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