9~ South~iami CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM THE CITY OF Pl.EASANT LIVING
To:
From:
Date:
Subject:
Background:
Amount:
Account:
Attachments:
The Honorable Mayor & Members of the City Commission
Steven J. Alexander, City Manager Q
January 5,2016 Agenda Item NO.:---.:L
A Resolution authorizing the City Manager to purchase one (1) Ford
Transit Cargo Van from Duval Ford.
Due to recent national events involving both terrorist and active shooter
situations, the Police Department recognized the importance and necessity
of having a team of specially trained officers to deal with these types of
high risk situations and rescue operations. A Tactical Response Team
(T.R.T.) was created adhering to The Commission for Florida Law
Enforcement Accreditation (C.F.A.) and National Tactical Officers
Association standards and guidelines. The team is comprised of members
from both the Operations and Administration Bureaus. This team receives
specialized and extensive training in the area of tactics, rescue, and high
risk situations. The T.R.T. may also be responsible to serve search warrants
and respond to high risk situations. The team is currently completing
numerous training programs to achieve its objectives. The team needs a
mobile platform to respond to training and calls for service together. This
platform will also be used as a mobile command center to provide the
team with effective planning and organization for operations.
The vehicle will come outfitted with an interior insert which will provide
areas for proper weapons security, personnel transport area and work
station. This purchase will be made utilizing the Florida Sheriffs Association
Contract #15.13.0904.
$53,100
Federal Forfeiture Operating Equipment account 615-1910-521-6430
Resolution with and without numbers, product Information, Florida Sheriffs
Contract #15.13.0904, Duval Ford Quote.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
RESOLUTION NO. _____ _
A Resolution authorizing the City Manager to purchase one (1) Ford
Transit Cargo Van from Duval Ford.
WHEREAS, the police department needs an operational platform for its Tactical
Response Team (TRT); and,
WHEREAS, the police department has chosen the 2016 Ford Transit Cargo Van which
best fits its needs; and,
WHEREAS, this purchase will be made by piggybacking off of the Florida Sheriffs
Association Contract #15.13.0904 which competitively solicited bids; and,
WHEREAS, the Mayor and City Commission authorize the City Manager to purchase the
2016 Ford Transit Cargo Van from Duval Ford in an amount not to exceed $53,100 utilizing
budgeted funds from the Federal Forfeiture account.
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA THAT;
Section 1. The City Manager is hereby authorized to purchase a 2016 Ford Transit Cargo
Van from Duval Ford for an amount not to exceed $53,100, utilizing the Florida Sheriffs
Association Contract #15.13.0904 and paying out of the Federal Forfeiture account 615-1910-
521-6430 Operating Equipment which has a current balance of $70,000.
Section 2. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this _ day of ___ ---'. 2016.
ATIEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF:
CITY ATIORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Edmond:
Commissioner Liebman:
Commissioner Welsh:
ISOUTH MIAMI
Duval Ford Fleet Safes
88mb/Darr
(Work) 904-388-2144
(Fax) 904-387-6816
(Cell) 910-622-6544
Bambi derr@duvaffieetcom
FL 32210
I appreciate your interest and the opportunity to quote. Prices are published by the Florida Sheriffs Associatlon/
Florida Association of Counties & Florida Fire Chiefs' Association Automotive Contract #15. 13.0904 chassis /
15.23.0904. (www.flsheriffs.org) If you have any questions regarding this quote please call! Vehicle will be ordered
white exterior unless specified on purchase order.
VAN :';~==--I;;,;~~'It~;~~Heavy Duty VAN DRW (GVWR: 10,360#) Long 148" Wheelbase Extended-Length: Sliding
=:-----1 Pass-Side Cargo Door Hi roof Includes 99G Engine and 3.73 rear axle
.,::;;':-__ --jDELETE SIDE GLASS
AUXILILARY AlO =~---I DATTERY-HD AUXILIARY
ADDITIONAL 2 KEYS INOL FOBS ~:----IBACKUP CAMERA WITH 4.5" LCD
=;-__ -IREVERSE SENSING SYSTEM
~ ______ ~:2;2~OAMPALTERNATOR
TOW PACKAGE
RESPONSE UPFIT PER QUOTE 157042 PLUS FSA ADMIN FEES
$
$145 r.-=;;~:::-
Pri.nted: 10/30/15 ,,'-"'w. duva1fleet. com SOUTH MIAMI. x1sx
FLORIDA SHERIFFS ASSOCIATION PIGGYBACK CONTRACT
DUVAL FORD, LLC
TillS AGREEMENT made and entered into this _ day of ,20_· _,
by and between the City of South Miami, a Florida municipal Corporation by and through its
City Manager (hereinafter referred to as "City") Duval Ford, LLC, (hereinafter referred to as
"Contractor") .
WITNESSETH:
WHEREAS, the Florida Sheriffs Association solicited bids, pursuant to Bid #15-23-
0904, for Police Rated, Administrative, Utility Vehicles, Trucks & Vans; and
WHEREAS, the Florida Sheriffs Association, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Florida Sheriffs
Association Contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same terms and
conditions as set forth in the solicitation and the agreement between Florida Sheriffs
Association and Contractor, pursuant Bid #15-23-0904.
2. The City has reviewed the contract and agrees to the terms and conditions and
further agrees to the fair and reasonableness ofthe pricing. Contractor hereby agrees to
provide such services under the same price(s), terms and conditions as found in the
solicitation documents and the response to the solicitation, pertinent copies of which are
attached hereto as Exhibit A and made a part hereof by reference, and the agreement and/or
the award between Florida Sheriffs Association and Contractor., pursuant Bid #15-23-0904,
a copy of which, including any amendments and addendums thereto, is attached hereto and
made a part hereof by reference.
3. All references in the contract between Florida Sheriffs Association and
Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of
South Miami. All decisions that are to be made on behalf of the City, as set forth in the
Florida Sheriffs Association's Bid #15-23-0904 and its agreement with Contractor, shall be
made by the City Manager for the City of South Miami. The term of the contract, including
all extensions authorized by the contract shall not exceed five years. Notwithstanding
anything contained in the Bid #15-23-0904 or the Florida Sheriffs Association contract to the
contrary, this agreement shall be governed by the laws of the State of Florida and venue for
all dispute resolutions or litigation shall be in Miami-Dade County, Florida.
4. Public Records: Contractor and all of its subcontractors are required to
comply with the public records law (s.119.0701) while providing goods and/or Services on
Thomas F. Pepe -7-16-14
Page 1 of3
behalf of the CITY and the Contractor, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project.
5. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
6. Validity of Executed Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
7. Governing Laws and Venue: This Agreement and the performance of
services hereunder will be governed by the laws of the State of Florida, with exclusive venue
for the resolution of any dispute being a court of competent jurisdiction in Miami -Dade
County, Florida.
8. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
9. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials and to be attested by their respective Clerks the day and year first
above written.
Duval Ford, LLC:
By: ______________________ __
(type name and title of signatory above)
ATTEST:
By:
--~~~~~--~~~~-Maria M. Menendez, CMC
City Clerk
Thomas F. Pepe -7-16-14
CITY OF SOUTH MIAMI
By:
--~----~--~------
Steven Alexander
City Manager
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
.'
FA~
FLORIDA
ASSOCIATION OF
COUNTIES
All About Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
UTILITY CARGO VAN
SPECIFICATION #33
2016 Ford Transit T-150 Cargo Van (EIZ)
The Ford Transit T-ISO Cargo Van (BIZ) purchased through this contract comes with all the standard equipment as specified by the
manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this
contract's vehicle base price as awarded by specification by zone.
ZONE:
BASE PRICE:
*Westem
$19,894.00
*Northem
$20,007.00 $20,007.00 $20,007.00
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 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 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 type vehicle(s) you wish to order.
NOTE: An officialUsting of all addldelete options and their prices should be obtained from the appropriate dealer in your wne when
preparing your order. Additional addldelete options other than those listed here may be available through the dealers, however, those
listed here must be honored by the dealers in your wne at the stated prices.
Bid Award Announcement (15-23·0904) 573
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order Code
58T 1
58s 2
17A 1
17A 2
D-I7B 1
Dl7B 2
Order Code
Transit T-150 Cargo Van (BIZ)
Alan Jay Ford Duval Ford
*Western *Northem
$19,894.00 $20,007.00
Delete Options
i 112 ton cargo van .
!BASEVEHICLEISAII2-TONCARGO 1
i
: Engine downgrade -specifY
I Console engine cover
i AMIFM stereo radio
i Radio Delete. Deletes radio, grilles, wiring, antenna. 2 , , I Delete side glass only .
llncl~sfiXf!dfearglass. deletes i7B side and rear 2
i
Duval Ford
*Central
$20,007.00
i Delete side & rear glass i Fixed rear-door glass and fixed passenger-side cargo-door glass. 2
!
: Air conditioning ! .
iOn-Star
Add Options
Duval Ford
*Southem
$20,007.00
Northern
& Central
Western & Southern
Std1 Std
NA NA
NA NA
NC 1 $15.00 2
$35.00 1 $25.002
$70.00 1 $50.00 2
NA NA
NA NA
Northern
& Central
Western & Southern
P1ease refer to the Emergency Vehic1e Lighting Specifications for
1ightbar descriptions and the awarded dea1er pricing.
RIZ 1
Long Wheelbase 2
RIC 1
Heavy Duty 2
EIDI
CHASSIS 2
I Model upgrade -specify
: T-250 tow ROOF 9.000LB GVWR WITH 130" WHEEL BASE AND SWING OUT SIDE cARGO
i DOOR •••• THIS IS mE MOST COMMONLY ORDERED CARGO V AN CONFIGURATION
j **** 1 ,
1 TlSO Longwhee/ base at 148" base msrp.Qt $33265, LWBincluded on HIGHROOFmodels and ! MEDIUMROOF models except Tl50 EIC. ElD and T250'E2C Rle FOR LOW ROOF models
j use e9i & r2i. 2
, Model upgrade -specify
! T-250 MED ROOF 130" WB -OR-(RlC -T-250 MED ROOF /48" WE $ 3594) -OR--(W2C -
, T-350 MED ROOF /48" WE $4844) 1
: 10360# gvwr HD Dual Rear Wheel Extended length HR Van F4X Model. Requires W3X gvwr
: upgrade and includes 99g engine 2
Model upgrade -specify
T-I50 MED ROOF DU4SLIDER 130" WB --OR-(RIP -T-250 MED ROOF DUAL SLIDER
130" WE $3205) -OR-(R2D -T-250 MED ROOF DUAL SLIDER 148" WE $4244) --OR--(W2D :
i -T-350 MED ROOF DUAL $LIDliiR 148" WE $5494) 1 '
! Model R'5Z Transit 250 Single rear wheel Regular wheelbase 138" at 9000# gvwr. Use model R7Z !
fior Long.J56".Model S6Z Transit350 Dual rear wheel regular wheelbase 138" at-10360# gvwr.
i Use ModelS8Zjorwheelbase 156" 86Z. Extra long(ADD $330) 178" Wheel base use S9Z
! Requires/inal stage manufacture and cerlificationjor legal registration and warranty eligibility.
, Mamifacturer's MSO stamped incomplete. 2
Bid Award Announcement (15-23-0904)
1 2' $1,903.00 $1,699.00!
1 2 $2,555.00 $2,049.00
1 $2,255.00
574
12129/2015
Detail by Entity Name
Florida Limited Liability Company
DUVAL FORD, LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Principal Address
1616 CASSAT AVENUE
JACKSONVILLE, FL 32210
Mailing Address
L1 00001 05392
27-3646082
10/07/2010
FL
ACTIVE
LC AMENDMENT
10/22/2010
NONE
701 RIVERSIDE PARK PLACE
SUITE 310
JACKSONVILLE, FL 32204
Changed: 01/24/2012
Registered Agent Name & Address
ACKMAN, JOANNE A
701 RIVERSIDE PARK PLACE
SUITE 310
JACKSONVILLE, FL 32204
Name Changed: 03/21/2011
Address Changed: 01/24/2012
Authorized Person(s) Detail
Name & Address
Title PCOO
HODGES, DANIEL W
1616 CASSAT AVENUE
JACKSONVILLE, FL 32210
Detail by Entity Name
http://search.sunbiz.orgllnquiry/CorporationSearchlSearchResultDetail?inquirytype=EntityName&directionType=ForwardUst&searchNameOrder=DUVALFO...1/2
1212912015 Detail by Entity Name
Title VP
GRAHAM, ALEXANDER M
701 RIVERSIDE PARK PLACE, SUITE 310
JACKSONVILLE, FL 32204
Title VP
GRAHAM, HAMPTON H
701 RIVERSIDE PARK PLACE, SUITE 310
. JACKSONVILLE, FL 32204
Title VP
HODGES, DAVID CJR
701 RIVERSIDE PARK PLACE, SUITE 310
JACKSONVILLE, FL 32204
Title VPST
CURRY, Jeffery S
701 RIVERSIDE PARK PLACE
SUITE 310
JACKSONVILLE, FL 32204
Annual Reports
Report Year Filed Date
2013 01/28/2013
2014 01/10/2014
2015 02/19/2015
Document Images
02/19/2015 --ANNUAL REPOBI View image in PDF format I
01/10/2014 --ANNUAL REPORT View image in PDF format I
01/28/2013 --ANNUAL REPOBT View image in PDF format I
01/24/2012 --ANNUAL REPOBI View image in PDF format I
03/21/2011 --ANNUAL REPOBI View image in PDF format I
1 0/26/2Q1 0 --FEI View image in PDF format I
10/22/2010 --LC Amendment View image in PDF format I
10107/2010 --Florida Limited Liabilit~ View image in PDF format I
http://search,sunbiz.orgllnquiry/CorporationSearchlSearchResultDetail?inquirytype=EntityName&directionType=ForwardList&searchNameOrder=DUVALFO... 212