Loading...
5THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Agenda Item NO.:~ January 19, 2016 A Resolution authorizing the City Manager to purchase seven (7) Ford Sedan Interceptor Police Pursuit vehicles with emergency equipment included and installed from Don Reid Ford, a piggyback procurement from the Florida Sheriffs Association Bid No 15-23-0904, as approved in the 2014-2015 Budget for a total amount not to exceed $273,000.00. 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 seven (7) new vehicles is needed. The City will piggyback this procurement from the Florida Sheriffs Association Bid No 15-23-0904 and purchase the vehicles from Don Reid Ford who is awarded the bid for the southern district of Florida for Ford Sedan Interceptor Police Pursuit Vehicles. The City, after careful and detailed review, has determined piggybacking from the Florida Sheriffs Association (FSA) Contract for police rated vehicles provides an efficient and cost effective method of purchasing specialized vehicles of this type. The following is a quote directly from the Florida Sheriffs Association's website; http://www.f1sheriffs.org/purchasing programs/ "The Florida Sheriffs Association uses its expertise to helP Sheriffs' Offices reduce their budJ(ets by arranJ(inJ( discount purchasinJ( proJ(rams. These, in turn, help save Florida taxpayers millions of dol/ars. FSA's hiJ(hly-successful fleet management program provides Sheriffs' Offices with siJ(ni(icant buyinJ( power and savinJ(s on official aJ(ency vehicles -a direct benefit and effective cost savings to local taxpayers." Furthermore, two much larJ(er aJ(encies than the City's utilize the FSA for its police pursuit or similar vehicles; the City of Miami and Miami-Dade County. The City of Miami has issued a contract award to FSA contract # 15-23-0904; the same contract staff is recommendinj( for the City's FY 2016 purchase. Miami-Dade County issued two piJ(J(yback awards to FSA previous contracts; #14-22-0904 and #13-21-0904. Miami-Dade County allocated $4.1 million to the FY 2013 contract for Police Department vehicle purchases. The City typically orders between 5 -7 vehicles per year but receives the same volume discounts as larger agencies. Sout~iami THE CITY OF PLEASANT LIVING Amount: Account: ATTACHMENTS: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Another consideration, hence a ,e:reater expense a,e:ainst issuin,e: a solicitation, is the RFP process is time consumin,e: and involves more staff time. RFP's typically take approximately 3 -4 months from issue date to an award recommendation. In this case, Police would have to prepare detailed specifications for the base· vehicle and related police specific accessory equipment. When procurin,e: vehicles throu,e:h the pi.e:.e:yback process, detailed specifications, accessories and pricin,e: have been completed by FSA's professional and experienced staff, eliminating time consuming steps by City staff. Another si,e:nificant factor is the vehicle manufacturer's model year cut-off dates. Vehicle manufacturers establish vehicle cut-off dates for specific model year vehicles, which can vary by manufacturer, but ,e:enerally occur between April -June of each year. If orders are not place by the cut-off date, the model year pricin,e: secured throu,e:h an RFP will not apply. Moreover, If there are any issues or delays with the RFP and/or award recommendation, the entire RFP process, bid results and prices would not apply. Internal delays could apply with either process; a City issued RFP or pimback, resultin,e: in a late vehicle order. However, it is unlikely delays would occur throu,e:h the FSA pimback since creatin,e: detailed specifications and securin,e: competitive sealed quotes is not required; thus, eliminating more potential for delays. The purchase is for seven patrol. In addition to the base vehicles, the purchase includes the installation of required optional emergency equipment. In addition to the optional equipment, each vehicle is equipped with an additional 5-year, 100,000 mile warranty. The current overall budgeted amount of $273,000 will not be exceeded and will provide the ability to fund any unforeseen costs and/or the procurement of additional equipment if is determined to be needed. Not to exceed $273,000 $267,554 for the vehicles and emergency equipment from account number 301-1910-521-6440, Capital Improvement (Vehicles and Equipment), current balance $272,000; $2,905 for vehicle graphics 001- 1910-521-5210 current balance $115,057, Supplies; $2,100 for new tags 001-1910-521-3450 current balance $64,577. Resolution Don Reid Quotation for Sedan and Utility Vehicles DSS Equipment breakdown for Sedan Graphics Quote Piggyback Agreement; Florida Sheriff Association Bid # 15-23-0904 Specification #5 and #7, Florida Sheriffs Association Bid Don Reid Sun Biz Report 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 40 41 42 43 44 RESOLUTION NO. _______ _ A Resolution authorizing the City Manager to purchase seven vehicles from Don Reid Ford. WHEREAS. the Mayor and City Commission wish to purchase seven new Ford Sedan Interceptor Police Pursuit Vehicles with warranty and emergency equipment installed for the Police Department. and. WHEREAS. 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 seven new vehicle is needed; and. WHEREAS. Don Reid Ford was awarded the bid for the Florida Sheriffs Association Southern District for Ford Sedan and Utility Interceptor Police Pursuit Vehicles; and. WHEREAS. the cost of the seven police vehicles will be $272.559; $267.554 for the purchase of the vehicles and emergency equipment 301-1910-521-6440. Capital Improvement (Vehicles and Equipment). current balance $272.000.00; $2.905 for graphics to be charged to account number 001-1910-521-5210 current balance $115.057. Supplies; $2.100 for new tags to be charged to account number 00 1-191 0-521-3450 current balance $64.577. Contractual Service. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section I: The City Manager is authorized to purchase 7 Ford Sedan Interceptor Police Pursuit Vehicles from Don Reid Ford. through a piggyback agreement from the Florida Sheriffs Association Bid No 15- 23-0904 as approved in the 2015-2016 budget. Section 2. Severability: If any section. clause. sentence. or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction. this holding shall not affect the validity of the remaining portions of this resolution. Section 3: This resolution shall take effect immediately upon approval. PASSED AND APPROVED this __ day of ____ --'. 2016. ATTEST: 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 Liebman: Commissioner Edmond: Commissioner Welsh: -~ .~ -... . JBWII·;t~TlP'q~ PROPOSAL NAME: CITY OF SOUTH MIAMI EMAIL: SKULICK@SOUTHMIAMIFL.GOV ATTN: STEVEN KULICK 2016 FORD POLICE INTERCEPTOR SEDAN A WD (P2M) (99T) 3.5L V6 ECOBOOST ENGINE 6 SPEED AUTOMATIC TRANSMISSION (77B) REARVIEW MIRROR WI CAMERA (13P) HEADLMAP PREP (60P) KEYLESS ENTRY (ESP) PREMIUM CARE -5YRS/lOO,000 MILES $0 DEDUCTffiLE NEW CITY TAG DSS QUOTE# 167235 DATE: DECEMBER 31, 2015 $23,250.00 $3,049.00 STD $119.00 $254.00 $3,330.00 $250.00 $7,970.00 TOTAL $38,222.00 QUANTITY 7: GRAND TOTAL $267,554.00 PER FSA CONTRACT 15-23-0904 SPEC # 5 PURCHASER ACKNOWLEDGES: DON REID FORD IS UNABLE TO GUARANTEE DELIVERY DATES DUE TO MANY FACTORS, NOT LIMITED TO BUT INCLUDING: FORD MOTOR COMPANY pRODUCTION SCHEDULES, WEATHER, AVAILABILITY OF RAIL CARS, ETC. ALL PAYMENTS ARE DUE ON A NET 30 DAY BASIS UPON RECEIPT OF EACH VEIllCLE AS INVOICED REGARDLESS OF THE NUMBER OF VEIllCLES ON THE PURCHASE ORDER. We thank you for the opportunity to make this proposal and will appreciate your acceptance. Acceptance of this proposal will not be binding upon us until this proposal is approved hereonin writing by an official of Don Reid Ford, Inc. Return of one copy ofthis proposal and your purchase order number constitutes your official acceptance. Please return this form via Fax: (407) 647-4779 or email -EJore@aol.com ACCEPIED: _____ _ PO# _______ _ Respectfully submitted, ERIC JORE FLEET MANAGER DON REID FORD, INC. , DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 E-mail: RBUKENS@SOUTHMIAMIFL.GOV Quote Date I . Ship Via I F.O.B. 12/04115 I GROUND I FOBDEST Entered By Salesperson EDWIN SALGADO EDWIN SALGADO-Miami I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMlFL.GOV I . Customer PO Number Payment Method I PI SEDAN PATROL NET30 Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number 1 Description . Unit Extended Quantity Quantity Price Price 1 1 Y EVP 1,635.0000 1,635.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse.! MIAM INCLUDES FSA WPLB-LED TIER-I, WHELEN PREMIUM LIGHT BAR PACKAGE ... 1 1 Y IW8BRBR 0.0000 0,00 WEC LIBERTY II WC LIGHT BAR REDIBLUE Warehouse: MIAM (INCLUDED) 1 1 Y MKLP76 0,0000 0.00 WEC LOW-PROFILE LIGHTBAR MOUNT FOR INTERCEPTOR SEDAN Warehouse:MIAM (INCLUDED) 1 1 Y 295SLSA6 0.0000 0.00 WEC 100/200W SCAN-LOCK SELF-CONTAINED SIRENISWITCH Warehouse:MIAM HIGH CURRENT SWITCHING 100 WATT OUTPUT WITH 1-IOOWATT SPEAKER OR (INCLUDED) 1 1 Y SA315P 0.0000 0.00 WEC 100W COMPACT BLACK COMPOSITE 122dB SPEAKER Warehouse: MIAM (INCLUDED) Print Date 12104/15 Print Time 12:03:36 PM PageNo. 1 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 E-mail: RBUKENS@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 12/04/15 I GROUND I FOBDEST Entered By I Salesperson EDWIN SALGADO I EDWIN SALGADO-Miami I I I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL.GOV Customer PO Number Payment Method PI SEDAN PATROL NET30 Ordered By , Resale Number SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y SAK39 0.0000 0.00 WEC SA315P MOUNTING BRKT FOR 2012+ FORD PI SEDAN Warehouse: MIAM (INCLUDED) 1 1 Y EVP 513.0000 513.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse: MIAM INCLUDEDS FSA A LA CARTE LIGHTS, REAR DECK LIGHTS AND REAR VIEW MIRROR LIGHT. 1 1 Y AVNIB 0.0000 0.00 WEC AVENGER BLUE LED Warehouse: MIAM REAR DECK LIGHT, (INCLUDED) 1 1 Y AVNIR 0.0000 0.00 WEC AVENGER RED LED Warehouse: MIAM REAR DECK LIGHT, (INCLUDED) 1 1 Y AVN2RB 0.0000 0.00 WHELEN DUAL AVENGER SUPER LED REDIBLUE Warehouse: MIAM TO BE MOUNTED ON CENTER FRONT WINDSHIELD, (INCLUDED) Print Date 12/04115 Print Time 12:03:36 PM PageNo. 2 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI. FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33 143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL GOV E-mail: RBUKENS@SOUTHMIAMIFL GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/04115 I GROUND I FOBDEST I PI SEDAN PATROL NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price I I Y EVP 185.0000 185.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION SIDE MARKER FENDER LED LIGHTS 1 1 Y ECPGHKFIBJJ 0.0000 0.00 SOl GHOST COMPASS LT KIT FORD PI, SPLIT COLOR J/J Warehouse: MIAM (INCLUDED) 1 1 Y EVP 360.0000 360.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse: MIAM INCLUDES FSA OPTION "CORNER STROBE KIT", WHICH IS INTERPRETED AS "CORNER LED KITS" 2 2 Y BI-ST3 0.0000 0.00 Brooking 3 Diode Super Thin Surface Mount Clear Warehouse: MIAM 2 2 Y BI-ST3-FWB 0.0000 0.00 BI ST3 WHITE GROMMET Warehouse: MIAM 2 2 Y VTX609C 0.0000 0.00 WEC VERTEX HIDEA WA Y LED-CLEAR Warehouse: MIAM (2) FRONT CORNER LEDS. "''''REQUIRES OPTION 13P FROM FORD **** Print Date 12/04/15 Print Time 12:03:36 PM Page No. 3 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL GOV E-mail: RBUKENS@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/04/15 I GROUND I FOBDEST I PI SEDAN PATROL NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 2 2 Y VTX609R 0.0000 0.00 WEC VERTEX HIDEAWAY LED-RED Warehouse: MIAM (2) REAR CORNER LEOS 1 1 Y EVP 475.0000 475.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse: MIAM INCLUDES FSA OPTION "LTS", LAP TOP STAND. **** TABLE TOP INCLUDED*"''''* 1 1 Y 7170-0218-01 0.0000 0.00 GJ TALL TABLET MONT KIT WI MONGOOSE & KEYBOARD BASE Warehouse: MIAM (INCLUDED) 1 1 Y 15110-GETAC 0.0000 0.00 GJ LIND POWER ADAPTER FOR GETAC DOCK Warehouse: MIAM (INCLUDED) 1 1 Y EVP 450.0000 450.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "CONSOLE", EQUIPMENT CENTER CONSOLE. Print Date 12/04/15 Print Time 12:03:36 PM Page No. 4 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC· 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 E-mail: RBUKENS@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 12/04115 I GROUND I FOBDEST Entered By I Salesperson EDWIN SALGADO I EDWIN SALGADO-Miami I I I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL.GOV Customer PO Number Payment Method PI SEDAN PATROL NET30 Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Qnantity Quantity -Price Price 1 1 Y 7160-0409 0.0000 0.00 Gamber Johnson Ford PI Sedan Console Package 2012+ Warehouse: MIAM CONSOLE TO INCLUDE DUAL CUP HOLDER, ARMREST, THE FOLLOWING FACEPLATES, 1-7160-0523 (radio) 1-7140-0307 (siren) 1-3130-0361 (3 CIG. PLATE) AND WHATEVER OTHER FILLER PLATES NECESSARR Y TO COMPLETE THE INSTALL ******************************************************************* (INCLUDED) 3 3 Y 7160-0063 0.0000 0.00 GJ 12V OUTLET RECEPTACLE ONLY Warehouse: MIAM FITS IN STANDARD 12 V OUTLET RECEPTACLE KNOCKOUT IN PANEL OR CONSOLE. **************************************************************** QNCLUDED) I I Y THIOOO 0.0000 0.00 .. THOR 1000 WATT POWER INVERTER Warehouse: MIAM TO BE INSTALLED WITH HEADY DUTY 6GA POWER WIRE. (INCLUDED) Print Date 12/04/15 Print Time 12:03:36 PM Page No. 5 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL.GOV E-mail: RBUKENS@SOUTHMIAMIFL GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/04/15 I GROUND I FOBDEST I PI SEDAN PATROL NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price I 1 Y EVP 640.0000 640.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse: MIAM INCLUDES FSA OPTION "IDS", SETINAPRISONER CAGE I 1 Y PKI130ITSI2SCA 0.0000 0.00 lOXLCOATED-INTERCETOR SEDAN Warehouse: MIAM **** UPGRADE FROM FSA OPTION **** SMC HORIZ SLIDING WINDOW PARTITION W/COATED LEXAN, SPACE SAVER MODEL WITH X-TRA LEGROOM -INCLUDES 2 PIECE LOWER PANELS (INCLUDED) 1 1 Y EVP 155.0000 155.00 WEe EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "DBB", DOOR BLANK AND REAR WINDOW BARRIER 1 1 Y WK0513lTS12 0.0000 0.00 SMC SEDAN STEEL BAR WIDOW BARRIER (PAIR) Warehouse: MIAM (INCLUDED) 1 1 Y EVP 515.0000 515.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse: MIAM INCLUDES FSA OPTION "SETINA PS", REAR TRANSPORT SEAT Print Date 12/04/15 Print Time 12:03:36 PM Page No. 6 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130SW72ST~ET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL.GOV E-mail: RBUKENS@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/04/15 I GROUND I FOBDEST I PI SEDAN PATROL NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price I I Y QK0489ITSI2 515.0000 515.00 SMC PRISONER TRANSPORT REAR SEAT 2012+ FORD PISE Warehouse: MIAM Full Rear Transport TPO Seat with Center Pull Seat Belt System (INCLUDED) I I Y EVP 700.0000 700.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION" SPB300", PUSH BUMPER I I Y BK20071TSI2 0.0000 0.00 SMC ALUMINUM PUSH BUMPER WI 4 LEDLIGHT HEADS FORINTSE Warehouse: MIAM >1<>1<>1<>1< UPGRADE FROM FSA OPTION **** (INCLUDED) I I Y EVP 105.0000 105.00 WEC EMERGENCY VEHICLE PRODUCTS Warehouse: MIAM INCLUDES FSA OPTION "MAG" RECHARGEABLE MAG LIGHT I I Y 76441 0.0000 0.00 SLI POLYSTINGER LED HAZ-LO BLACK Warehouse: MIAM '" UPGRADE FROM FSA OPTION, MEETS SOUTH MIAMI PD SPECS FOR ACCREDIDATION **** Print Date 12/04115 Print Time 12:03:36 PM Page No. 7 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. ROBERT BUKENS Telephone: 305-663-6359 167235 SMIAMI E-mail: RBUKENS@SOUTHMIAMIFL GOV E-mai1: RBUKENS@SOUTHMIAMIFL GOV Quote Date I Ship Via I F.O.B. I Custome~ PO Number Payment Metbod 12/04/15 I GROUND I FOBDEST I PI SEDAN PATROL NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price I I Y SC-934-5-A 185.0000 185.00 SC UNIV. WEAPON OVERHEAD SETUP W/#2 KEY Warehouse:MIAM I I Y D3805 198.0000 198.00 PG D3805 SUPER SIZE TRUNK ORG Warehouse: MIAM *** NOT AVAILABLE ON FSA *** I I Y P46SLC 139.0000 139.00 WECPAR46 SUPER LED LIGHT 12 VDC Warehouse: MIAM I I N INSTALL 1,200.0000 1,200.00 DSS INSTALLATION OF EQUIPMENT Warehouse: MIAM SPECIFICS: ALL INSTALL ARE PERFORMED BY EVT CERTIFY TECHNICIANS. *** 2 I6S0UTHM fwIp , PI SEDAN, PATROL **** Approved By: D Approve AU Items & Quantities Print Date 12/04/15 Subtotal 7,970.00 Print Time 12:03:36 PM Freight 0.00 Page No. 8 Printed By: EDWIN SALGADO Order Total 7,970.00 BID AWARD ANNOUNCEMENT 15-23-0904 Effective Dates: October 1, 2015 -September 30, 2016 . '.:: POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES, TRUCKS & VANS Participating Sheriffs Offices & Local Govemmental Agencies of the State of Florida Coordinated By The Florida Sheriffs Association & Florida Association of Counties Bid Award AnnounCflmenl (15,23,09041 r~ F~, FLORIDA ASSOCIATION 01" COUNTIES All About Florida 1 ._.~L .. ~" .~ ':ilf;~, /' ''''~ ... ~t'" =~y;.", !!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!,~~.!!!!!!!!!!!!!!FL!!!!!O!!!!!R!!!!!!ID!!!!!A!!!!!S!!!!!H!!!!!E!!!!!R!!!!!I!!!!!F!!!!!F!!!!!S!!!!!A!!!!!S!!!!!S!!!!!O!!!!!C!!!!!IA!!!!!T!!!!!I!!!!!O!!!!N P. O. Box 12519 • Tallahassee, FL 32317-2519 PHONE (850) 877-2165 • FAX (850) 878-8665 WEB SITE: www.flsheriffs.org TO: ALL PROSPECTIVE PARTICIPANTS FROM: Steve Casey Executive Director Peggy Goff Deputy Executive Director Drew Terpak Business Operations Manager Annette Grissom Cooperative Bid Coordinator RE: POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES, TRUCKS & VANS BID NO.: 15-23-0904 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-mall at FLEET@!lsheriffs.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: I ORDERING INSTRUCTIONS I 1. Contact the awarded dealership listed in the zone from which you wish to purchase and advise them of your interest to purchase from Bid No. 15·23·0904. They will assist you with the placement of your order and answer any questions you may have regarding the Bid Award Announcement (15·23·0904) 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, Chrysler, 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 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 48830 1-800-999-FLEET (1-800-999-3533) Toyota FIN Code GEl59 1-800-732-2798 2. YOU MUST send a cOPY or the original purchase order /Including FSA's Contract No. 15-23·0904) submitted to the participating dealer electronically to: COOP@flsheriffs.org 3. Basis; 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 . • POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES, TRUCKS & VANS -Dealers ARE to include a three quarters of one percent (.0075) administrative fee in their base bid prices and their quotes and pricing for all additional equipment items (add options), excluding any state regulated fees including tags. The three quarters of one percent (.0075) will be incorporated into and made a part of the total invoice amount and shall not be treated or added as a separate line item. Fees are based on the total invoice cost of the new vehicle or equipment and excluding trade-ins. Trade-ins and other exchanges will not reduce or impact the fee calculation. No Other administrative feels) will be applicable to any transaction relative to the contract. 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 confirmation of order, delivery problems and communication problems, should be reported to us bye-mail 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: I = Western zone dealer 3 = Central zone dealer 2 = Northern zone dealer 4 = Southern zone dealer Bid Award Announcement (J 5·23·0904) 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. IMPORTANT NOTE: The manufacturers produce limited quantities of certain vehicles and orders are processed on a first come first serve basis and limited by the manufacturing plants capacity during any given model year. We are advising all agencies to place their orders for police rated vehicles as soon as possible to ensure delivery of product. Bid Award Announcement IJ5·23-0904). 4 FA~ FLORIDA ASSQCIATIONOF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type ofVehicIe FORD INTERCEPTOR POLICE RATED FULL SIZE SEDAN -Awn (Specificatiqn #05) Duval Ford Duval Ford Don Reid Ford Don Reid Ford Bid Award Announcement (15~23~0904) 2016 Ford Interceptor (P2M) 2016 Ford Interceptor (P2M) 2016 Ford Interceptor (P2M) 2016 Ford Interceptor (P2M) Zone * Western *Northern *Central * Southern Base Unit Price $22,998.00 $23,078.00 $23,098.00 $23,250.00 74 ~ FM FLORIDA ASSOCIATION OF COUNTIES All About Florida. FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FORD INTERCEPTOR POLICE RATED FULL SIZE SEDAN -A WD SPECIFICATION #5 2016 Ford Interceptor (P2M) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: Listed above, you will fmd lbe model numbers of the vehicles that will be included in this year's contract INSTRUCTIONS: Listed below you will fmd the model number of lbe vehicle lbat is being requested for lbe Police Rated Full Size Sedan -A WD, At a minimum, lbe following items will be factory installed on the base vehicle to meet the model number and build codes of lbe vehicles listed. Ford Interceptor (P2M) Code P2M 2lD R I W 500A 99K 44J 62T 153 Description Ford Intercepter Police Rated Sedan Driver's Side (Left Hand) Spotlight Seat Trim, Cloth Front Rear Vinyl Black Interior Equipment Group 3.7L V-6 Ti-VCT 6-SPD Transmission Ignition Control Trunk Release Front License Bracket Bid Award Announcement (15·23·0904) 75 ~ FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FORD INTERCEPTOR POLICE RATED FULL SIZE SEDAN -A WD SPECIFICATION #5 2016 Ford Interceptor (P2M) The Ford Interceptor (P2M) 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: *Western BASE PRICE: $22,998.00 *Northern $23,078.00 * Central $23,098.00 * Southern $23,250.00 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 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 official listing 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 be honored by the dealers in your zone at the stated prices. Bid Award Announcement (15-23-0904) 76 VEHICLE: DEALER: ZONE: BASE PRICE: Order Code D21D 1 Dl53 1 Order Code Interceptor (P2M) Duval Ford Duval Ford *Westem *Northem $22,998.00 $23,078.00 Delete Options Driver's Side (Left Hand) Spotlight Front License Bracket Add Options Don Reid Ford *Central $23,098.00 Don Reid Ford *Southem $23,250.00 Central Western & & Northern Southern $50.00 1 $100.00 NC Central Western & & Northern Southern P~ease refer to the Emergency Vehicle Lighting Specifications for ~ightbar descriptions and the awarded dealer pricing. PRIO 1 99T 1 99T 2 65E 1 65E 2 65C 1 65C 2 62D 1 62D 2 97T 1 97T 2 20P 1 20p2 21P 1 21P 2 CHOLE 1 PHOLE 1 51G 1 51G 2 WSPKR 1 51G 2 WTENA 1 Priority startibattery saver Factory remote engine start 3.5 V6 Ecoboost Engine Upgrade 365 HP AT 5500 WITH 93 OCTANE FUEL 1 Ballistic door panels -driver front door Ballistic door panels -driver and passenger front doors Electronics tray (w/o fan) Inclwith 854,855,856 1 Trunk circulation fan (mounted on package tray) Inc/with 854,855,856 1 Noise suppression bonds Right-hand pillar mounted 6" spotlight with ear halogen bulb, factory installed Adds right spot light to base spec. LED 210 available at $439. r Hole in roof' (drilled on centerline of roof panel approx. 29" rearward of windshield opening) Use this option jor customer supplied light bar installation 1 Hole in roof' (drilled on passenger side of roof panel approx. 29" rearward of windshield opening & approx. 6" inboard from passenger side door) Use this option/or customer supplied light bar installation 1 Wiring -grille lamps & speaker Inc! with 854,855,856, 857 1 I Wiring -auxiliary speaker Dealer installed speaker wire. Included in 5Ig, 854/855/856/857. For single Whelen 100 watt speaker, pigtail and bracket use Code 96P at $253. 1 , I Wiring -coaxial radio antenna Dealer installed haf2160a antenna. For customer supplied antenna, use $75 1 Bid Award Announcement (15-23-0904) $226.00 1 $250.00 NA $595.00 $3,000.00 1 $3,049.00 2 $1,549.00 1 $1,549.00 2 $3,094.00 1 $3,094.00 2 $284.00 1 $284.00 2 $99.00 1 $99.002 $94.00 1 $94.00 2 $164.00 1 $198.00 2 $250.00 1 NA $250.00 1 NA $49.00 1 $49.00 2 $150.00 1 $49.00 2 $175.00 1 NA 77 VEIDCLE: DEALER: ZONE: BAsE PRICE: BRING 1 PTW 1 TREMl SFST 1 RW1 1 MAGI RB9503FT 1 171 1 1712 88C 1 88C 2 97D 1 97D 2 59B 1 59B 2 60P 1 60p2 HAVIS 1 12P 2 Interceptor (P2M) Duval Ford *Western $22,998,00 Duval Ford *Northern $23,078.00 Don Reid Ford *Central $23,098.00 Don Reid Ford * Southern $23,250.00 Wiring -horn/siren circuit $50.00 1 Factory capable wiring is standard. One 10 amp siren speaker circuit to trunk Included with 854, 855, 856 .options., This option activates the horn ringfoature in combination with a siren controller. 1 Wiring -ignition aud main power supply $225.00 1 Power distribution center, power pigtail battery and ignition power standard. For power and ground extension labeled in loom at center console area/or installation .of emergency equipment not installed at dealer. Recommended on all .orders adding video, radio Dr radar. 1 Tremco auti-theft -foot activated; dealer installed SafeStop vehicle anti-theft -key activated or emergency lights activated, plug-&-play for most Ford aud Chevy fleet vehicles, dealer installed in 20 minutes or less Wiring -roof wires Power and groundjusedwith loom. Lightbar packages include wire/or rauting. Select this .option if adding equipment after dealer cage installation. 1 Rechargeable mag light Specify mounting location. Mag Instrument RLIOI9 MagCharger LED Rechargeable Flashlight System, Black 1 Ready Buckle Prisoner Restraint Seat Belt System REQUIRES LAGUNA PRISONER SEAT 1 Carpet floor covering, front & rear Island 2nd Row Carpet Floor Covering Note: Includesfloor mats,jront and rear. Included in 12P 1 2nd row cloth seats Included with 12p and includes trim code CW 1 Rear console plate Included with option packages 854, 855, 856, 857. May interfere with prisoner seat selection 1 Perimeter anti-theft alarm Requires 60P 1 Remote keyless entry Not available with keyed alike options 1 Full floor console with unique police fmish pauels, Dealer installed -please specifY CVSi508iNSE: 23" HAViS CENTER CONSOLE WiTH FlLLERPLATESAND HAVIS BRACKETS. MUST SPECiFY RADlO MAKE AND MODEL ON po. iNCLUDES DUAL CUPHOLDER CCUP2I, CARMi03 FliP UP ARMREST, CLP3 TRIPLE DC OUTLETS, BRACKETS, MOUNTING HARDWARE AND INSTALLATION CALL FOR OPTION PRICINGI $219.00 1 $229.00 1 $225.00 1 $149.00 1 $175.00 1 $124.00 1 $59.00 1 $34.00 1 $119.00 1 $254.00 1 $680.00 1 NA NA $250.00 $250.00 NA $195.00 $124.00 2 $59.00 2 $34.00 2 $119.00 2 $254.00 2 $379.00 2 Police Interior Upgrade Package -Cloth rear-seats; Floor mats, front and rear; 1st aud 2nd Row Carpet Floor Covering; Full floor console with unique police fmish pauels; Rear Grab Haudles wlCoat Hook (Note: Not available with the following options: 854, 855, 856, 857, 97D) $379.00 1 $379.00 2 Front Headlamp I Police Interceptor Housing Only -Pre-drilled hole for side marker I police use, does not include LED installed lights (eliminates need to drill housing I assemblies); Pre-molded side warning LED holes with standard twist lock sealed I capability (does not include LED installed lights) (Note: Not available with options 661 ,aud 856) $119.00 1 $119.00 2 ' Bid Award Announcement (15.23·0904) 78 VEHICLE: DEALER: ZONE: BASE PRICE: 661 1 661 2 663 1 663 2 855 1 855 2 856 1 856 2 857 1 857 2 Interceptor (P2M) Duval Ford *Western $22,998.00 Duval Ford *Northern $23,078.00 Don Reid Ford *Central $23,098.00 Don Reid Ford *Southem $23,250.00 Front Headlamp Lighting Solution -Base projector beam headlamp plus two (2) $894.00 1 $894.00 2 multi-function Park/Turn/Warn (PTW) bulbs for Wigwag simulation, and two (2) white hemispheric lighthead LED side warning lights. Wiring, LED lights included. Controller "not" included (Note: Included with option 856; Requires Pre-Wiring for grille LED lights, siren and speaker -51 G) Tail Lamp Lighting Solution -Includes base LED lights, plus two (2) rear integrated $414.00 1 $414.00 2 hemispheric red lighthead LED side warning lights in taillamps; LED lights only. Wiring, controller "not" included (Note: Included with option 856 Rear Lighting Solution -Includes two (2) backlit flashing linear high-intensity LED $474.00 1 $474.00 2 lights (driver side red I passenger side blue) mounted inside back window; surrounds brake stop light); Includes two (2) linear high-intensity LED lights (driver side red I passenger side blue) mounted on inside trunk decklid (lights activate when decklid is open); LED lights only. Wiring, controller "not" included (Note: Included with option 856) Trunk Upfit Package -Rear console mounting plate -contours through 2nd ~ow; $949.00 1 $949.00 2 channel for wiring; Wiring overlay harness with lighting and siren interface connections; Vehicle Engine Harness includes: Two (2) light connectors -supports up to three (3) LED lights each (engine compartment); One (1) grille LED light connector -supports two (2) LED lights; Two (2) 50 amp battery ground circuits in power distribution junction block (in-trunlc); One (I) 10-amp siren/speaker circuit (engine to trunk); Light Controller Package -Includes content from the following Police Interceptor Packages: #4 (854) plus: Whelen Light Controller Head (PCC8R); Whelen PCC8R Light Relay Center (electronics tray mounted); Light Controller I Relay Center Wiring (jumper harness); Whelen Specific Cable (console to trunk) connects PCC8R to Control Head. Does "not" include LED lights; Recommend Police Wire Harness Connector Kits 77E and 51J (Note: Not available with options 854, 856, 857) Ready for the Road Package -Includes Police Interceptor Packages: #661; #662, #663, #854 plus: Whelim Cencom Light Controller Head with dinunable backlight; Whelen Cencom Relay Center I Siren I Amp w/Traffic Advisor (mounted on Electronics Tray); Light Controller I Relay Cencom Wiring (wiring harness) w/additionalinputloutput pigtails; High current pigtail; Whelen Specific WECAN Cable (console to trunk) connects Cencom to Control Head; Grille linear LED Lights (Red I Blue); 100-Watt Siren I Sp 1 2 $1,604.00 $1,604.00 1 2 $3,569.00 $3,569.00 Ultimate Wiring Package -Includes the following: Rear console mounting plate (97D); $539.00 1 $539.00 2 lIP to trunk overlay harness; Two (2) light cables -supports up to 6 LED lights (engine compattment); Trunk Power Distribution box (PDB); Two (2) 50-amp battery and ground circuits in-trunlc; One (1) 10-amp siren/speaker circuit engine to trunk; Rear backlightldecklid/trunk wiring -supports up to six (6) rear LED lights; Grille LED lights, Siren and Speaker Wiring (51G); Light Controller I Relay Cencom Wiring Police Wire Harness ConneCtor Kit (Front) -For connectivity to Ford PI Package $104.00 1 $104.0021 solutions includes: Two (2) Male 4-pin connectors for siren; Five (5) Female 4-pin connectors for lighting/siren/speaker; One (1) 4-pin IP connector for speakers; One (1) 4-pin IP connector for siren controller connectivity; One (1) 8-pin sealed connector; One (1) 14-pin IP connector Bid Award Announcement (15-23-0904) 79 VEHICLE: DEALER: ZONE: BASE PRICE: TT36 1 62p 2 13C 1 13C 2 ISG 1 ISG 2 67D 1 ISL 2 TINT 1 3K 1 DLR 2 43? 1 43B 2 19T 1 63P2 63P 1 63P2 76R 1 76R 2 VV 1 RS 1 DBB 1 9SK 1 9SK 2 2TONE 1 65L 1 65L 2 N21 642 1 642 2 21F 1 21F2 141 1 141 2 Interceptor (P2M) Duval Ford *Western $22,99S.00 Duval Ford *Northern $23,078.00 Don Reid Ford *Central $23,098.00 Don Reid Ford * Southern $23,250.00 Police Wire Harness Connector Kit (Rear) -For connectivity to Ford PI Package $129.00 1 solutions includes: One (I) 2-pin connector for rear lighting; One (1) 2-pin connector for trunk circulation fan; Six (6) Female 4-pin connectors; Six (6) Male 4 pin connectors; One (1) lO-pin connector Auxiliary equipment tray Dealer installed Progard trunk equipment slide out tray. Courtesy light disabled Dark Car Feature 1 Rear door locks & handles inoperative Rear windows inoperative Operable from driver's switch 1 Legal deep tinted film, lifetime warranty, dealer installed Additional Key(s) or Key Fob(s) when applicable. Provides key, additional Fob when coupled with 60p, and programming where applicable 1 Keyed alike Coding is as/allows. Please select proper code and list on purchase order. 43E is 1435x 43B is 1284x, 43D is 0135x, 43F is 0576x, 43J is llllx, 43C is 1294x 1 MUST SUPPLY KEY CODE 2 Hidden door This option isfor the trunk storage vault recessed into trunk side panel and lockable. Included with 856 1 Hidden door lock plunger Hidden Door Lock Plunger wi Rear Door Handles Inoperable. This option is necessary for prisoner evacuation from containment area in the instance where car loses power 1 Reverse sensors Rear proximity sensors for collision avoidance 1 Vent visors -stick-on style Rainshields -flange style Door blank & rear window barriers, requires plungers (Setina, Pro-Gard, Cruisers 'or approved equivalent) Locking gas cap Two-tone paint (dealer installed) Full wheel covers Wheel Covers (18" Full Face Wheel Cover) 1 $360.00 1 $19.00 1 $34.00 1 $24.00 1 $325.00 1 $176.00 1 $49.00 1 $119.00 1 $154.00 1 $294.00 1 $130.00 1 $140.00 1 $496.00 1 $19.00 1 $1,296.00 1 $59.00 1 Nitrogen filled tires including spare tire $196.00 1 Aluminum Wheels $464.00 1 8" Painted Aluminum Wheel Note: SODA includes P245155R18 AlS SSW Note: 50lA includes P235/55R18 A/S SSW Note: Spare wheel is an 18" conventional (Police) black steel wheel! i LED Spotlight -Factory installed Includes D21D creditfor factory halogen spotlight. LED insert available 1 Two-Tone Vinyl Package #1 (roof vinyl; RHlLH front doors vinyl; RHlLH rear doors vinyl-not available with the following vinyl packages: #2(142); #3(143); (144) $149.00 1 $SI9.00 1 Bid Award Announcement (15-23-0904) $129.00 2 $285.00 2 $19.00 2 $34.00 2 $34.00 2 $395.00 $175.00 2 $49.00 2 $154.00 2 $154.00 2 $294.00 2 $225.00 $225.00 $495.00 $19.00 2 $1,295.00 $59.00 2 $200.00 $464.00 2 $359.00 2 $SI9.00 2 80 VEHICLE: DEALER: ZONE: BASE PRICE: 142 1 1422 143 1 143 2 19T 1 19T 2 96p 1 96P2 DECAL l 55B 2 DSS North Florida 1 60B 2 DSS South Florida 1 SOIA 2 60B.SPB12 1 60B.SPB16 1 60B.PB300 1 60B.GR5 1 Interceptor (P2M) Duval Ford *Westem $22,998.00 Duval Ford *Northem $23,078.00 Don Reid Ford *Central $23,098.00 Two-Tone Vinyl Package #2 (roof vinyl, hood vinyl, decklid vinyl-not available with the following vinyl packages: #1(141); #3(143); (144) Two-Tone Vinyl Package #3 (roof vinyl; RHlLH front doors only vinyl-not available with the following vinyl packages: #1(141); #2(142); (144) Trunk storage vault includes lockable door, extra key $20 1 100 watt siren/speaker Includes bracket and pigtail. Included with package 856 Optional equipment -specifY BASESHERIFFSDECALPACKAGE 1 BLIS2 Don Reid Ford *Southem $23,250.00 $819.00 1 $684.00 1 $119.00 1 $289.00 1 $345.00 1 Optional equipment -specifY ($75.00)1 Personal on-site consultationfor detailed interceptor quotation resulting inJull-build turn-key delivery. Credit is itemized when formal quote is draftedfollowing DSS consultation resulting in a single agency FSA purchase order. Leasing quotations are available for annual payment terms in advance or arrears. Contact dealer for appointment. Appointments are typically scheduled within 48 hours from phone call. 1 PUSH BUMPER BRACKET 2 Optional equipment -specifY ($95.00)1 Personal on-site consultation/or detailed interceptor quotation resulting infull-build turn-key delivery. Credit is itemizedwhenJormal quote is drafted/allowing DSS consultation resulting in a single agency FSA purchase order. Leasing quotations are available for annual payment terms in advance or arrears. Contact dealer for appointment. Appointments are typically scheduled within 48 hours from phone call. 1 2. 0 ECO BOOST ENGINE 2 Optional equipment -specifY $695.00 1 Standard passenger side mount package, PKG-PSM packages include a vehicle specific base plate,heavy-duty pole without height a4J'ust handle, tilt-swivel motion device, and a top offset plate. The vehicle specific heavy-duty mounting base mounts to existing OEM seat boltsfor easy installation (C-HDM-141) . Includes UTIOI universal laptop tray. 1 SIDE MARKER LIGHTS 2 Optional equipment -specifY $396.00 1 Regionalfreight charge per vehicle for alternative zone purchasing per section 3.54 paragraph A, item 1 b. Per terms and specifications 1.14, pre-delivery service inspection and all delivery requirements, plus additionalfleet simple key included. Not applicable when agency is domiciled in same zone as the base award. Amount is calculated via statistical algorithm utilizing trending market sales data and median variable freight costs within certain statistical mileage data paints within the state of Florida. Any dollar volume credit to this unit cost, where applicable, is derived per section 3.55 1 Setina PBIOOAI2 -12" Aluminum Push Bumper Includes factory requiredframe to bwnper riveted push bumper brackets. This item qualifies for package discounts and agency rewards program. Freight and installation included. WWWSETlNA.COM 1 Setina PBIOOAI6 -16" Aluminum Push Bumper Includes factory requiredframe to bumper riveted push bumper brackets. This item qualifies for package discounts and agency rewards program. Freight and installation included. www.SETlNA.COM 1 Setina PB300 Push Bumper Includes factory requiredframe to bumper riveted push bumper brackets. This item qualifies for package discounts and agency rewards program. Freight and installation included. www.SETlNA.COM 1 Go Rhino 5000 Series Push Bumpers Includesfactory requiredframe to bumper rivetedpush bumper brackets. This item qualifiesfor package discounts and agency rewards program. Fretght and installation included. WWWGORHINO.COMI $545.00 1 $580.00 1 $545.00 1 $545.00 1 Bid Award An.nouncement (15-23-0904) $819.00 2 $684.00 2 $119.00 2 $289.00 2 $474.00 2 $24.00 2 $719.00 2 $244.00 2 $49.00 2 $895.00 $895.00 $895.00 $895.00 I 81 VEHICLE: DEALER: ZONE: BASE PRICE: Interceptor (P2M) Duval Ford *Westem $22,998.00 Duval Ford *Northem $23,078.00 Don Reid Ford *Central $23,098.00 Don Reid Ford *Southem $23,250.00 PS.LAGUNA 1 Rear Transport Seat -Laguna System 3P $715.00 1 Hygenic and Easy to Clean-3P X-TREME Construction-Easy Installation -Standard Black Seat-Quicker suspect loading due to increased room.-QUicker, safer and more thorough biohazard cleanup.-No need to searchfor dangerous contraband or missing evidence. Instead of reaching towards the middle of the Compartment to latch aprisoner in, the Laguna Belt system latches in on the door side of the vehicle. The belts have an installed magnet attached to them to latch on the partition for a easy grab when seat belting the prisoner in. www.LAGUNA3P.COM 1 PS.PROGARD 1 Rear Transport Seat -Pro Gard 6000 Series www.PRO-GARD.COMl $715.00 1 PS HALF 1 DLR 2 SPB 450LS4 1 SETINAPS 1 Optional Equipment -please specifY $1,450.00 1 The New SingieSeating systems are easily installed, with a precisionjit right over the vehicles existing seat. Unlike other models, there is no longer the expensive need to remove and store the factory seat. Selina's New TPO Seat and Floor Pan, along with o.ur TPO Door Guards, gives your vehicle an OEM Factory Appearance. This item qualifiesfor package discounts and agency rewards program. Freight and installation includedl WINDOW BARS AND DOOR BLANKS 2 Optional Equipment -please specifY $849.00 1 Setina lighted push bumper with two forward/acing led's and two side facing led's. This item qualifies for package discounts and agency rewards program. Freight anc{ installation included 1 Optional Equipment -please specifY $1,645.00 1 SETlNA FULL REAR PRISONER SEATING SYSTEM; Setina's New TPO Seat and Floor Pan, along with TPO Door Guards, gives your vehicle an OEM Factory Appearance. New Door Barriers MADE WITH HEA VY TPO POLYMER Contour OEM design Protection for vehicles. Unlike previous models, there is no longer a need to' remove thefactary door panel to' eliminate the hiding 0/ contraband and and make clean up a snap. The new Daor Guard installs right over the existing daor panelJUs like a glove, and conceals all fasteners in the door sills making it extremely tamper resistant. This item qualifies/ar package discounts and agency rewards program. Freight and installation included l CAGE XLIOC 1 Setina #10 Series Lexan Cage with sliding window, full width lower extension panel, dealer installed $850.00 1 CAGE8S 1 CAGEPG 1 G5000 1 G7210 1 Setina Extended legraom prisoner partition. Offered with Horizontal Sliding. Inquire about stationary window options. 'Recessed weapan storage panel and Extensions panel included 1 Setina 8S Lexan cage with 112 lexan and 1/2 expanded metal with full lower extension panel, dealer installed For recessedpaneZ add $130. For gunlock add $385 1 Pro-Gard P2600 Series Polycarbonate (Lexan) Cage with sliding window, full width lower extension panel, dealer installed Far recessed panel add $130: For gunlock add $385 1 $775.00 1 $775.00 1 Optional Equipment, specifY . $345.00 1 SINGLE GUNRACK MOUNT 1 Optional Equipment, specifY $430.00 1, DUAL PARTITION MOUNT GUN RACK 1 Optional Equipment, specify $1,450.00 1 ALUMINUM WEAPON VAULT 1 . K-9 Container. All aluminum In-Vehicle (rear seat area) K-9 Container to protect the $2,500.00 1 public, officer, K-9, and vehicle. PleaseBpecifY vehicle year, make and model. Call for installation, shipping, and/or delivery prices. I Includes rubber liner, water dish andfreight on parts including installation. Black powder coatfinish available I upon request. For 1/3 prisaner transport and 2/3rd k9 cantainer add $625. For Coolgaurd k9 Heat Alarm i I system add $600, pager $400, Remote daar opener add $650 1 1 Bid Award Announcement (15-23-0904) $695.00 $695.00 $795.00 2 $895.00 $895.00 $795.00 82 VEHICLE: DEALER: ZONE: BASE PRICE: HOTNPOp 1 PROTEMP 1 LABOR 1 TEMP 1 TX 1 TAG 1 MP575 1 MP675 1 MP610 1 CB575 1 ESP 2 CE575 1 ESP 2 Interceptor (P2M) Duval Ford *Western $22,998.00 Duval Ford *Northern $23,078.00 Don Reid Ford *Central $23,098.00 Don Reid Ford *Southem $23,250.00 Electronic Remote Rear Door Opening system to be used with the K -9 Container. Allows the officer to release the K-9 from the vehicle from a remote position. Includes Heat alarm. Additional items to add as options: Engine stall sensor add $149, no K9left behind $149, additional remote $159, Optional 12" Fan, activation module, manual switch add $360, HD Fan Guard $135, Carbon Monoxide detector and interface module $265, Smoke detector $155, Long range Remote pager with hasntOg2 Antenna $355. Long range remote pager with dual band antenna kit $500 1 Heat Alarm System to be used in a K-9 vehicle. Warns officer when dangerously high temperatures are inside the vehicle. ACE K9 PRO TEMP ALARM SYSTEM 1 Labor rate per hour Labor rate per hour. Refer to Emergency /ightingprice submission/or schedule. See dealer quotefor item;zation. Includes professional EVT certified installation, wire loom, connectors, prep kit and consultation 1 Temporary tag Transfer existing registration (must provide tag number) Per Florida Statute 320.08, A dealer can only charge the purchaser the actual fees authorized by statute for title and registration transfers. These will be the fees charged by the county ta.'C collector's office for traniferring title and registrations. Overcharging of these fees without refunding the overcharge is unlawful and could result in disciplinary action against the dealer's license. The dealer is responsible for refonding the overcharged amount to the purchaser. Private tag agency foes cannot be included in the category of title imd registration fees: DHSMV Procedure TL-IO. [TL-IO:http://www3.flhsmv.govIDMVIProcITLlTL-10.PDFJ I New state tag (specify state, county, city, sheriff, etc.) Per Florida Statute 320.08, A dealer can only charge the purchaser the actualfees authorized by statute for title and registration transfers. These will be the fees charged by the county tax collector's officefor transferring title and registrations. Overcharging of these fees without refunding the overcharge is unlawful and could result in discipliriary action against the dealer's license. The dealer is responsible for refunding the overcharged amount to the purchaser. Private tag agency fees cannot be included in the category of title and registrationfees: DHSMV Procedure TL-10. [TL-10:http://www3.flhsmv.govIDMVIProcITLlTL-10.PDFJ 1 Maintenance Plan -specify 5 Year 75,000 mile Premium Maintenance Plan. 15 service visits at 5000 mile intervals for vehicles with Gas Engine, zero deductible. 1 . Maintenance Plan -specify 6 Year 75,000 mile Premium Maintenance Plan. 15 service visits at 5000 mile intervalsfor vehicles with Gas Engine, zero deductible. 1 . Maintenance Plan -specify 6 Year 100,000 mile Premium Maintenance Plan. 20 service visits at 5000 mile intervalsfor vehicles with Gas Engine, zero deductible. 1 Warranty -specify 5 Yr 75,000 mile zero deductible BASECare plan. 5 Yr 100,000 mile zero deductible use $2000. Complete pricing schedule available upon request. Prices quotedper FordMoCo Florida Retail ESP April2015 Pricing Guide 1 POWERTRAIN CARE 6/100 0 DED 2 Warranty -specify 5 Yr 75,000 mile zero deductible EXTRACare plan. 5 Yr 100,000 mile zero deductible use $2425. Complete pricing schedule available upon request. Prices quotedper FordMoCo Florida Retail ESP April 2015 Pricing Guide 1 BASE CARE 611000DED 2 1 $1,700.00 $980.00 1 $145.00 1 $6.00 1 $85.00 1 $130.00 1 1 $1,860.00 1 $1,905.00 $2,400.00 1 $85.00 $35.00 $150.00 $250.00 1 2 $1,475.00 $1,740.00 $1,710.00 1 $2,130.002 Bid Award Announcement (15-23-0904) 83 VEHICLE: DEALER: ZONE: BASE PRICE: CP575 1 ESP 2 Interceptor (P2M) Duval Ford *Western $22,998.00 Warranty -specify Duval Ford *Northem $23,078.00 Don Reid Ford *Central $23,098.00 5 Yr 75,000 mile zero deductible PREMIUMCare plan. 5 Yr 100,000 mile zero deductible use $3330. Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail ESP April 2015 Pricing GUide 1 EXTRA CARE 611000 DED 2 Bid Award Announcement (15-23-0904) Don Reid Ford *Southern $23,250.00 1 2 $2,400.00 $2,585.00 84 GD GRAPHIC DESIGNS INTERNATIONAL Providing Quality Public Safety Decals Since 1994. SGT. DARBY WAGNER 6130 Sunset Drive South Miami, FL 33143 dwagner@southrniamifl.gov PROPOSAL II SOUTH MIAMI POLICE DEPARTMENT OTY. 7 DESCRIPTION COMPLETE 3M REFLECTIVE GRAPHICS KIT FOR A 2016 FORD INTERCEPTOR SEDAN #1601-1607 INCLUDING INSTALLATION PRICE $415.00 each PLEASE LET ME KNOW IF AND WHEN TO PROCEED. THANK YOU TOTAL $2,905.00 {en ice c;;.ellers AUTHORIZED SIGNATURE Jenice Sellers January 7.2016 TODAY'S DATE Thank you for your inguiry. We appreciate your consideration. PLEASE FAX PURCHASE ORDER TO JENICE SELLERS @ 772-286-8198 OR EMAIL TOJENICE@GDIGRAPIDCS.COM 3161 SE Slater St Stuart, FL 34997 T, 772-287-0000 11-800-344-6853 F,772-286-8198 WWW.GDIGRAPHICS.COM 1/1312016 Detail by Entity Name Florida Profit Corporation DON REID FORD, INC. Filing Information Document Number FEIIEIN Number Date Filed State Status 290488 59-1089464 03/04/1965 FL ACTIVE Detail by Entity Name Last Event Event Date Filed NAME CHANGE AMENDMENT 02/08/1978 Event Effective Date Principal Address 1875 S ORLANDO AVE MAITLAND, FL 32751 Changed: 01/29/2010 Mailing Address P. O. BOX 940005 1875 S ORLANDO AVE MAITLAND, FL 32794 00 Changed: 01/29/2010 NONE Reaistered Agent Name & Address REID, RUSSELL L 1875 SOUTH ORLANDO AVENUE MAITLAND, FL 32751 Name Changed: 01/29/2010 Address Changed: 01/25/2002 OfficerlDirector Detail Name & Address Title P REID, RUSSELL 1875 S ORLANDO AVE http://search,sunbiz.org/lnquiry/CorporationSearchiSearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder::;DONREIDFORD...1/3 111312016 MAITLAND, FL Title ST LEVASSEUR, MELISSA A 1875 S. ORLANDO AVE. MAITLAND, FL Title V REID, DONALD LJR 1875 S ORLANDO AVE MAITLAND, FL 32731 Title V REID, ROBERT 1875 S ORLANDO AVE MAITLAND, FL 32731 Title V REID, BRADLEY 1875 S ORLANDO AVE MAITLAND, FL 32751 Annual Reports Report Year 2013 2014 2015 Document Images Filed Date 01/29/2013 02/12/2014 02/05/2015 Detail by Entity Name 02/05/2015 --AN N UAL REPORT __ V.:..:i.:..:ewc....::..:im.:::a",-ge:...ci.:..:.n .:..:P.:..:D:...cF ;.::fo.:..:.rm:.:.:a::..t _---' 02/12/2014 --ANNUAL REPORT __ V.:..:i..:..ewc....::..:im.:::a,,-ge..:..i.:..:.n.:...P_DF-,-,fo.:..:.rm:.:.:a::..t_---, 01/29/2013 --ANNUAL REPORT __ V.:...i..:..ew--,-im.:..:.a-".ge_i_n..:..p_D_F--,fo_rm..:.:a.:..:.t_~ 01/20/2012 --ANNUAL REPORT ___ Vi_ew_im.:..:.a-".ge_i_n_P_D_F_fo_rm_a_t_--, 02/08/2011 --ANNUAL REPORT View image in PDF format -----"--------- 01/29/2010 --ANNUAL REPORT View image in PDF format -----"------~ 01/13/2009 --ANNUAL REPORT __ .:..:Vi.:..:ewc....::..:im.:::a",-ge:...ci.:..:.n.:..:P::..D:...cF;.::fo.:..:.rm:.:.:a::..t_......J 01/24/2008 --ANNUAL REPORT __ .:..:Vi.:..:ew::...:.:.:im;.::a",-ge=--i.:..:.n.:..:P::..D,--F.:..:fo.:..:.rm",a::..t __ 01/22/2007 --ANNUAL REPORT __ ..:..Vi..:..ew::...:.:.:im.:..:.a-".ge=--i.:..:.n..:..P_D_F.:..:fo.:..:.rm",a.:..:.t __ 02/20/2006 --ANNUAL REPORT __ -,-Vi..:..ew_im.:..:.a-".ge_i_n_P_D_F_fo_rm_a.:..:.t_--, 01/10/2005 --ANNUAL REPORT ___ Vi_ew_im_a.::.ge_i_n_P_D_F_fo_rm_a_t_--, 02/16/2004 --ANNUAL REPORT View image in PDF format -----"--------- 01/23/2003 --ANN UAL REPORT __ V.:..:i.:..:ew::...:.:.:·lm.:::a",-ge:...ci.:..:.n .:...P.:..:DF~fo.:..:.rm:.:.:a::..t _---' http://search,sunbiz.orgllnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Jnitial&searchNameOrder=DONREIDFORD... 2/3 1/1312016 Detail by Entity Name 01/25/2002 --ANNUAL REPORT View image in PDF format --------~------~----~ 04/03/2001 --ANNUAL REPORT. ___ V_i_ew __ im_a..,,9_e_in_p_D_F_f_orm __ a_t __ ~ 02/21/2000 --ANNUAL REPORT ___ V_i_ew __ im_a-=9_e_in_P_D_F_f_or_m_a_t _~ 02/19/1999 --ANNUAL REPORT View image in PDF format -------=---------~ 01/28/1998 --ANNUAL REPORT __ V::..:.ie::..:.w.:...i::.:.m:.::a9",e::..:.i,,-n ,--PD::.:F_f:.::o:.::rm:;ca::..:.t_~ 03/24/1997 --ANNUAL REPORT ____ V_i'--ew_'__imC'-a"'9c-e.:...in-cP_D...cF-cf.c.-0rm-"--a.:...t _~ 03/26/1996 --ANNUAL REPORT ___ V_i_ew_im_a..,,9_e_in_P_D_F_f_or_m_a_t _~ 03/30/1995 --ANNUAL REPORT __ V_ie_w_i_m_ao:..ge_i_n _PD_F_f_o_rm_a_t_~ Copyriqht :£;,me) Privacy Policies state of Flol-ida, Depal-tmellt of State htlp:/Isearch.sunbiz.org/lnquiry/CorporationSearch/SearchResuJtDetaiJ?inquirytype=EntityName&directionType=/nitiaJ&searchNameOrder=DONREIDFORD... 3/3 2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 290488 Entity Name: DON REID FORD, INC. Current Principal Place of Business: 1875 S ORLANDO AVE MAITLAND, FL 32751 Current Mailing Address: P. O. BOX 940005 1875 S ORLANDO AVE MAITLAND, FL 32794 00 FEI Number: 59·1089464 Name and Address of Current Registered Agent: REID, RUSSELL L 1875 SOUTH ORLANDO AVENUE MAITLAND, FL 32751 US FILED Feb OS, 2015 Secretary of State CC9331 047943 Certificate of Status Desired: No The above named entity submits this statement tor the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title Name Address P REID, RUSSELL 1875 S ORLANDO AVE City-State-Zip: MAITLAND FL Title V Name REID, DONALD LJR Address 1875 S ORLANDO AVE City-State-Zip: MAITLAND FL 32731 Title V Name REID, BRADLEY Address 1875 S ORLANDO AVE City-State-Zip: MAITLAND FL 32751 Date Title ST Name LEVASSEUR, MELISSA A Address 1875 S. ORLANDO AVE. City-State-Zip: MAITLAND FL Title V Name REID. ROBERT Address 1875 S ORLANDO AVE City-State-Zip: MAITLAND FL 32731 I hereby cerlify that the information indicated on this report or supplemental reporl is true and accurete and that my electronic signature shalf have the same legal effect as Ifmade under oath; that I am an officer or dIrector of the corporation orthe receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: MELISSA LEVASSEUR SECRETARY TRESURER 02/05/2015 Electronic Signature of Signing Officer/Director Detail Date