904 r~ F~.· FLORIDA ASSOCIATION OF COUNTIES All About Horida DATE: TO: FROM: October 3, 2015 FLORIDA SHERIFFS ASSOCIATION P. o. Box 12519 • Tallahassee, FL 32317-2519 PHONE (850) 877-2165 • FAX (850) 878-8665 WEB SITE: www.flsheriffs.org ALL PROSPECTIVE PARTICIPANTS Steve Casey Executive Director Peggy Goff Deputy Executive Director Drew Terpak Business Operations Manager Annette Grissom Cooperative Bid Coordinator RE: Cab & Chassis Trucks & Other Fleet Equipment Bid Number:15-13-0904 We are pleased to announce that the Florida Sheriffs Association and the Florida Association of Counties has successfully conducted its 13th statewide competitive bid for vehicles which includes trucks, backhoes, motorgraders, agriculture type tractors, skid steer loaders, street sweepers, generators, and light towers. This contract is effective beginning October 1, 2015 through September 30, 2016, as long as vehicles are available through fleet. Bids will be extended and guaranteed to any and all units of local governments/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, and the state universities and colleges. In addition, bids will be extended and guaranteed to any other entities approved by manufacturers to participate in this contract. The participating agencies cannot guarantee any order other than those ordered through each individual agency. In order to ensure quality service for our user agencies, we are requesting each of you to notify the Florida Sheriffs Association regarding any problems encountered in working with the awarded dealers. Any issues, including but not limited to, receipt of confirmation of order, delivery problems and communication problems, should be reported to us bye-mail atfleet@flsheriffs.org.This information will be considered in future bid awards in order to ensure that agencies are receiving the level of service required of dealers who wish to participate in this program. All interested parties who wish to purchase from this contract may do so by following these simple procedures: IORDERING INSTRUCTIONS Contact the awarded dealership listed in the zone froni which you wish to purchase and advise 1. them of your interest to purchase from Bid No_ 15-13-0904. They will assist you with the placement of your order and answer any questions you may have regarding the Bid Award Announcement 15-13-0904 2 vehicles purchased through this program. You can only purchase from a dealer who is listed as a winner of one of the four zones for the vehicle you wish to purchase. However, you may purchase from any awarded dealer within any zone (additional delivery fees may apply). Agencies ordering a Ford, General Motors, Chysler, or Toyota product, please be advised that you must use the appropriate FIN Code/FAN Code for the Florida Sheriffs Association in order to obtain the manufacturer's concessions. Also, you must use your FIN Code/FAN Code as a secondary number. For further assistance call the Fleet Customer Information Center for your appropriate manufacturer. Manufacturer Type Code FSACode 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 48830 1-800-999-FLEET (1-800-999-3533) Toyota FIN Code GE159 1-800-732-2798 2. You must send a copy of the original purchase order (including FSA's Contract No. 15-13-0904) submitted to the participating dealer electronically to: COOP@flsheriffs.org 3. Basic information required on all purchase orders is listed in this Bid Award Announcement. Purchase orders lacking the required basic information listed may result in the delay of placement and/or confirmation of orders. NOTE: The agency is responsible for obtaining a "Confirmation of Order" from the respective dealership. Dealers are required to complete a "Confirmation of Order" and send it to the purchaser within fourteen (14) calendar days after receipt of purchase order. Purchasers are encouraged to contact the dealer if a "Confirmation of Order" has not been received within a reasonable time. Purchasers are reminded that the issuance of a purchase order does not in itself guarantee the placement of an order. 4. All Cooperative Contracts include an administratrive fee of .0075 or three quarters of one percent. The base price and all add options are inclusive of the administrative fee. • Cab & Chassis Trucks & Other Fleet Equipment -Dealers have included a three-quarter of one percent (.0075) administrative fee in the base price and all add options that are listed. The three quarters of one percent (.0075) will also be included in any additional equipment (add options) the dealers quote to the governmental agencies. 5. In order to ensure quality service for our user agencies, we are requesting that you notify the Florida Sheriffs Association regarding any problems encountered in working with the awarded dealers. Any issues, including but not limited to, receipt of confmnation of order, delivery problems and communication problems, should be reported to us bye-mall at FLEET@flsheriffs.org. This information will be considered in future bid awards in order to ensure that agencies are receiving the level of service required of dealers who wish to participate in this program. 6. Add/delete options might include a superscript listed by the Order Code. The purpose of the superscript is to identify which options correlate to a specific dealer. Superscripts will be a number between 1 and 4, and will correspond as follows: 1 ~ Western zone dealer 3 ~ Central zone dealer 2 ~ Northern zone dealer 4 ~ Southern zone dealer Bid Award Announcement 15-13-0904 3 If a dealer has been awarded more than one zone, they will only have one superscript number assigned, and it will be the lowest numerical number that applies to their awarded zones. For example, if a dealer is awarded the northern and southern zones, their add/delete options for both zones will be represented by a "2" superscript. Options are intended to add or delete equipment and/or features from the base vehicle specification, and to allow for an upgrade or downgrade to a manufacturer's model with a slightly different engine size or horsepower, and as such, will not be made available for purchase separate from the base vehicle. Bid Award Announcement 15-13-0904 4 FA~ FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES OFF-ROAD UTILITY VEIDCLES -4 WHEEL DRIVE SPECIFICATION #2 2016 Kymco UXV 500i 2016 Intimidator Classic Series A7BCG34G 750 Gas EFI 2016 Intimidator Truck Series A7BTT34G 750 GAS EFI 2016 Mahindra XTV 750 S 2016 Gravely JSV3000 2016 American Sportsworks Landmaster 650 2016 Bobcat (3400) 2016 Case IH Scout XL 2016 Honda Pioneer 700 (SXS700M2G) 2016 John Deere Gator HPX 2016 Kawasaki (Mule 4010 4x4) 2016 Kubota Diesel (RTVX900) 2016 New Holland Rustler 125 2016 Polaris Brutus Diesel 2016 Polaris Ranger 570 EFI (RI5RHS7AA) 2016 Yamaha Viking (YXM700DGG) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: Listed above, you will fmd the model numbers ofthe vehicles that will be included in this year's contract. I. ENGINE: B. Manufacturers gas or diesel engine, air cooled, overhead valve, keyed electronic ignition, 20 HP minimum. 2. TRANSMISSION: 8. Manufacturer's standard automatic transmission. 3. BATTERY· a. 300 cea 4. CHASSIS: a. Standard headlights b. Standard taillights c. Power plug d. Front brakes: hydraulic discs e. Rear brakes: hydraulic drum f. Steering rack and pinion g. Standard front bumper 5. TIRES AND WHEELS· 8. Front and rear all terrain tires, must match drive train. Bid Award Announcement 15·13-0904 27 FA~ FLORIDA t\::;50CIATlONOF COUNTIES AU Ilboue Flori. FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES OFF-ROAD UTILITY VEHICLES -.4 WHEEL DRIVE SPECIFICATION #2 2016 John Deere Gator HPX The John Deere Gator HPX 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 contracfs vehicle base price as awarded by specification by zone. ZONE: Western BASEPRlCE: $8,965.00 Northern $8,965.00 Central $9,250.00 Southern $9,250.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identitY and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific addldelete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any ofthe 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 type vehicle(s) you wish to order. NOTE: An orneiallisting of all addldelete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional addldelete options other than those listed here may be available through the dealers, however, those listed here must he honored by the dealers in your zone at the stated prices. Bid Award Announcement 15-13-0904 56 1 \ I I I ~ FLORIDA :\SSOCIATION Of COUNTIES All Above Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES OFF-ROAD UTILITY VEIDCLES -4 WHEEL DRIVE SPECIFICATION #2 2016 John Deere Gator HPX The John Deere Gator HPX purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSNs base vehicle specificBtion(s) requirements which are included and made a part of this contractls vehicle base price as awarded by specification by zone. ZONE: BASE PRICE: Western $8,965.00 Northern $8,965.00 Central $9,250.00 Southern $9,250.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identifY and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to detennine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. Bid Award Announcement 15-13-0904 56 VEHICLE: DEALER: ZONE: BASE PRICE: Order Code XUV550 S-2 1 TS 4X22 Gator HPX Ag-Pro Ag-Pro Everglades Farm Equipment Western Northern Central $8,965.00 $8,965.00 $9,250.00 Delete Options ! Model downgrade -specity i MID SIZED 4 WHEEL DRIVE XUV WITH 18 HP AIR COOLED ENGINE AND FULL INDEPENDENT · SUSPENSION. ROPS IS STANDARD. AVAILABLE WITH BUCK6T OR BENCH SEATING AT · STANDARD PRICEI , 2WD GAS GREEN & YELLOW 2 Everglades Farm Equipment Southern $9,250.00 Western Central & Northern & Southern ($965.00)1 ($2,625.00)2 TXGATOR 1 TX4X2 2 · Model downgrade -specifY ($1,400.00) 1 ($1,625.00l TS GATOR 1 Order Code HPXDIESEL 1 HPX4X4D 2 XUV 550 S4 1 XUV 6251 2 XUV625i I XUV 8251 2 XUV 8251 I XUV 8251 S4 2 GREEN 1 TWO WHEEL DRIVE GA TOR WITH TWIN CYLINDER KAWASAKI ENGINE. NO ROPS. TOP SPEED ISI8MPHI 2WDGASGREEN& YELLOWWIHDSHOCK SUSPENSION 2 I cylinder engine in lieu of2 cylinder 2 WHEEL DRIVE GATOR· SINGLE CYLINDER KAWASAKI ENGINE. NO ROPS. BUCKET SEATS AS · ONLY SEA TING OPTION. 1 · 5 speed manual transmission in lieu of automatic : Delete auxiliary HiILow transmission Delete Standard front bumper at no charge • Delete All Terrain Tires at no charge Delete Standard Stance 4x2 at no charge · Delete to 2 wheel drive AddOptioDs Diesel 20 HP engine.-specitY HPX YANMAR DIESEL ENGINE. 1 . 4WD HPX DIESEL GREEN & YELLOW 2 , Model upgrade -specifY · GASOLINE POWERED 4 PASSENGER. 4 WHEEL DRIVE UTILITY VEHICLE WITH AIR COOLED · ENGINE. STANDARD JOHN DEERE GREEN AND YELLOW. OLIVE, CAMO AND CUSTOMCOLORS OPTIONAL. OCCUPANT PROTECTION CAGE STANDARD· MESH DOORS 1 4WD GREEN & YELLOW 2 Model upgrade -specity FULL SIZE 2 PASSENGER UTILITY VEHICLE. 4 WHEEL DRIVE WITH LIQUID COOLED KAWASAKI ENGINE. STANDARD JOHN DEERE GREEN AND YELLOW· OLIVE. CAMO AND CUSTOM COLORS OPTIONAL. OCCUPANT PROTECTION CAGE STANDARD· MESH DOORS. 1 4WD GREEN & YELLOW 2 Model upgrade -specity FULL SIZE 2 PASSENGER UTIUTY VEHICLE. 4 WHEEL DRIVE WITH LIQUID COOLED 50 HP · ENGINE. STANDARD JOHN DEERE GREEN AND YELLOW -OLIVE. CAMO AND CUSTOM COLORS OPTIONAL. OCCUPANT PROTECTION CAGE STANDARD -MESH DOORS. 1 · 4WD GREEN & YELLOW-4 SEA T MODEL·POWER STEERING. POLY ROOF 2 Standard manufacturer body color -specity OLIVE AND CAMO AVAILABLE FROM FACTORY AT ADD/TIONAL COST. CUSTOM COLORS AND GRAPHICS AVAILABLE AT ADDlTJONAL COST. 1 · GREEN & YELWW 2 Bid Award Announcement 15-13-0904 ($2,300.00) I NA NA NA NA NA' NA Western & Northern $1,885.00 I $535.00 1 . 1 $1,385.00 1 $2,435.00 Std l NA' NA NA, NA NA NA NA Central & Southern $1,700.00 2 $1,250.00 2 $2,300.002 $5,225.002 57 VEHICLE: DEALER: GalorHPX Ag-Pro Western 58,965.00 Ag-Pro Northern 58,965.00 Everglades Farm Eguipment Everglades Farm Equipment ZONE: Central Southern BASE PRICE: 59,250.00 59,250.00 YELLOW 1 1013 1 TURF TIRES 2 Standard manufacturer seat color -specify BLACK SEATSARE AVAILABLE WITH OLIVE AND CAMO COLORS FROM FACTORY. 1 YELLOW 2 , Turf Tire Package ,TIlRFTlREPACKAGEFORHPX, TSANDTXGATORS. 1 , TX & HPX MODELS 2 FACTORY ! Camo paint OPTION 1 'REALTREE DESIGN 1 CAMO PAINT 2 'XUV MODELS 2 STANDARD 1 Roll over protection structure OCCUPANT PROTECTION STRUCTIlRE IS STANDARD ON ALL FOUR WHEEL DRJVEJOHN DEERE XUVs. 1 STDHPX&XUV4WDMODELS 2 BM23742 1 , Windshield WINDSHIELD 2; FULL NO SCRATCH WINDSHIEW FOR HPXAND XUVGA TORS ; NON SCRATCH WINDSfflELD HPX & XUV MODELS 2 BM24115 1 ROOF 2 COMBO UNIT \ BM25188 \ POWER DUMP 2 BM24442\ WINCH 2 BM213921 LPI0312/16 1 GUN RACK 2 VGBI0038 I HITCH 2 BM24108 1 ROPS 2 4005 (FACTORY OPTION) \ POLY CAB 2 : Poly top , BLACK POLY TOP FOR HPX ANDXUVGATORS. AVAILABLE IN CAMOAT ADDmONAL COST \ , ROOF FOR 2 SEAT HPX & XUV MODELS 2 ! Fire body and EMT body (aftermarket vendors) , BASE COMBINATION FIRE AND EMT BODY TO FIT FULL SIZE JOHN DEERE GATOR. : CONSTRUCTED OF ALUMINUMHONDA POWERED PUMP. FOAM UNIT AND HOSE REELS ARE : AVAILABLE FORADD/TIONAL COST WILL ACCOMMODATE STOKES BASKET, \ , Power lift cargo box (manual is standard) , HYDRAULIC OVER ELECTRIC KIT. DEALER INSTALLED OPTION -REQUIRES 1.5 HOURS LABOR , TO INSTALL. \ ALL MODELS 2 , Manumcturer's approved winch, 2,000 lb. minimum : WARN WINCH -3000 LB, \ , 3000LB INCLUDES MOUNT KITS & RECEIYER HiTCH 2 Winch roller package . INCLUDES TURNBUCKLES AND "SAFE TREE" ATTACHMENT. 1 : Gun rack INCLUDES MOUNTING PLATE AND GUN RACK, 1 , Rear receiver hitch FORJOHNDEEREHPXGATORS I WITH DRAW BAR 2 Spotlight package , HIiLLA PERFORMANCE SPOT LIGHTS I R.O.P.S. 4WD HPX & XUV MODELS 2 Cab incl. R.O.P.s. INCLUDES MAUSER CAB WITH STEEL ROOF, CAB DOORS WITH WINDOws. REAR ,SCREENIWINOOW. AND GLASS WINDSHIELD, 1 POLY CAB, INCLUDES FULL WINDSfflELD. OPS REAR PANEL. POLY ROOF & DOORS 2 Bid Award Announcement 15-13-0904 Stdl $140.00 1 $500.00 1 Stdl $525.00 1 $450.00 1 1 $4,900.00 $985.00 1 $895.00 1 $130.00 1 $120.00 1 $160.00 1 $350.00 1 , Sid $4,200.00 1 Sld2 $140.002 $550.002 : sur $450.002 , $920.002 2' $1,000.00 : NA $495.002 $150.002 NA sur $4,270.002 58 VEHICLE: DEALER: ZONE: BASE PRICE: BM24996I BM23608 I XUV855DS2 1 XUV855D 2 XUV855DS4 1 P-S'IEERING 2 OatorHPX Ag-Pro Western $8,965.00 Ag·Pro Northern $8,965.00 Everglades Farm Equipment Everglades Farm Equipment · Steel doors for cab Central $9,250.00 · ONE HALF HEIGHT DOORS TV REPLACE STANDARD MESH RESTRAINT SYSTEM I , Heaterldefroster , INCLUDES AU MOUNTS AND HOSE FOR INSTALLATION I i FOR GLASS CABS 2 · Street tread tires JOHN DEERE UTILITY VEHICLESARE NOT APPROVED FOR STREET USAGE. I : Optional equipment -specifY , FULL SIZE XUV WITH YANMAR LIQUID COOLED DIESEL ENGINE. 2 PERSON SEATING I · DIESEL 4WD GREEN & YELLOW. 'THIS IS A TVTAL PRICE 2 • Optional equipment -specifY · FULL SIZE XUV WITH YANMAR LIQUID COOLED DIESEL ENGINE. 4 PERSON SEATING I · POWER STEERING XUV825 & XUV855D 2 SEAT MODELS 2 Southern $9,250.00 $748.00 1 NA $1,350.00 1 $1,250.002 NA . $]2,450.001 . $12,475.002 : S]5,105.00 1 $1,000.002 I . I 2 XUV825I S4 'Optional equipment. specifY $13,950.00 . $1,400.00: CAL-ROOF . FULL SIZf XUV WITH 50 HP GASOLINE FUEL INJECTED LIQUID COOLED ENGINE. 4 PERSON WINDSHIELD 2 • SEATING MILITARY DIESELA2 XUV I EXTRAHD TIRES 2 , NON OEM -INCLUDES OPS, ROOF. WINDSHIELD INSTALLED FOR TS, TX, TH GATORS 2 , Optional equipment-specifY · MILITARY SPEC DIESEL GATOR. I MAXXIS BIGHORN TIRES FOR XUV MODELS 2 EMT I : Optional equipment· specifY MEDICAL • BASE MEDiCAL TRANSPoRT BED UNiT FOR FULL SIZE GATOR. INCLUDES REAR FACING SEAT STRETCHER 'ANDALUMlNUM FRAME THAT ACCOMMODATES S1VKES OR BACKBOARD -Willi TIE DOWNS. I ;t BED 2 : OUVE&BLACKPAINTFORXUVMODELS 2 OLIVE PAINT • 10% Discount 1 10% Discount 2 MS02 Discount percentage off manufacturer's current published retail prices for non-specified options and any optional models bid. (Tbe disoount is applied to the manufacturer's current published retail prices.) DISCOUNT APPLIES TV ALL JOHN DEERE UTILITY VEHICLE MODELS NOT LISTED AND FACTORY OPTIONS. I , Temporary tag Transfer existing registration (must provide tag number) MANUFACTURERS CERTIFICATE OF ORIGIN AVAILABLE PER REQUEST 2 New state tag (specifY state, county, city, sheriff, etc.) Bid Award Armouncement 15~13-0904 $22,650.00 1 I S2,950.00 Incl.l NA NA NA. $825.002 59 NA NeZ NA II " I FLORIDA SHERIFFS ASSOCIATION PI<;G1{B.A,C~1 CONTRACT AG-PRO,LLC cr ~u- TillS AGREEMENT made and entered into this --L dda~:y~O~.f:£~~~rg~, 20ifi., by and between the City of South. Miami, a Florida municipal C through its City Manager (hereinafter referred to as "City") and AG-PRO, LLC. referred to as "Contractor"). WlTNESSETa: WHEREAS,the Florida Sheriffs Association solicited bids, pUIstjjlnt to Bid #15-13- 0904, for Cab & Chassis & Other Fleet Eauuipmentj and WHEREAS, the Florida Sheriffs Association, after completing a ~OInpl~titive bidding process, awarded a contract to Contractor, and WHEREAS, the City of South Miami desires to utilize the ~~~~~ Association Contract and pursuant to authority of the City of South ~ Charter. NOW, THEREFORE, the City and the Contractor, .each thrloughij:1:leir authorized representative/official, agree as follows: 1. The City desires to enter into a Contract, under the same and conditions as set forth in the solicitation and the agreement between Ell1ri4~ili!l!.i!~ Association and Contractor,putsuant Bid #15-13-0904. 2. The City has reviewed the contract and agrees to the termsii ~nd conditions and further agrees to the fair and reasonableness of the pricing. agrees to provide such services under the same price( s), terms and conditions as in the solicitation documents and the response to the solicitation, of which are attached hereto as Exhibit A and made a part hereof by reference, and and/or the award between Florida Sheriffs Association and Contractor., P~~~~'~~~~Hf.;;~~~ a copy of which, including any arriendments and addendums thereto, is hereto and made a part hereof by reference. 3. All references in the contract between ~~~:~~~t~~ and Contractor, shall be assumed to pertain to, and are binding upon and the City of South Miami. All decisions that are to be made on behalf of the City, as forth in the Florida Sheriffs Association's Bid #15-13-0904 and its agreement with shall be made by the City Manager for the City of South Miami. The term of' ~th~~e~~'~~:~~dm~' ~~c1Uding all extensions authorized by the contract shall not exceed five years. r- anything contained in the Bid #15-13-0904 or the ~~. ~~~::;;TI;t!je;~ contract to the contrary, this agreement shall be governed by the laws of the State and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Flclrid~. 4. Public Records: Contractor and all of its subcontractors required to comply with the public records law (s.l19.0701) while providing goods .nollnr Services on Thomas F. Pepe-7-16-14 Page 1 of3 behalf of the CITY and the Contractor, under such conditions, shall ill' lCOl:Pfll'!lte this paragraph in all of its subcontracts for this Projecf. 5. Waiver Jnry Trial: City and Contractor knowingly, irre,vp()ablly voluntarily and intentionally waive any right either may have to a trial by jury in ' or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim out of the Contract Documents or the performance of the Work thereunder. 6. Validity of Executed Copies: This agreement may be ex'j~uted in several counterparts, each of which may be construed as an original. 7. Governing Laws aud Venue: This Agreement and the pelWormance of services hereunder will be governed by the laws of the State of Florida, exclusive venue for the resolution of any dispute being a court of competent jurisdiction inl~\IIilltni.-D:ade County, Florida. 8. Attorneys' Fees and Costs: In the event of any litigation W.ellwe,enthe parties arising out of or relating in any way to this Agreement or a breach party shall bear its own costs and legal fees. Nothing contained herein shall prevent prohibit the right to be indemnified for any attorney fees incurred in the defense of an . by a person or entity who is not a party to this Agreement. I 9. Severability: If any term otprovision of this Agreement the application thereof to any person or circumstance shall, to any extent, be invalid orml~m'on,eable, the remainder of this Agreement, or the application of such term orpr(lvi!'iOll~O circumstances other than those to which it is held invalid or un,m£orcealllqi affected thereby and each term and provision of this Agreement shall be enforceable to the fullest extent permitted by law. IN WITNESS WHEREOF, and as the dilly authorized act ofthe~par~es, the undersigned representatives of the parties hereto have caused this instrument to be in their respective names by their proper officials and to be attested by their respective the day and year first above written. AG-Pf~'I"~~I'-" B y:--A'--4"'-='-=-1f1----- ",$ I Q'S. (type name and tit e ofsignatory above) ATTEST: By: -7":"'-:--:-:--:-:::-----:---::::-:::=-- Maria M. Menendez, CMC City Clerk Thomas F. Pepe-7-16-14 CITY OF SOUTH 'vw' '!Vll By: ---SS~te;v~e~n~~~~~---- City lVlaJuaglefl Page 2 of3 Read and Approved as to Fonn, Language, Legality and Execution Thereof: By: _________ _ Thomas F. Pepe City Attorney Thomas F. Pepe -7-16-14 Page 3 of3 11/512015 Detail by Entity Name Elorida profit Corporation AGPRO, INC. Filing Information Document Number EEI/EIN Number Date Flied State Status Principal Address 2365 BRANDON ROAD LAKELAND, FL 33803 Changed: 01/07/2011 Mailing Address PO BOX 2720 LAKELAND, FL 33806 Changed: 04/10/2015 P06000006988 20-4224092 01/17/2006 FL ACTIVE Registered Agent Name & Address AYALA, HECTOR 2115 John Arthur Way LAKELAND, FL 33803 Address Changed: 04/10/2015 OfficerlDirector Detail Name & Address Title President, Secretary, Treasurer, Director AYALA, HECTOR 2115 John Arthur Way LAKELAND, FL 33803 Annual Reports Report Year 2014 Filed Date 02/28/2014 Detail by EnIIty Name hHp:llsearcl1.sunbiz.org/lnquirylCorporatlon5earchlSearchResultoetail]n,,",ryIype;EntltyName&direcHonType=lnltial&searchN.."eOrder=AGPRO%20P00Q... 112 111512015 2014 2015 Document Images 04/23/2014 04/10/2015 Detail by Entity Name 04/1012015 --ANNUAL REPORT View Image in PDF format 0412312014 --AMENDED ANNUAL REPORT _~V.:cl-,-ewc....c.:im~a",-ge::..i::..:n-,-P-=-D,-F.:..:fo::..:rm:o:a=-t_---, 02/28/2014 --ANNUAL REPORT View image in PDF format 02101/2013 --ANNUAL REPORT View image in PDF format 03106/2012 --ANNUAL REPORT View image in PDF format 01/07/2011 --ANNUAL REPORT View image in PDF format 01/07/2010 --ANNUAL REPORT View image In PDF format 01/2212009 --ANNUAL REPORT View image in PDF format 01/21/2008 --ANNUAL REPORT View image in PDF format I 0710312007 --ANNUAL REPORT View Image In PDF format I 0111712006 --Domestic Profit View Image in PDF format -.J htlp:/Isearch.sunbiz.org/lnqulry/CorporatlonSe.rchlSearchResuJIDelail?inquirytype=EntityName&direcijanType=lriliBI&sBBrchNameOrder°AGPR0%20POOO... 212 2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P06000006988 Entity Name: AG PRO, INC. Current Principal Place of Business: 2365 BRANDON ROAD LAKELAND, FL 33803 Current Mailing Address: PO BOX 2720 LAKELAND, FL 33806 US FEI Number: 20-4224092 Name and Address of Current Registered Agent: AYALA. HECTOR 2115 JOHN ARTHUR WAY LAKELAND, FL 33803 US FILED Apr 10, 2015 Secretary of State CC3775749982 Certificate of Status Desired: No The above named fIIItlty submits this statement for til. purpose of cheng;ng its registered office or regJst.el&d 8!J811t. or both, In the state of Florida. SIGNATURE: ~E=led~~-n~ic~S=~-n-m~u-r.-o~f=R~~ls7m-roo~A~g-en~t----------------------------------------~Da~m~-- Officer/Director Detail : Title Nama Address PRESIDENT. SECRETARY. TREASURER. DIRECTOR AYALA. HECTOR 2115 JOHN ARTHUR WAY Clty-smte-Zip: LAKELAND FL 33803 I hweby CBttlfy that the IntbIfrlBllan Indicaled on Ihis reporl. or 8UppWmental report Is true and accurate end thllt my fIechvtl/c .siQnlltunl shall have tha same legal effect as If made Wlder oath; that Ism an officer or diteclor of!h8 GOIpOIlIUott or 1M reoelveror tflJ8tee ompowared to .xec::llt9lhis report as requlnJd by Ghspter 607, Florida Slatutes; and /hal my Ilame appnf$ eboWl. or on an attamm&nt with all other Uks empowered. SIGNATURE: HECTOR AYALA PST 04/1012015 Electronic Signature of Signing Officer/Director Detail Date