Loading...
Res No 009-16-14564RESOLUTION NO.009-16-14564 A Resolution authorizing the City Manager to purchase seven vehicles from Don Reid Ford. WHEREAS,theMayorandCity Commission wishtopurchasesevennewFord Sedan Interceptor Police Pursuit Vehicles withwarrantyandemergencyequipment installed forthePoliceDepartment,and, WHEREAS,due to the excessive mileage ofanumberofvehiclesin the police fleet,andinaneffort to maintainafleetofsafeandserviceablevehiclesfor the police department,the purchaseofsevennew vehicle is needed;and, WHEREAS,Don ReidFordwas awarded the bidfor the FloridaSheriffs Association Southern DistrictforFordSedanandUtility Interceptor PolicePursuit Vehicles;and, WHEREAS,thecostoftheseven police vehicles will be $272,559;$267,554forthepurchaseofthe vehicles and emergency equipment 301 -1910-521-6440,Capital Improvement (Vehicles and Equipment), current balance $272,000.00;$2,905for graphics tobechargedtoaccountnumber 001 -1910-521 -5210 current balance $115,057,Supplies;$2,100 fornewtagstobe charged toaccountnumber 001 -1910-521 -3450 current balance $64,577,Contractual Service. NOW,THEREFORE,BEIT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section I:TheCity Manager isauthorizedtopurchase7FordSedan Interceptor Police Pursuit Vehicles fromDonReidFord,througha piggyback agreement from the Florida Sheriffs Association Bid No 15- 23-0904as approved in the 2015-2016 budget. Section 2.Severability:If anysection,clause,sentence,or phraseofthisresolutionisforany reasonheld invalid or unconstitutional byacourtofcompetent jurisdiction,this holding shall notaffectthe validity of the remaining portions ofthisresolution. Section 3;This resolution shall take effectimmediatelyuponapproval. PASSED AND APPROVED this 1^thday of January 2016. ATTEST: CITY CLERK J^ READ AND APPftfDVED AS TO FORM, LANGUA0<L£GALITY i THEREOF APPROVED: MAYC COMMISSION VOTE: Mayor Stoddard: ViceMayorHarris: Commissioner Liebman: Commissioner Edmond: Commissioner Welsh: 5-0 Yea Yea Yea Yea Yea Soutfr Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To:The Honorable Mayor &Members of the City Commission From:Steven Alexander,City Manager Date:January 19,2016 Agenda Item No.:_ Subject: Background: AResolutionauthorizing the City Manager to purchaseseven(7)Ford Sedan Interceptor PolicePursuitvehicleswith emergency equipment includedand installed fromDonReid Ford,a piggyback procurement from the Florida SheriffsAssociation Bid No 15-23-0904,asapprovedin the 2014-2015 Budgetforatotal amount not to exceed $273,000.00. Due to the excessive mileage of a number of vehiclesin the policefleet, and in an effort to maintain a fleet of safe and serviceable vehicles for the policedepartment,the purchase ofseven(7)newvehiclesisneeded. TheCitywill piggyback this procurement from the Florida Sheriffs Association Bid No 15-23-0904 and purchasethevehiclesfromDonReid Ford who is awarded the bid for the southern district of Florida for Ford Sedan Interceptor PolicePursuit Vehicles. The City,aftercarefulanddetailedreview,has determined piggybacking from the Florida Sheriffs Association (FSA)Contract forpolicerated vehiclesprovidesan efficient and cost effective method of purchasing specializedvehiclesofthis type.The followingisa quote directlyfrom the Florida Sheriffs Association's website; http://www.flsheriffs.org/purchasingprograms/ 'The Florida SheriffsAssociationusesits expertise tohelp Sheriffs' Officesreducetheirbudgetsby arranging discountpurchasing programs.These,inturn,help save Florida taxpayers millions of dollars.FSA's highly-successful fleet management Program provides Sheriffs'Officeswith significant buyingpowerandsavingson official agency vehicles -adirectbenefitand effective cost savings to local taxpayers" Furthermore,two much larger agencies than the City's utilize the FSAfor its police pursuit or similar vehicles;the City of Miami and Miami-Dade County.The City of Miamihas issued a contract award to FSA contract #15-23-0904;the same contract staff is recommending for the City's FY 2016 purchase.Miami-Dade County issued two piggyback 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 vehiclepurchases.The City typically orders between 5-7 vehiclesper yearbut receives the same volume discounts aslargeragencies. thfu;South*Miami THE CITY OF PLEASANT LIVING Amount: Account: Attachments: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Another consideration,hence a greater expense against issuing a solicitation,is the RFP process is time consuming 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 procuring vehicles through the piggyback process,detailed specifications,accessories and pricing have been completed by FSA's professional and experienced staff,eliminating time consuming stepsbyCitystaff. Another significant factor is the vehicle manufacturer's model year cut-off dates.Vehicle manufacturers establish vehicle cut-off datesfor specific model year vehicles,which can vary by manufacturer,but generally occur between April -|une of each year.If orders are not placeby the cut-off date,the model year pricing secured through anRFPwill 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 piggyback resulting inalate vehicle order.However,itis unlikely delays would occur through the FSA piggyback since creating detailed specificationsandsecuring competitive sealed quotes is not required; thus,eliminatingmorepotentialfordelays. Thepurchaseisforseven patrol.Inadditionto the basevehicles,the purchaseincludesthe installation ofrequiredoptional emergency equipment.In addition to theoptional equipment,eachvehicleis equippedwithanadditional5-year,100,000 milewarranty.The current overall budgeted amount of $273,000 will not be exceeded andwill provide the ability to fundany unforeseen costs and/or the procurement of additional equipment ifis determined to beneeded. Not to exceed $273,000 $267,554 for the vehicles and emergency equipment fromaccount number 301-1910-521-6440,Capital Improvement (Vehiclesand Equipment),current balance$272,000;$2,905forvehiclegraphics 001- 1910-521-5210 current balance $115,057,Supplies;$2,100 fornewtags 001 -1910-521 -3450 current balance $64,577. Resolution DonReid Quotation forSedanandUtilityVehicles DSSEquipment breakdown forSedan Graphics Quote Piggyback Agreement;Florida Sheriff Association Bid #15-23-0904 Specification #5 and#7,Florida Sheriffs Association Bid DonReidSunBiz Report PROPOSAL NAME:CITY OF SOUTH MIAMI EMAIL:SKULICK@SOUTHMIAMIFL.GOV ATTN:STEVEN KULICK DATE:DECEMBER 31,2015 2016 FORD POLICE INTERCEPTOR SEDAN AWD (P2M)$23,250.00 (99T)3.5L V6 ECOBOOST ENGINE $3,049.00 6 SPEED AUTOMATIC TRANSMISSION (77B)REARVIEW MIRROR W/CAMERA STD (13P)HEADLMAP PREP $119.00 (60P)KEYLESS ENTRY $254.00 (ESP)PREMRJM CARE -5YRS/100,000 MILES $0 DEDUCTIBLE $3,330.00 NEW CITY TAG $250.00 DSS QUOTE#167235 $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 FORDIS UNABLE TO GUARANTEE DELIVERY DATES DUETO 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 VEHICLE AS INVOICED REGARDLESS OF THE NUMBER OF VEHICLES ON THE PURCHASE ORDER Wethankyoufortheopportunitytomakethisproposalandwillappreciateyouracceptance.Acceptance of thisproposalwill notbebindinguponusuntilthisproposalisapprovedhereoninwritingbyanofficial ofDonReidFord,Inc.Return of one copy ofthisproposalandyourpurchaseorder number constitutesyourofficialacceptance. Respectfully submitted, ERICJORE FLEET MANAGER DON REID FORD,INC. Pleasereturnthisform via Fax:(407)647-4779oremail -EJore<g),aoLcom ACCEPTED: PO# DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 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@SOUTHMIAMEFL.GOV Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 1 Y EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouses MIAM INCLUDES FSA WPLB-LED TIER-1,WHELEN PREMIUM LIGHT BAR PACKAGE 1,635.0000 1,635.00 1 1 Y IW8BRBR WEC LIBERTY IIWC LIGHT BAR RED/BLUE Warehouse:MIAM (INCLUDED) 0.0000 0.00 1 1 Y MKLP76 WEC LOW-PROFILE LIGHTBAR MOUNT FOR INTERCEPTOR SEDAN Warehouse:MIAM (INCLUDED) 0.0000 0.00 1 1 Y 295SLSA6 WEC 100/200W SCAN-LOCK SELF-CONTAINED SIREN/SWITCH Warehouse:MIAM HIGH CURRENT SWITCHING 100 WATT OUTPUT WITH 1-100 WATT SPEAKER OR (INCLUDED) 0.0000 0.00 1 1 Y SA315P WEC 100W COMPACT BLACK COMPOSITE 122dB SPEAKER Warehouse:MIAM 0.0000 0.00 (INCLUDED) Print Date Print Time Page No. 12/04/15 12:03:36 PM 1 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 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 Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By .Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 •1 Y SAK39 WEC SA315P MOUNTING BRKT FOR 2012+FORD PI SEDAN 0.0000 0.00 1 1 Y Warehouse:MIAM (INCLUDED) EVP WEC EMERGENCY VEHICLE PRODUCTS 513.0000 513.00 1 1Y Warehouse:MIAM INCLUDEDS FSA A LA CARTE LIGHTS,REAR DECK LIGHTS AND REAR VIEW MIRROR LIGHT. AVN1B WEC AVENGER BLUE LED 0.0000 0.00 1 1 Y Warehouse:MIAM REAR DECKLIGHT,(INCLUDED) AVN1R WEC AVENGER RED LED 0.0000 0.00 1 1 Y .Warehouse:MIAM REAR DECK LIGHT,(INCLUDED) AVN2RB WHELEN DUAL AVENGER SUPER LED RED/BLUE Warehouse:MIAM TOBEMOUNTEDON CENTER FRONTWINDSHIELD,(INCLUDED) 0.0000 0.00 Print Date Print Time Page No. 12/04/15 12:03:36 PM 2 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 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 Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Ship Via F.O-B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 1 1 2 2 2 1 1 1 2 2 2 Y Y Y Y Y Y EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION SIDE MARKER FENDER LED LIGHTS ECPGHKF1BJJ SOI GHOST COMPASS LT KIT FORD PI,SPLIT COLOR J/J Warehouse:MIAM (INCLUDED) EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "CORNER STROBE KIT",WHICH IS INTERPRETED AS "CORNER LED KITS" BI-ST3 Brooking3DiodeSuperThinSurfaceMount Clear Warehouse:MIAM BI-ST3-FWB BIST3 WHITE GRQMMET Warehouse:MIAM VTX609C WEC VERTEX HIDEAWAY LED-CLEAR Warehouse:MIAM (2)FRONT CORNER LEDS,******REQUIRESOPTION13PFROMFORD ***♦ 185.0000 0.0000 360.0000 0.0000 0.0000 0.0000 185.00 0.00 360.00 0.00 0.00 0.00 Print Date Print Time Page No. 12/04/15 12:03:36 PM 3 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 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 Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 2 2 Y VTX609R WEC VERTEX HIDEAWAY LED-RED Warehouse:MIAM (2)REAR CORNER LEDS 0.0000 0.00 1 1 Y EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "LTS",LAP TOP STAND. ****TABLE TOP INCLUDED**** 475.0000 475.00 1 1 Y 7170-0218-01 GJ TALL TABLET MONT KIT W/MONGOOSE &KEYBOARD BASE Warehouse:MIAM (INCLUDED) 0.0000 0.00 1 1 Y 15110-GETAC GJ LIND POWER ADAPTER FOR GETAC DOCK Warehouse:MIAM (INCLUDED) 0.0000 0.00 1 1 Y EVP WEC EMERGENCY VEHICLE PRODUCTS. Warehouse:MIAM INCLUDESFSAOPTION"CONSOLE",EQUIPMENTCENTERCONSOLE. 450.0000 450.00 Print Date Print Time Page No. 12/04/15 12:03:36 PM 4 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 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@SOUTHMIAMEFL.GOV Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 3 1 1 3 1 Y Y Y 7160-0409 Gamber JohnsonFordPISedan Console Package 2012+ Warehouse:MIAM CONSOLETOINCLUDE DUAL CUPHOLDER,ARMREST,THEFOLLOWING FACEPLATES, 1-7160-0523 (radio) 1-7140-0307 (siren) 1-3130-0361(3 CIG.PLATE) AND WHATEVER OTHER FILLER PLATES NECESSARRY TO COMPLETE THE INSTALL. (INCLUDED) 7160-0063 GJ 12V OUTLET RECEPTACLE ONLY Warehouse:MIAM FITS IN STANDARD 12V OUTLET RECEPTACLE KNOCKOUT IN PANEL OR CONSOLE. (INCLUDED) TH1000 THOR 1000 WATT POWER INVERTER Warehouse:MIAM TO BE INSTALLED WITH HEADY DUTY 6GA.POWER WIRE. (INCLUDED) 0.0000 0.0000 0.0000 0.00 0.00 0.00 Print Date Print Time Page No. 12/04/15 12:03:36 PM 5 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 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 Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 1 1 1 1 1 1 1 1 1 Y Y Y Y Y EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "10S",SETINA PRISONER CAGE PK1130ITSI2SCA 10XLCOATED-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) EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "DBB",DOOR BLANK AND REAR WINDOW BARRIER. WK0513ITS12 SMC SEDAN STEEL BAR WIDOW BARRIER (PAIR) Warehouse:MIAM (INCLUDED) EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "SETINA PS",REAR TRANSPORT SEAT 640.0000 0.0000 155.0000 0.0000 515.0000 640.00 0.00 155.00 0.00 515.00 Print Date Print Time Page No. 12/04/15 12:03:36 PM 6 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 Telephone:800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI,FL 33143 Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship 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 Contact:SGT.ROBERT BUKENS Telephone:305-663-6359 E-mail:RBUKENS@SOUTHMIAMIFL.GOV Quote Date Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By :Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 1 Y QK0489ITS12 SMC PRISONER TRANSPORT REAR SEAT 2012+FORD PISE Warehouse:MIAM Full Rear Transport TPOSeatwithCenterPullSeatBeltSystem (INCLUDED) 515.0000 515.00 1 1 Y EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDESFSAOPTION "SPB300",PUSH BUMPER 700.0000 700.00 1 1 Y BK2007ITS12 SMC ALUMINUM PUSH BUMPER W/4 LEDLIGHT HEADS FORINTSE Warehouse:MIAM ****UPGRADE FROM FSA OPTION **** (INCLUDED) 0.0000 0.00 1 1Y EVP WEC EMERGENCY VEHICLE PRODUCTS Warehouse:MIAM INCLUDES FSA OPTION "MAG"RECHARGEABLE MAG LIGHT 105.0000 105.00 1 1Y 76441 SLIPOLYSTTNGER LED UAZrLO BLACK Warehouse:MIAM ***UPGRADEFROMFSAOPTION,MEETSSOUTHMIAMIPDSPECSFOR ACCREDITATION **** 0.0000 0.00 Print Date Print Time Page No. 12/04/15 12:03:36 PM 7 Printed By:EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY,INC 5221 W.MARKETST GREENSBORO,NC 27409 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 Sales Quote Sales Quote No.167235 Customer No.SMIAMI Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI,FL 33143 Contact:SGT.ROBERT BUKENS Telephone:305-663-6359 E-mail:RBUKENS@SOUTHMLAMIFL.GOV Quote Date Ship Via F.O.B.Customer PO Number Payment Method 12/04/15 GROUND FOB DEST PI SEDAN PATROL NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 1 1 Y SC-934-5-A SC UNIV.WEAPON OVERHEAD SETUP W/#2 KEY Warehouse:MIAM 185.0000 185.00 1 1 Y D3805 . PG D3805 SUPER SIZE TRUNK ORG Warehouse:MIAM ***NOT AVAILABLE ON FSA *** 198.0000 198.00 1 1 Y P46SLC WEC PAR 46 SUPER LED LIGHT 12 VDC Warehouse:MIAM 139.0000 139.00 1 1 N INSTALL DSS INSTALLATION OF EQUIPMENT Warehouse:MIAM SPECIFICS:ALL INSTALL ARE PERFORMED BY EVT CERTIFY TECHNICIANS. 1,200.0000 1,200.00 ***2 )16SOUTHM]^MIPI >PI SEDAN,PATROL **** Approved By: •ApproveAllItems&Quantities Print Date Print Time Page No. 12/04/15 12:03:36 PM 8 Printed By:EDWIN SALGADO Subtotal Freight Order Total 7,970.00 0.00 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 Governmental Agencies of the State ofFlorida Coordinated By The Florida Sheriffs Association &Florida Association of Counties Bid Award Announcement (15-23-0904} FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION 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: RE: Steve Casey Peggy Goff Executive Director Deputy Executive Director Drew Terpak Annette Grissom Business Operations Coojperative Bid Manager Coordinator POLICE RATED,ADMINISTRATIVE,UTILITY VEHICLES,TRUCKS fe VANS BID NO.:15-23-0904 Bids \yill be extendedandguaranteedtoanyandall units oflocal 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 ofFlorida,and the state universities and colleges.In addition,bids willbe 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 ofyouto 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 levelof 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: ORDERING INSTRUCTIONS 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 (15-230904) vehicles purchased through this program.Yon 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 FINCodeQE065 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 FINCode GE159 1-800-732-2798 2.YOU MUST send a copy of the original purchase order (including FSA's Contract No. 15-23-0904)submitted to the participating dealer electronically to;COOPtSfflsheriffs.orq 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 ofOrder"and send ittothe purchaser within fourteen (14)calendar days after receipt of purchase order.Purchasers are encouraged to contact the dealer ifa "Confirmation of Order"has not been received within a reasonable time. Purchasers are reminded that the issuance ofa purchase order does not in itself guarantee the placement of an order, 4.All Cooperative Contracts include an administratrive feeof .0075 or three quarters ofone percent. The base price and all add options are inclusive of the administrative fee. •POLICE RATED,ADMINISTRATIVE,UTILITY VEHICLES,TRUCKS &VANS -Dealers AREto include a three quarters of one percent (.0075)administrative feein their base bid prices and their quotes and pricing forall additional equipment items (add options), excluding any state regulated fees including tags.The three quarters ofone 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 fee(s)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 by e-mail at FLEET@flsheriffs,org.This information willbe 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 isto identify which options correlate toa 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 zonedealer Bid Award Announcement (15-23-0904)3 Ifa dealer has been awarded more than one zone,they will only have one superscript number assigned,and itwill 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 bya *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. Blif Award Announcement (15-234)904) FLORIDA ASSOCIATION OF COUNTIES AM About Florida FLORIDA SHERIFFS ASSOCIATION &FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type ofVehicle FORD INTERCEPTOR POLICE RATED FULL SIZR SEDAN -AWD f Specification #05^ Duval Ford 2016FordInterceptor(P2M) DuvalFord 2016 FordInterceptor(P2M) DonReidFord 2016FordInterceptor(P2M) DonReidFord 2016FordInterceptor(P2M) T Base Unit £rone Price •Western ,$22,998.00 •Northern $23,078.00 •Central $23,098.00 •Southern $23,250.00 Bid Award Announcement (15-23-0904)74 FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION &FLORIDA ASSOCIATION OF COUNTIES FORD INTERCEPTOR POLICE RATED FULL SIZE SEDAN -AWD SPECIFICATION #5 2016 Ford Interceptor (P2M) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS:Listedabove,youwillfindthemodelnumbersofthevehiclesthatwillbeincludedinthis year's contract. INSTRUCTIONS:Listedbelowyouwill find themodelnumberofthe vehicle thatisbeingrequestedforthePoliceRatedFullSize Sedan-AWD.Ataminimum,thefollowingitemswillbefactoryinstalledonthebasevehicletomeetthemodelnumberandbuild codes of the vehicles listed. Ford Interceptor (P2M) Code Description P2M Ford Intercepter Police Rated Sedan 21D Driver's Side(LeftHand)Spotlight R j SeatTrim,Cloth Front Rear Vinyl W Black Interior 500A EquipmentGroup 99K 3.7L V-6 Ti-VCT 44J 6-SPD Transmission 62T Ignition Control TrunkRelease 153 Front License Bracket Bid Award Announcement (15-23-0904)75 FLORIDA ASSOCIATION OF COUNTIES Alt About Florida. FLORIDA SHERIFFS ASSOCIATION &FLORIDA ASSOCIATION OF COUNTIES FORD INTERCEPTOR POLICE RATED FULL SIZE SEDAN -AWD SPECIFICATION #5 2016 Ford Interceptor (P2M) TheFord Interceptor (P2M)purchased throughthis contract comeswithallthe standard equipmentasspecifiedbythe manufacturer forthismodeland FSA's basevehiclespecifications)requirements which are includedandmadeapart of this contract's vehiclebase priceasawarded by specification by zone. ZONE:•Western •Northern .•Central •Southern BASE PRICE:$22,998.00 $23,078.00 $23,098.00 $23,250.00 Whilethe Florida Sheriffs Association and Florida Association of Counties have attempted to identify andinclude those equipment itemsmostoften requested by participating agencies forfullsize vehicles,we realize equipment needsand preferences aregoingto varyfromagencyto agency.Inaneffortto incorporate flexibility intoour program,wehave created specific add/delete optionswhich allowthepurchasertotailorthe vehicle totheirparticularwantsorneeds. Thefollowingequipment delete andaddoptionsandtheir related cost are provided hereto assist youin approximating thetotalcost ofthetype vehicle(s)youwishto order through this program.Simply deduct thecost of anyofthe following equipment itemsyou wishdeletedfromthebaseunitcost and/or addthecostofanyequipmentitemsyouwishaddedtothebaseunitcostto determine the approximatecost ofthetypevehicle(s)youwishto order. NOTE:Anofficiallistingofall add/delete optionsandtheir prices shouldbe obtained fromthe appropriate dealer inyourzonewhen preparing your order.Additional add/deleteoptionsotherthanthoselistedheremaybe available throughthe dealers,however,those listedheremustbehonoredbythe dealers inyourzoneatthestated prices. Bid Award Announcement (15-23-0904)76 VEHICLE: DEALER: ZONE: BASE PRICE: Order Code D21D D153 1 1 Interceptor (P2M) Duval Ford ^Western $22,998.00 Duval Ford ^Northern $23,078.00 Delete Options Driver'sSide(LeftHand)Spotlight Front License Bracket Don Reid Ford ^Central $23,098.00 Order Code Add Options Don Reid Ford ^Southern $23,250.00 Central Western & &Northern Southern $50.00*$100.00 NC1 NC Central Western & &Northern Southern Please refer to the Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. PRIO 99T1 99T2 65E1 65E2 65C1 65C2 62D1 62D2 97T1 97T2 20P1 20P2 21P1 21P2 CHOLE PHOLE 51G1 51G2 WSPKR 51G2 1 WTENA 1 Priority start/battery saver Factory remote enginestart 3.5V6 Ecoboost Engine Upgrade 365HPAT5500 WITH 93 OCTANE FUEL l Ballistic door panels -driver frontdoor Ballisticdoor panels r driverandpassengerfrontdoors Electronicstray(w/ofan) Inclwith 854,855,856 * Trunk circulation fen (mounted onpackagetray) Inclwith 854,855,856 * Noise suppression bonds Right-handpillarmounted 6"spotlightwithearhalogenbulb,factoryinstalled Adds right spotlight to base spec.LED 21Gavailable at $439.*' Holein roof*(drilledoncenterlineofroofpanelapprox.29"rearwardofwindshield opening) Use this option for customer supplied light bar installation 1 Holein roof (drilledonpassengersideof roof panelapprox.29"rearwardof windshieldopening&approx.6"inboardfrompassengersidedoor) Use this option for customer suppliedlight bar installationT Wiring-grillelamps&speaker Inclwith 854,855,856,857 * Wiring-auxiliaryspeaker Dealerinstalledspeakerwire.Includedin 5Ig,854/855/856/857.Forsingle Whelen 100watt speaker,pigtail and bracket useCode96Pat$253.* Wiring -coaxial radio antenna Dealer installed hqf2I60a antenna.Forcustomer supplied antenna,use $75 1 Bid Award Announcement (15-23-O904) $226.00* NA $3,000.001 $1,549.001 $3,094.00* $284.00 $99.00 $94.00 $164.00 $250.00 $250.00 $49.00 $150.00 $175.00 $250.00 $595.00 $3,049.002 $1,549.002 $3,094.002 $284.002 $99.002 $94.002 $198.002 NA NA $49.002 $49.002 NA 77 VEHICLE: DEALER: ZONE: BASE PRICE: HRING PTW TREM .1 SFST 1 RW1 MAG 1 RB9503FT 171 l 1712 88C r 88C2 97D1 97D2 59B1 59B2 60P1 60P2 HAVIS1 12P2 12P 12P: 13Pi 13P: 1 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 Factory capable wiringis standard.One 10 amp sirenspeaker circuit to trunk Included with 854,855,856 options.This option activates the horn ringfeature in combination with a siren controller.1 Wiring -ignitionandmainpowersupply Power distribution center,power pigtail battery and ignition power standard.Forpower and ground extension labeled inloom at center console area for installation ofemergency equipment not installed atdealer. Recommended onall orders adding video,radio orradar.1 Tremco anti-theft -foot activated,dealer installed SafeStop vehicle anti-theft -key activated or emergency lights activated,plug-&-play formostFordandChevyfleetvehicles,dealerinstalledin20minutesorless Wiring -roof wires Power and groundfused with loom.Lightbar packages include wire forrouting.Select this option ifadding equipment after dealer cage installation.1 Rechargeablemaglight Specify mounting location.Mag Instrument RL1019 MagCharger LED Rechargeable Flashlight System, Black 1 ReadyBucklePrisonerRestraintSeatBeltSystem REQUIRES LAGUNA PRISONER SEAT * Carpetfloor covering,front &rear 1stand 2nd Row Carpet Floor Covering Note:Includesfloormats,front and rear.Included in 12P 1 2nd row cloth seats Included with 12p andincludes trim code CW1 Rearconsole plate Included with option packages 854,855,856,857.May interfere with prisoner seat selection 1 Perimeter.anti-theft alarm Requires 60P * Remote keyless entry Not available with keyed alike options 1 Full floor console with unique police finish panels,Dealer installed -please specify CVS1508INSE:23"HAVIS CENTER CONSOLE WITH FILLER PLATES ANDHAVISBRACKETS.MUST SPECIFY RADIO MAKE AND MODEL ONPO.INCLUDES DUAL CUPHOLDER CCUP2I,CARM103 FLIPUPARMREST,CLP3 TRIPLE DC OUTLETS,BRACKETS,MOUNTING HARDWARE AND INSTALLATION.CALL FOROPTIONPRICING^ Police Interior Upgrade Package -Cloth rear-seats;Floor mats,frontandrear;1stand 2nd Row CarpetFloor Covering;Full floor console with unique police finish panels; Rear Grab Handles w/Coat Hook (Note:Not available withthe following options:854, 855,856,857,97D) Front Headlamp /PoliceInterceptorHousing Only-Pre-drilled holeforsidemarker police use,doesnot include LED installed Ughts (eliminates need todrill housing assemblies);Pre-moldedsidewarningLEDholeswithstandardtwistlocksealed capability (doesnot include LED installed Ughts)(Note:Not available with options 661 and856) $50.00 $225.00 $219.00 $229.00 $225.00 $149.00 $175.00 $124.00 $59.00 $34.00 $119.00l $254.00 $680.00 $379.00 $119.00x NA NA $250.00 $250.00 NA $195.00 $124.00^ $59.<Xr $34.00^ $119.00- $254.00^ $379.00z $379.00z $119.00z Bid Award Announcement (15-23-0904)78 VEHICLE: DEALER: ZONE: BASE PRICE: 661 661 1 662 662 : 663 663 854 854 : 855 855 856 856 : 857 857 : 77E 77E: Interceptor(P2M) Duval Ford ^Western $22,998.00 Duval Ford ^Northern $23,078.00 Don Reid Ford ^r Central $23,098.00 Don Reid Ford ^Southern $23,250.00 Front Headlamp Lighting Solution -Base projector beam headlamp plustwo(2) multi-function Park/Turn/Warn (PTW)bulbsforWigwag simulation,andtwo(2)white hemispheric UghtheadLEDside warning lights.Wiring,LED lights included.ControUer "not"included (Note:Included with option856;Requires Pre-Wiring forgrilleLED Ughts,sirenand speaker -51G) TailLampLightingSolution -IncludesbaseLED Ughts,plustwo(2)rearintegrated hemisphericred Ughthead LEDsidewarninglightsintaillamps;LEDlightsonly. Wiring,controller "not"included (Note:Includedwithoption 856 RearLightingSolution-Includestwo(2)backlitflashinglinear high-intensity LED lights(driversidered/passenger sideblue)mountedinsidebackwindow;surrounds brakestoplight);Includestwo(2)linearhigh-intensityLEDlights(driversidered/ passengersideblue)mountedoninsidetrunkdecklid(lightsactivatewhendecklidis open);LED Ughts only.Wiring,controUer"not"included(Note:Includedwithoption 856) TrunkUpfit Package -Rearconsolemountingplate-contours through 2ndrow; channelforwiring;Wiringoverlayharnesswithlightingandsireninterfaceconnections; VehicleEngineHarnessincludes:Two(2)lightconnectors-supportsuptothree(3) LEDUghtseach(enginecompartment);One(1)grilleLEDlight connector -supports two(2)LEDlights;Two(2)50amp battery groundcircuitsin power distribution junctionblock(in-trunk);One(1)10-amp siren/speakercircuit(enginetotrunk); LightControllerPackage-IncludescontentfromthefollowingPoUceInterceptor Packages:#4(854)plus:WhelenLightControllerHead(PCC8R);WhelenPCC8R LightRelayCenter(electronicstraymounted);Light ControUer /RelayCenterWiring (jumperharness);WhelenSpecificCable(consoletotrunk)connects PCC8Rto Control Head.Does "not"includeLEDlights;RecommendPoliceWireHarnessConnectorKits 77Eand 51J (Note:Not available withoptions854,856,857) ReadyfortheRoadPackage-IncludesPoliceInterceptorPackages:#661;#662,#663, #854plus:Whelen Cencom LightControllerHeadwithdimmablebacklight;Whelen Cencom RelayCenter/Siren/Ampw/TrafficAdvisor(mountedonElectronicsTray); LightControUer/Relay Cencom Wiring(wiringharness)w/additional input/output pigtails;Highcurrentpigtail;WhelenSpecificWECANCable(consoletotrunk) connects CencomtoControlHead;GriUelinearLEDLights(Red/Blue);100-Watt Siren/Sp UltimateWiringPackage-Includesthe foUowing:Rearconsolemountingplate(97D); I/P totrunkoverlayharness;Two(2)lightcables-supportsupto6LEDlights(engine compartment);TrunkPowerDistributionbox(PDB);Two(2)50-ampbatteryand groundcircuitsin-trunk;One(1)10-ampsiren/speakercircuitenginetotrunk;Rear backlight/decklid/trunk wiring -supports uptosix(6)rear LED lights;Grille LED lights,SirenandSpeakerWiring (51G);LightControUer/RelayCencomWiring PoUceWire Harness Connector Kit (Front)-For connectivity to Ford PI Package solutionsincludes:Two(2)Male 4-pin connectorsforsiren;Five(5)Female4-pin connectorsforlighting/siren/speaker;One(1)4-pinIPconnectorforspeakers;One(1) 4-pin IPconnectorforsirencontrollerconnectivity;One(1)8-pinsealedconnector;One (1)14-pinIP connector $894.00 $414.00 $474.00 $949.00 $1,604.00* $3,569.00* $539.00 $104.00 Bid Award Announcement (15-23-0904) $894.00^ $414.00z $474.00z $949.00z $1,604.002 $3,569.00z $539.00^ $104.00^ 79 VEHICLE: DEALER: ZONE: BASE PRICE: 51J 51J: l TT36 62P2 13C* 13C2 18G* 18G2 67D* 18L2 TINT 3K* DLR: 43?* 43B2 1 19T 63P2 63P] 63P2 76R1 76R2 W* RSl DBB 98K1 98K2 2TONE] 65L 65L: N2* 642 1 642 : l 21FJ 21F: 141 141 : 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 lPoUceWireHarnessConnectorKit(Rear)-For connectivity toFordPIPackage solutions includes:One(1)2-pin connector forrear Ughting;One(1)2-pin connector for trunk circulation fan;Six(6)Female 4-pin connectors;Six(6)Male4pin connectors; One(1)10-pin connector AuxiUaiy equipmenttray Dealer installedProgard trunk equipment slide out tray.1 "_ Courtesy light disabled DarkCarFeature I Reardoorlocks&handles inoperative Rearwindowsinoperative Operable from driver's switch * Legaldeeptintedfilm,lifetimewarranty,dealer instaUed Additional Key(s)orKeyFob(s)when applicable. Provides key,additional Fob when coupled with 60p,and programming where applicable 1 Keyed alike Coding isasfollows.Please select proper code andlistonpurchase order.43E is 1435x 43B is 1284x,43Dis 0135x,43Fis 0576x,43Jis llllx,43Cis1294x 1 MUSTSUPPLY KEYCODE1 Hidden door This option isfor the trunlc storage vault recessed into trunk side panel and lockable.Included with 856 1 Hiddendoorlockplunger Hidden BoorLock Plunger w/Rear Door Handles Inoperable.This option is necessary forprisoner 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-flangestyle Doorblank&rear window barriers,requires plungers (Setina,Pro-Gard,Cruisers -or approvedequivalent) Lockinggascap Two-tone paint (dealer installed) FuU wheel covers Wheel Covers (18"FullFace Wheel Cover)l Nitrogen fiUed tiresincludingsparetire Aluminum Wheels 8"PaintedAluminum WheelNote:500AincludesP245/55R18 A/SBSW Note:501A includesP23 5/55Rl 8 A/S BSW Note:Spare wheel isan 18"conventional (Police)black steelwheel 1 LEDSpotUght-Factory installed Includes D21D creditforfactory halogen spotlight.LED insert available * Two-Tone VinylPackage#1(roofvinyl;RH/LH frontdoorsvinyl;RH/LH reardoors vinyl-notavailablewiththe following vinyl packages:#2(142);#3(143);(144) Bid Award Announcement (15-23-0904) $129.00' $360.00 $19.00 $34.00 $24.00 $325.00 $176.00 $49.00 $119.00* $154.00 $294.00 $130.00* $140.00 $496,00 $19.00 $1,296.001 $59.00* $196.00 $464.00 $149.00 $819.00 $129.00^ $285.00z $19.00^ $34.002 $34.00z $395.00 $175.002 $49.00^ $154.00z $154.002 $294.002 $225.00 $225.00 $495.00 $19.002 $1,295.00 $59.002 $200.00 $464.002 $359.002 $819.002 80 VEHICLE: DEALER: ZONE: BASE PRICE: 142* 142 2 143 * 143 2 19T* 19T 2 96pl 96P2 DECAL * 55B2 DSS North Florida 60B2 DSS South Florida* 501A 2 LTSJ 96E2 RFCJ 59E2 60B.SPB12 60B.SPB16 60B.PB300 1 1 60B.GR5 1 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 Two-Tone VinylPackage#2(roofvinyl,hoodvinyl,decklid vinyl-not available with the foUowing vinylpackages:#1(141);#3(143);(144) Two-Tone VinylPackage#3(roofvinyl;RH/LH front doors onlyvinyl-not available withthe following vinylpackages:#1(141);#2(142);(144) Trunkstoragevault includes lockable door,extra key $20 1 ' 100 watt siren/speaker Includes bracket andpigtail.Included with package 856 1 Optionalequipment-specify BASESHERIFFS DECAL PACKAGE * BUS 2 Optional equipment -specify Personalon-site consultation fordetailedinterceptor quotation resulting infull-buildturn-key delivery.Credit is itemized whenformalquote is draftedfollowing DSSconsultation resulting inasingleagency FSA purchase order.Leasing quotations are available for annualpayment terms in advance or arrears.Contact dealer for appointment.Appointments are typically scheduled within 48hoursfrom phone call.1 PUSH BUMPER BRACKET 2 Optionalequipment-specify Personal on-site consultationfor detailed interceptor quotation resulting infull-build turn-key delivery.Credit is itemized when formalquote is draftedfollowing DSSconsultation resulting inasingle agency FSA purchase order.Leasingquotations are available for annual payment terms in advance or arrears.Contact dealerfor appointment.Appointments are typically scheduled within 48hours from phone call.* 2.0ECOBOOST ENGINE2 Optional equipment -specify Standard passengerside mount package,PKG-PSMpackagesinclude a vehicle specificbaseplate,heavy-duty pole without heightadjust handle,tilt-swivel motion device,andatop offset plate.Thevehicle specific heavy-duty mounting base mounts toexistingOEMseatboltsforeasy installation (C-HDM-141).Includes UT101 universal laptop tray.I SIDEMARKER LIGHTS 2 Optionaliequipment-specify Regionalfreightchargeper vehicle for alternative zonepurchasing per section3.54 paragraph A,item lb. Per terms andspecifications 1.14,pre-delivery serviceinspection andall delivery requirements,phis additionalfleetsimplekey included.Notapplicablewhenagencyisdomiciledinsamezoneasthebase award Amount is calculated via statistical algorithm utilizing trending market salesdataand median variable freightcosts within certain statistical mileage datapointswithin the state of Florida.Anydollarvolume credit to this unit cost,where applicable,is derived persection 3.55^ Setina PB100A12 -12"AluminumPushBumper Includes factory requiredframe to bumper riveted push bumper brackets.This item qualifies for package discounts andagency rewards program.Freight andinstallation included.WWW.SETINA.COM * Setina PB100A16-16"AluminumPushBumper Includesfactory requiredframeto bumper riveted push bumper brackets.This item qualifies forpackage discounts andagency rewards program.Freight andinstallation included.WWW.SETINA.COM * Setina PB300Push Bumper Includesfactoryrequiredframeto bumper riveted pushbumper brackets.This item qualifiesfor package discounts andagency rewards program.Freight andinstallation included.WWW.SETINA.COM 1 GoRhino5000SeriesPushBumpers Includesfactory requiredframe to bumper rivetedpush bumper brackets.This item qualifiesforpackage discounts andagency rewards program.Freight andinstallation included WWW.GORHINO.COM 1 $819.00 $684.00 $119.00 $289.00 $345.00 ($75.00)* ($95.00)* $695.00 $396.00 $545.00 $580.00 $545.00 $545.00 $819.00^ $684.00^ $119.00^ $289.00^ $474.00^ $24.00^ $719.00^ $244.00^ $49.002 $895.00 $895.00 $895.00 $895.00 Bid Award Announcement (15-23-0904)81 VEHICLE: DEALER: ZONE: BASE PRICE: PS.LAGUNA 1 PSJPROGARD PS HALF DLR2 SPB 450LS4 1 SETINA PS 1 CAGEXL10C CAGE 8S 1 CAGE PG 1 G5000 1 G7210 1 VAULT K9 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 RearTransportSeat -LagunaSystem3P Hygenic and Easy to Clean-3PX-TREME Construction-Easy Installation -Standard Black Seat-Quicker suspect loading due to increased room.-Quicker,safer andmore thorough biohazard cleanup.-No need to searchfor dangerous contraband ormissing evidence.Instead ofreaching towards the middle ofthe Compartment tolatch aprisoner in,the Laguna Belt system latches in on the door side ofthe vehicle.The belts have aninstalled magnet attached tothem to latch on the partition fora easy grab when seatbelting the prisoner in.WWW.LAGUNA3P.COM l RearTransportSeat-ProGard6000Series WWW.PRO-GARD.COM} Optional Equipment-pleasespecify The New SingleSeating systems are easily installed,with aprecision fit right over the vehicles existing seat. Unlike other models,there isnolonger the expensive need toremove and store the factory seat Setina's New TPO Seat and Floor Pan,along with our TPO Door Guards,gives your vehicle anOEM Factory Appearance. This item qualifiesfor package discounts andagency rewards program.Freight andinstallation included^ WINDOW BARSANDDOORBLANKS 2 Optional Equipment-please specify Setina lightedpush bumper with twoforwardfacing led's and two side facing led's.This item qualifiesfor package discounts andagency rewards program.Freight andinstallation included* Optional Equipment-pleasespecify SETINA FULL REAR PRISONER SEA TING 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 forvehicles.Unlike previous models,there isno longer a need to remove the factory door panel to eliminate the hiding ofcontraband and and make clean up a snap.The new Door Guard installs right over the existing door panel,fits like a glove,and conceals all fasteners in the door sills making it extremely tamper resistant.This item qualifiesforpackage discounts and agency rewards program.Freight andinstallation included^ Setina #10 Series Lexan Cage with sUding window,fuU width lower extension panel, dealer installed Setina Extended legroom prisoner partition.Offered with Horizontal Sliding:Inquire about stationary window options.Recessed weapon storage panelandExtensions panelincluded * Setina 8SLexancage with 1/2 lexan and1/2 expanded metal with fiiU lower extension panel,dealer installed Forrecessed paneladd$130.Forgunlock add$385 * Pro-Gard P2600 Series Polycarbonate (Lexan)Cage with sUding window,full width lowerextensionpanel,dealer instaUed Forrecessed paneladd$130'.Forgunlock add$385 1 OptionalEquipment,specify SINGLE GUNRACK MOUNTl OptionalEquipment,specify DUALPARTITION MOUNTGUN RACK l <• OptionalEquipment,specify ALUMINUM WEAPON VAULT * K-9 Container.AU aluminum In-Vehicle (rearseat area)K-9 Container to protect the public,officer,K-9,and vehicle.Please specify vehicle year,make and model.Callfor installation,shipping,and/or delivery prices. Includes rubber liner,water dish andfreight on parts including installation.Black powder coatfinish available upon request For1/3prisoner transport and2/3rdk9container add$625.For Coolgaurd k9HeatAlarm system add $600,pager $400,Remote door opener add $650 1 $715.00 $715.00 $1,450.00* $849.00* $1,645.00* $850.00 $775.00 $775.00* ,$345.00* $430.00 *- $1,450.00* $2,500.00 $695.00 $695.00 $795.00^ $895.00 $895.00 $795.00 Bid Award Announcement (15-23-09O4)82 VEHICLE: DEALER: ZONE: BASE PRICE: HOTNPOP PROTEMP LABOR TEMP 1 TX 1 TAG MP575 1 MP675 1 MP610 1 CB575 ESP2 CE575 ESP2 1 1 l 1 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 Electronic RemoteRear Door Opening systemtobeusedwiththeK-9Container. AUowstheofficertoreleasetheK-9fromthevehiclefromaremoteposition. IncludesHeat alarm.Additional itemstoaddas options:Enginestallsensoradd$149,noK9leftbehind $149,additionalremote$159,Optional12"Fan,activation module,manualswitchadd$360,HDFanGuard $135,Carbon Monoxide detectorand interface module $265,Smoke detector $155,Longrange Remote pager with hasnt0g2 Antenna $355.Long range remote pager with dual band antenna kit$500 * Heat Alarm System tobe used inaK-9vehicle.Warns officer when dangerously high temperaturesareinsidethevehicle. ACEK9PRO TEMP ALARM SYSTEM.l Labor rateper hour Labor rateper hour.Refer to Emergency lighting price submission for schedule.Seedealerquotefor itemization.IncludesprofessionalEVTcertifiedinstallation,wire loom,connectors,prepkitand consultation 1 Temporary tag Transfer existing registration (mustprovidetagnumber) PerFloridaStatute 320.08,Adealercanonlychargethepurchasertheactualfees authorizedbystatutefor titleand registration transfers.These willbethefeeschargedbythe county taxcollector's office for transferring title andregistrations.Overcharging of these fees without refunding the overcharge is unlawful andcouldresultin disciplinary actionagainstthedealer'slicense.The dealeris responsible for refunding the overcharged amount tothepurchaser.Private tagagencyfees cannot be included inthe category oftitle and registration fees:DHSMV Procedure TL-10.fTL-10:http://www3.flhsmv.gov/DMV/Proc/TUTL-l0.PDF]l Newstatetag(specifystate,county,city,sheriff,etc.) PerFloridaStatute 320.08,A dealer canonly charge thepurchaser theactualfees authorized bystatute for title andregistration transfers.These willbe the fees charged bythe county tax collector's office for transferring title andregistrations.Overcharging of these fees without refolding theovercharge is unlawful andcouldresultin disciplinary actionagainstthedealer'slicense.The dealeris responsible for refunding the overcharged amount tothepurchaser.Private tagagencyfees cannot be included inthe category oftitleand registrationfees;DHSMV Procedure TL-10.[TL-10:http://www3.flhsmv.gov/DMV/Proc/IZ/TL-10.PDFJ l MaintenancePlan-specify 5 Year 75,000mile Premium Maintenance Plan.15 servicevisitsat5000mile intervals for vehicles withGas Engine,zero deductible.1 Maintenance Plan-specify 6Year75,000mile Premium Maintenance Plan.15servicevisits at5000 mileintervalsforvehicleswithGas Engine,zerodeductible.*• Maintenance Plan-specify 6 Year 100,000 mile Premium MaintenancePlan.20servicevisitsat5000mileintervalsforvehicleswithGas Engine,zero deductible.1 Warranty -specify 5 Yr 75,000 mile zerodeductible BASECareplan.5 Yr 100,000 mile zerodeductible use $2000.Complete pricingschedule available upon requestPricesquoted per FordMoCo Florida RetailESPApril 2015 Pricing Guide ! POWERTRAIN CARE 6/100 0DED2 Warranty -specify 5 Yr 75,000milezero deductible EXTRACareplan.5 Yr 100,000milezero deductible use$2425.Complete pricingscheduleavailableupon request.Pricesquotedper FordMoCo FloridaRetailESPApril2015 Pricing Guide * BASE CARE 6/1000 DED 2 $1,700.00 $980.00 $145.00 $6.00l $85.00* $130.00 $1,860.00* $1,905.00* $2,400.00* $1,475.00* $1,710.00* Bid Award Announcement (15-23-0904) $85.00 $35.00 $150.00 $250.00 $l,740.0<r $2,130.00z S3 VEHICLE:Interceptor(P2M) DEALER:Duval Ford Duval Ford Don Reid Ford Don Reid Ford ZONE:^Western ^Northern ^Central ^Southern BASE PRICE:$22,998.00 $23,078.00 $23,098.00 $23,250.00 CP575* ESP2 Warranty -specify 5Yr 75,000 milezero deductible PREMIUMCare plan.5Yr 100,000 mile zero deductible use$3330. Complete pricingschedule available upon request.Prices quoted per FordMoCo Florida Retail ESP April 2015Pricing Guide *• EXTRA CARE6/100 ODED2 $2,400.00*$2,585.002 Bid Award Announcement (15-23-0904)84 GRAPHIC DESIGNS INTERNATIONAL Providirrcj QualityPublic Safety Decals Since 1994. SGT.DARBY WAGNER 6130 Sunset Drive South Miami,FL 33143 dwagner@southmiamifl.gov PROPOSAL |SOUTH MIAMI POLICE DEPARTMENT^ OTY.DESCRIPTION PRICE TOTAL 7 COMPLETE 3M REFLECTIVE GRAPHICS KIT $415.00 each $2,905.00 FOR A 2016 FORD INTERCEPTOR SEDAN #1601-1607 INCLUDING INSTALLATION PLEASE LET ME KNOW IF AND WHEN TO PROCEED.THANK YOU. (enice.tellers fanuary 7,2016 AUTHORIZED SIGNATURE TODArSDATE Jenice Sellers Thank you for your inquiry.We appreciate your consideration. PLEASE FAX PURCHASE ORDER TO JENICE SELLERS @772-286-8198 OR EMAIL TO JENICE@GDIGRAPHICS.COM 3161SE Slater St Stuart.FL 34997 T:772-287-000011-800-344-68S3 R 772-286-8198 WWW.GDK3RAPHICS.COM 1/13/2016 DetailbyEntity Name Florida Department op $'. Division of Corporations Detail by Entity Name Florida Profit Corporation DON REID FORD,INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 1875 S ORLANDO AVE MAITLAND,FL 32751 Changed:01/29/2010 Mailing Address 290488 59-1089464 03/04/1965 FL ACTIVE NAME CHANGE AMENDMENT 02/08/1978 NONE P.O.BOX 940005 1875 S ORLANDO AVE MAITLAND,FL 32794 00 Changed:01/29/2010 Registered Agent Name &Address REID,RUSSELL L 1875 SOUTH ORLANDO AVENUE MAITLAND,FL 32751 Name Changed:01/29/2010 Address Changed:01/25/2002 Officer/Director Detail Name &Address Title P REID,RUSSELL 1875 S ORLANDO AVE http://search.sunWz.org/lri<^ry/C^1/3 1/13/2016 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 DetailbyEntity Name Report Year 2013 2014 2015 Filed Date 01/29/2013 02/12/2014 02/05/2015 Document Images 02/05/2015 -ANNUAL REPORT 02/12/2014 -ANNUAL REPORT 01/29/2013 -ANNUAL REPORT 01/20/2012 -ANNUAL REPORT 02/08/2011 -ANNUAL REPORT 01/29/2010 -ANNUAL REPORT 01/13/2009 -ANNUAL REPORT 01/24/2008 -ANNUAL REPORT 01/22/2007 -ANNUAL REPORT 02/20/2006 -ANNUAL REPORT 01/10/2005 -ANNUAL REPORT 02/16/2004 -ANNUAL REPORT 01/23/2003 -ANNUAL REPORT View image in PDF format | View image inPDFformat View image inPDFformat View image inPDFformat View image inPDFformat View image inPDFformat View image inPDF format View image inPDFformat View image inPDF format View image inPDF format View image inPDF format View image in PDF format View image inPDF format http-7/search.sunbiz.wg/lnquiry/COTp^2/3 1/13/2016 01/25/2002 -ANNUAL REPORT ^ 04/03/2001 -ANNUAL REPORT Viewimage In PDF format 02/21/2000-ANNUAL REPORT _ 02/19/1999 -ANNUAL REPORT _ 01/28/1998 -ANNUAL REPORT _ 03/24/1997 -ANNUAL REPORT View image in PDF format 03/26/1996 -ANNUAL REPORT _ 03/30/1995 -ANNUAL REPORT DetailbyEntity Name View image inPDFformat View image inPDFformat View image inPDF format View image inPDFformat View image inPDFformat View image inPDF format Cooyrlqht (gj and Privacy Policies State ofFlorida,Department of State http://searc^.sunbiz.cH-^3/3 2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT*290488 Entity Name:DONREID FORD,INC. Current Principal Place of Business: 1875 S ORLANDO AVE MAITLAND,FL 32751 FILED Feb 05,2015 Secretary of State CC9331047943 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 Certificate of Status Desired:No The above named entity submits this statement forthe purpose of changing its registered officeor registered agent,orboth,inthe State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail: Title P Name REID,RUSSELL Address 1875 S ORLANDO AVE City-State-Ztp:MAITLANDFL Title V Name REID,DONALD LJR Address 1875 S ORLANDO AVE City-State-Zip:MAITLANDFL32731 Title V Name REID,BRADLEY Address 1875 S ORLANDO AVE City-State-Zip:MAITLANDFL 32751 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 Date I hereby certifythatthe information indicatedonthisreportorsupplementalreportistrueandaccurateandthatmyelectronicsignatureshallhavethesamelege!effectas Ifmadeunder oath;that I amanofficerordirector ofthecorporationorthe receiver or trustee empowered to execute thisreport as required by Chapter 607,Florida Statutes;and that myname appears above,oronan attachment with aff other like empowered. SIGNATURE:MELISSA LEVASSEUR SECRETARY TRESURER 02/05/2015 Electronic Signature of SigningOfficer/DirectorDetail Date POLICE PURSUIT VEHICLE PURCHASE CONTRACT THISAGREEMENT made and entered into this 20 day of January.2016 by and between the City of South Miami,a Florida municipal Corporation by and through its City Manager (hereinafter referred toas "City")and Don Reid Ford.Inc..(hereinafter referred toas "Contractor"). WITNESSETH: WHEREAS,the "Miami-Dade County"solicited bids,pursuant to RFP #15-23-0904. for Police Rated,Administrative,Utility Vehicles.Trucks &Vans:and WHEREAS,the Florida Sheriffs Association,after completing a competitive biddingprocess,awardedacontracttoContractor,and WHEREAS,theCity of SouthMiamidesirestoutilizethe Florida Sheriffs Association ContractandpursuanttoauthorityoftheCity of South Miami's Charter. NOW,THEREFORE,theCityandthe Contractor,each through their authorized representative/official,agreeasfollows: 1.TheCity desires to enter intoaContract,underthe same terms and conditions assetforthinthesolicitationandthe agreement betweenthe Florida Sheriffs Association and Contractor,pursuant RFP #15-23-0904 and Bid Award No.#15-23-0904. 2.TheCityhasreviewedthecontractandagreestothetermsand conditions to be applicable toa purchase ordertobe issued bythe City and further agrees tothefair and reasonableness ofthe pricing.Contractor hereby agrees to provide such goods and/or services,pursuant totheCity's purchase order made during the term of this agreement,under thesameprice(s),terms and conditions asfoundinthesolicitation documents andthe response tothe solicitation,pertinentcopiesof which are attached heretoas Attachment A,B, &Candmadeaparthereofby reference,andthe agreement and/ortheaward between Florida Sheriffs Association and Contractor,pursuant RFP #15-23-0904 and BidAward No.#15-23-0904.acopy of which,including any amendments and addendums thereto,is attachedheretoandmadeaparthereofby 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 thataretobe made on behalf ofthe County,asset forth inthe Florida Sheriffs Association's RFP #15-23-0904 and Bid Award No.#15-23-0904 andits agreement with Contractor,shall be made bythe City Manager fortheCityof South Miami. The term ofthe contract,including all extensions authorized bythe contract shall not exceed five years.Notwithstanding anything contained inthe RFP #15-23-0904 and BidAward No.#15-23-0904 or the Florida Sheriffs Association contract to the contrary,this agreement shall be governed bythe laws of the State of Florida and venue for all dispute resolutions or litigation shall bein Miami-Dade County,Florida. 4.Public Records:Contractor and all of its subcontractors are required to comply with the public records law (s.l 19.0701)while providing goods and/or Services on behalf of the CITY and the Contractor,under such conditions,shall incorporate this ThomasF.Pepe -01-11-16 Page1 of2 paragraph in all ofitssubcontractsforthis Project. 5.WaiverJuryTrial:City and Contractor knowingly,irrevocably voluntarily and intentionally waive anyrighteither may have toa trial byjuryinStateor Federal Court proceedings in respect toany action,proceeding,lawsuit or counterclaim arising outofthe ContractDocumentsortheperformance of theWorkthereunder. 6.Validity of Executed Copies:Thisagreementmaybeexecutedinseveral counterparts,each of whichmaybe construed asan original. 7.Attorneys'Fees and Costs:Inthe event ofany litigation between the parties arising outofor relating inany way to this Agreement ora breach thereof,each party shall bear its own costs and legal fees.Nothing contained herein shall prevent or prohibit the right tobe indemnified forany attorney fees incurred in the defense ofan action by a person or entitywhoisnotapartytothisAgreement. 8.Severability:Ifanytermor provision ofthis Agreement orthe application thereoftoany person or circumstance shall,toany extent,be invalid or unenforceable,the remainder of this Agreement,orthe application of such term or provision to persons or circumstances otherthanthoseto which itisheld invalid or unenforceable,shallnotbe affected thereby andeachtermand provision ofthis Agreement shallbevalidand enforceable tothefullestextent permitted by law. INWITNESSWHEREOF,and asthe duly authorized actofthe parties,the undersigned representatives of the parties hereto have caused this instrument tobe signed in their respective names bytheir proper officials on^before the day and year first above written. y^ic ff-Jo/e^ ype nameandtitle of signatoryabove) ST:CITYO Q aria M. City Clerk vJt*^z,cmc ^r ReadandApprovedastoForm, Language,LegalityandExecution Thereof. By:. ThomasF.Pepe City Attorney Thomas F.Pepe-01-l 1-16 t:j£=* Page2 of2 UTH MIAMI even Alexander City Manager