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